2THE CITY OF PLEASANT LIVING
To:
FROM:
DATE:
SUBJECT:
BACKGROUND:
AMOUNT:
ACCOUNT:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The Honorable Mayor & Members of the City Commission
November 17, 2015 Agenda Item NO.:~ Steven Alexander, City Manager
A Resolution authorizing the City Manager to purchase from T2
Systems Canada, Inc., f/k/a Digital Payment Technologies,
Corp., three (3) new model, Luke II, Parking Multi-Space Pay
Stations
The City of South Miami desires to purchase automated parking pay
stations from T2 Systems Canada, Inc., using the City of Miami Beach,
RFP #46-10-1 I and associated contract terms and conditions. T2 Systems
Canada, Inc. has agreed to honor the prices provided to the City of
Miami Beach from RFP #46-1 0-1 I.
Each new machine provides for an additional regular operating cost of
$35 per month, per machine, to operate the EMS software which
provides connectivity and reporting capabilities.
These funds are allocated in account number 301-1410-513-6430, Finance
Equipment Capital Improvement Fund within 2015/2016 fiscal year
budget with a current balance of $30,000.
$23,844
301-1410-513-6430, Finance Equipment Capital Improvement Fund
ATTACHMENTS: Resolution
Quotation, T2 Systems Canada
Piggyback Agreement, T2 Systems
City of Miami Beach Agreement and Award Recommendation
Renewal, City of Miami Beach Agreement
Sunbiz Registration & Corporation Name Change
1 RESOLUTION NO: _____ _
2 A Resolution authorizing the City Manager to purchase from T2 Systems
3 Canada, Inc., f/k/a Digital Payment Technologies, Corp., three (3) new model,
4 Luke II, Parking Multi-Space Pay Stations
5 WHEREAS, the City of South Miami desires to purchase automated parking pay
6 stations from T2 Systems Canada, Inc., using the City of Miami Beach contract number
7 86910 7094 RTOOOl terms and conditions; and .
8 WHEREAS, T2 Systems Canada, Inc. has agreed to honor the prices provided to
9 the City of Miami Beach from RFP #46-10-11; and
10 WHEREAS, each new machine provides for an additional regular operating cost
11 of $35 per month, per machine, to operate the EMS software which provides
12 connectivity and reporting capabilities; and
13 WHEREAS, these funds are allocated in account number 301-1410-513-6430,
14 Finance Equipment Capital Improvement Fund within 2015 /2016 fiscal year budget
15 with a current balance of $30,000.
16 NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF
17 THE CITY OF SOUTH MIAMI, FLORIDA;
18 Section 1. The City Manager is authorized to purchase from T2 Systems Canada,
19 Inc., previously known as Digital Payment Technologies, Corp.; a Canadian federal
20 corporation authorized to transact business in the State of Florida, three (3) new model,
21 Luke II, Parking Multi-Space Pay Stations to be placed throughout the City of South
22 Miami. The purchase will made through a City of Miami Beach piggyback agreement,
23 from RFP #46-10-11. A copy of the City of Miami Beach agreement, the letter renewing
24 the agreement and the proposed piggyback agreement with the City of South Miami are
25 attached
26 Section 2. Severability. If any section, clause, sentence, or phrase of this
27 resolution is for any reason held invalid or unconstitutional by a court of competent
28 jurisdiction, this holding shall not affect the validity of the remaining portions of this
29 resolution.
30 Section 3. Effective Date: This resolution shall take effect immediately upon
31 enactment.
32
33
Page 1 of2
34 PASSED AND ADOPTED this _dayof ,2015.
35
36 ATIEST: APPROVED:
37
38
39
40 CITY CLERK MAYOR
41
42
43 COMMISSION VOTE:
44 READ AND APPROVED AS TO FORM,
45 LANGUAGE, LEGALITY AND EXECUTION Mayor Stoddard:
46 EXECUTION THEREOF Vice Mayor Harris:
47 Commissioner Liebman:
48 Commissioner Welsh:
49 CITY ATIORNEY Commissioner Edmond:
Page 2 of2
T2 Systems Canada Inc.
330-4321 Still Creek Drive
Burnaby, BC V5C 6S7
Phone: 1.888.687.6822
Fax: 604.687.4329
GST #: 86910 7094 RTOOOI
US Tax 10 #: 98-0603996
Bill To:
City of South Miami
6130 Sunset Dr.
South Miami, FL 33143
USA
Alfredo Riverol
305.663.6343
ariverol@cityofsouthmiamLnet
Bill-to Cust. ID: 2112
Sell-to Cust.ID: 2112
End User;
SellTo EIN No.: 59-6000431
Payment Terms: Special
Sales Phone: 888.687.6822 x6009
Sales E-mail: aimee.cook@t2systems.com
P.O. No.:
Ref. No.:
Digitailris/EMS Cust. Name:
SALES QUOTE
Sales Quote No.: 37375
Sales Quote Date: October 1, 2015
Location Code: MAIN WHSE
~'CONFIDENTIAL ...
Sell To:
City of South Miami
6130 Sunset Dr.
South Miami, FL 33143
USA
Mredo Riverol
305.663.6343
ariverol@cityofsouthmiami.net
Ship Advice:
Ship Via:
Ship To EIN No.:
Freight T arms:
Account Managers:
Sales Code:
Requested By:
Outside Sales (NCM):
Inside Sales (NCM):
Hem No.
900.0019
Description
LUKEII-100B
38K-Solar-CBCx-x-P
Includes:
Unit
Each
Qty.
3
880.4066
460.0023
886.0023
880.4030
880.4036
115.0132
38-Key Keypad
18W Single Slim Line Solar Panel
Coin Acceptor, Bill Validator, Credn Card Reader
2 Inch Thermal Printer
P-Label, set of 2
Rain cover 400.0303
included
Muttilingual SW 100.1110
inlcuded
Modem Kn-GSM HSPA-L2 (V5)
SIM Card-Dignal Connect
100.0102 Activation Fee Included
Modem Upgr. Kn-WiF~SIULR/l2
EnGenius External (V2-V5)
customer using City wifi
100.0082: Match EXisting Key-Maintenance III
Key code:
Lock-Maintenance-L2
100.0083: Match Existing Key -Collections LII
key code:
Lock-Collections-L2
Bill Stacker 1000 Note-L2
spares
Continued on page 2
Each
Each
Each
Each
Each
Each
2
3
3
6
Ship To:
City of South Miami
6130 SW 72 SI.
South Miami, FL 33143
USA
Carlos Marenco
305.663.6384
cmarenco@lazparking.com
Complete
Ground
59-6000431
FOB -Customer, Prepay & Add
Aimee Cook/David Hoyt
LP
ANGIEL
Unit
Price
7,098.81
353.19
353.19
124.00
Page: 1
Total Price
21,296.43
353.19
706.38
744.00
23,100.00
SALES QUOTE
Sales Quote No.: 37375
T2 Systems Canada Inc.
330-4321 Still Creek Drive
Burnaby, BC V5C 6S7
Phone: 1.888.687.6822
Sales Quote Date:
Location Code:
October 1, 2015
MAINWHSE
Fax: 604.687.4329
GST #: 86910 7094 RT0001
US Tax 10 #: 98-0603996
Bill To:
City of South Miami
6130 Sunset Dr.
South Miami, FL 33143
USA
A~redo Riverol
~'CONFfDENTIAL .~
Sell To:
City of South Miami
6130 Sunset Dr.
South Miami, FL33143
USA
AWredo Riverol
305.663.6343
ariverol@cityofsouthmiaml.net
305.663.6343
ariverol@cityofsouthmiami.net
Item No.
115.0108
450.0006
450.0033
663.0050
880.4040
Description
Continued from page 1
Coin Canister-L2
spares
Key-Hopp/Canister Acc-S/LRlL2
Key-Bill Stacker Access-L2
Paper 2in
included
Coin Shutter-L2
included
Warranty Year 1 and 2
included
41800 Shipping
included in base price ...
Installation provided by Parker Systems and billed direc!.
Training provided by Parker Systems and billed direc!.
Please review all details on this quote, including
ship to eddress, EIN number, and key code.
II you would like to proceed with placing this
order, please submn a matching signed quote
to fax 604.687.4329.
Iris quote provided separately.
Order will not be accepted without signed
Iris/EMS quote being returned to T2.
'Pricing in accordance wnh the City of Miami Beach
Agreement, RFP-46-10-11.
Unit
Each
Each
Each
Each
Each
Qty.
6
2
2
2
3
Ship To:
City of South Miami
6130 SW 72 S!.
South Miami, FL 33143
USA
Carios Marenco
305.663.6384
cmarenco@lazparking.com
Unit
Price
124.00
Page: 2
Tolal Price
23,100.00
744.00
T2 Systems Canada Inc.
330-4321 Still Creek Drive
Bu rnaby, BC V5C 6S7
Phone: 1.888.687.6822
Fax: 604.687.4329
GST #: 86910 7094 RT0001
US Tax 10 #: 98-0603996
Bill To:
City 01 South Miami
6130 Sunset Dr.
South Miami, FL 33143
USA
Mredo Riverol
305.663.6343
ariverol@cityolsouthmiami.net
Item No. Description
SALES QUOTE
Sales Quote No.: 37375
Sales Quote Date: October 1 , 2015
Location Code: MAIN WHSE
~'CONFIDENTIAL ...
SellTo:
City 01 South Miami
6130 Sunset Dr.
South Miami, FL 33143
USA
Mredo Riverol
305.663.6343
ariverol@cityofsouthmiami.net
Unit
Amount Subject to
Sales Tax
0.00
Amount not Subject to
Sales Tax
23,844.00
Quote Is valid for 90 days from Quote date.
Terms and Conditions of Sale are available at http://www.dlgitalpaytech.com/terms
Qty.
12
Ship To:
City 01 South Miami
6130 SW 72 SI.
South Miami, FL 33143
USA
Carlos Marenco
305.663.6384
cmarenco@lazparking.com
Subtotal:
Total Tax:
USDTotal:
Unit
Price
Page: 3
Total Price
23,844.00
0.00
23,844.00
Please note that if sales taxes are not charged, if applicable, taxes should be self-assessed and remitted to the appropriate tax authorities.
Quote Acceptance: PO# PO Date Print Name Authorized Signatory Title
Thank you lor your business! Fax Back to: 604.687.4329
CONTRACT FOR PARKING PRODUCTS AND ASSOCIATED INSTALLATION
AND MAINTENANCE SERVICES
TIllS AGREEMENT made and entered into this dday of O(:r,,'Et"n ,20 Jf.
by and between the City of South Miami, a Florida municipal Corporation by and through its
City Manager (hereinafter referred to as "City") and 1'2 Systems Canada Inc., (hereinafter
referred to as "Contractor").
WITNESSETH:
WHEREAS, the City of Miami Beach solicited bids, pursuant to RFP #46-10/11, for
Parking Products and Associated Installation and Maintenance Services; and
WHEREAS, the City of Miami Beach, after completing a competitive bidding
process, awarded a contract to Contractor, and
WHEREAS, the City of South Miami desires to utilize the City of Miami Beach
Contract and pursuant to authority of the City of South Miami's Charter.
NOW, THEREFORE, the City and the Contractor, each through their authorized
representative/official, agree as follows:
J. The City desires to enter into a Contract, under the same terms and
conditions as set forth in the solicitation and the agreement between City of Miami Beach
and Contractor, pursuant RFP #46-10/11.
2. The City has reviewed the contract and agrees to the terms and conditions and
further agrees to the fair and reasonableness of the pricing. Contractor hereby agrees to
provide such services under the same price(s), terms and conditions as found in the
solicitation documents and the response to the solicitation, pertinent copies of which are
attached hereto as Exhibit A and made a part hereof by reference, and the agreement and/or
the award between City of Miami Beach and Contractor., pursuant RFl> #46-10/11, a copy
of which, including any amendments and addendums thereto, is attached hereto and made a
part hereof by reference.
3. All references in the contract between City of Miami Beach and Contractor,
shall be assumed to pertain to, and are binding upon Contractor and the City of South Miami.
All decisions that are to be made on behalf of the City, as set forth in the City of Miami
Beach's RFP #46-10/11 and its agreement with Contractor, shall be made by the City
Manager for the City of South Miami. The term of the contract, including all extensions
authorized by the contract shall not exceed five years. Notwithstanding anything contained
in the RFP #46-10/11 or the City of Miaroi Beach contract to the contrary, this agreement
shall be governed by the laws of the State of Florida and venue for all dispute resolutions or
litigation shall be in Miami-Dade County, Florida.
4. PubliC Records: Contractor and al1 ofits subcontractors are required to
Thomas F. Pepe-7-16-14
Page 1 of3
comply with the public records law (s.119.0701) while providing goods and/or Services on
behalfofthe CITY and the Contractor, under such conditions, shall incorporate this
paragraph in all of its subcontracts for this Project.
s. Waiver Jury Trial: City and Contractor knowingly, irrevocably voluntarily
and intentionally waive any right either may have to a trial by jury in State or Federal Court
proceedings in respect to any action, proceeding, lawsuit or counterclaim arising out of the
Contract Documents or the performance of the Work thereunder.
6. Validity of Executed Copies: This agreement may be executed in several
counterparts, each of which may be construed as an original.
7. Governing Laws and Venne: This Agreement and the performance of
services hereunder will be governed by the laws of the State of Florida, with exclusive venue
for the resolUtion ofany dispute being a court of competent jurisdiction in Miami-Dade
County, Florida.
8. Attorneys' Fees and Costs: In the event of any litigation between the parties
arising out of or relating in any way to this Agreement or a breach thereof, each party shall
bear its own costs and legal fees. Nothing contained herein shall prevent or prohibit the right
to be indemnified for any attorney fees incurred in the defense of an action by a person or
entity who is not a party to this Agreement.
9. Severability: If any term or provision of this Agreement or the application
thereof to any person or circumstance shall, to any extent, be invalid or unenforceable, the
remainder of this Agreement, or the application of such term or provision to persons or
circumstances other than those to which it is held invalid or unenforceable, shall not be
affected thereby and each term and provision of this Agreement shall be valid and
enforceable to the fullest extent permitted by law.
IN WITNESS WHEREOF, and as the duly authorized act of the parties, the undersigned
representatives of the parties hereto have caused this instrument to be signed in their respective
names by their proper officials and to be attested by their respective Clerks the day and year first
above written.
T2 Systems Canada Inc:
By: <:c'st§i~s &&tiit *
~\:\'K\$ c.~~ I ~'P' .. (;rK...
(type name and title of signatory above)
ATTEST: CITY OF SOUTH MIAMI
By: -,....,...-:-:-::-,....,...--:--:::c=-
Maria M. Menendez, CMC
City Clerk
Thomas F. Pepe-7-16-14
By: _--:-_----:-:------:-__ _
Steven Alexander
City Manager
Pagelof3
Read and Approved as to Form,
Language, Legality and Execution
Thereof
By:_=-_~-;;:-___ _
Thomas F. Pepe
City Attorney
Thomas F. Pepe-7-16-14
Page30f3
AGREEMENT FOR PARKING PRqDUCTS AND ASSOCIATED INSTALLATION AND
MAINTENANCE SERVICES
This Agreement made this l~ day of A...,,<;. ... -n. .2012 ("Effective Date") is by
and between Digital Payment Technologies Corp. ("OPT"), a Cana,dian corporation
with a place of business at Suite 330-4260 Still Creek Drive, Burnaby, BC V5C 6C6,
Canada and the City of Miami Beach, ("City") with a place of business at City Hall,
1700 Convention Center Drive, Miami Beach, Florida, 33139, USA.
RECITALS:
WHEREAS, OPT is the manufacturer of the LUKE" pay station; and
WHEREAS, City is desirous of purchasing up to 750 LUKE pay stations,
associated pay station spare parts and enterprise management system services at the
prices outlined in Exhibit A; and
WHEREAS, City is desirous of obtaining installation and maintenance services
through OPT from a local service company; and
WHEREAS, OPT is willing to supply the products and services to the City all in
accordance with the terms and conditions set forth in this Agreement.
Based on the foregoing recitals and in consideration of the premises and mutual
covenants herein contained and for other good and valuable consideration (the receipt
and sufficiency of which is acknowledged by each of the parties), the parties agree as
follows:
TABLE OF CONTENTS
1. DEFINITIONS
2. PRICE
3. PROPOSAL DOCUMENTS
4. ORDERS
5. DELIVERY AND ACCEPTANCE
6. SHIPMENT & RISK OF LOSS
7. EMS SERVICES
8. INSTALLATION & MAINTENANCE SERVICES
9. PAYMENT
10. WARRANTY & EXTENDED WARRANTY
11. LICENSE RIGHTS
12.CONFIDENTIAL INFORMATION
13. INTELLECTUAL PROPERTY
14. TRADEMARKS; PROMOTIONAL MATRIALS
15. INDEMNIFICATION
16. INSURANCE
17. TERM AND TERMINATION
18. TERMINATION BY CITY FOR DEFAULT
19. TERMINATION FOR CONVENIENCE
20. TERMINATION FOR CAUSE BY OPT
21. NOTICES
PAGE NO.
2"
3
4
4
5
5
6
6
6
7
7
7
7
8
8
8
10
11
11
11
12
22. GENERAL
EXHIBITS:
A.
B.
C.
D.
E.
F.
G.
H.
I.
PRODUCTS AND SERVICES PRICE LIST
METER HARDWARE ACCEPTANCE TEST
WARRANTY AND EXTENDED WARRANTY
EMS TERMS OF SERVICE
END USER LICENSE AGREEMENT
CITY OF MIAMI BEACH RFP NO. 46-10111
OPT RESPONSE TO CITY OF MIAMI BEACH RFP NO. 46-10111
PURCHASE ORDER # 019029
SALES QUOTE # 20642
CONTROLLING PARTS:
12
In the event of a conflict amongst the documents comprising this Agreement, the order
of priority shall be as follows:
First -this Agreement, excluding the exhibits
Second -CITY OF MIAMI BEACH RFP NO. 46-10/11
Third -OPT RESPONSE TO CITY OF MIAMI BEACH RFP NO. 46-10/11
Fourth -the remaining exhibits to the Agreement,
The EMS Terms of Service at Exhibit 0 prevail with respect to the EMS Terms of
Service and the order of precedence above shall have no application to any
interpretation of Exhibit D.
1. DEFINITIONS
For purposes of this Agreement and all Exhibits attached hereto, the following terms
shall have the meaning set forth below:
1.1. "Agreement" means this master sal!!s agreement, as amended from time to time.
1.2. Confidential Information" means all or any part of, whether originals or copies of,
any information of Discloser, in whatever form embodied, whether oral, written,
electronic, that Discloser has provided to Recipient at any time, before, on or after
the date of this Agreement, including, without limitation, all information conceming
Discloser's past, current, and planned products, services, hardware, specifications,
software, fees, prices, concepts, know-how, technical information, deSigns,
methodologies, procedures, research, data, services, financial information,
business activities, marketing plans, business strategies, other proprietary
information and the like, and all analyses, compilations, data, studies, reports or
other documents prepared or derived therefrom, but excluding: (a) information
that at the time of disclosure was, or becomes, part of the public domain (through
a source other than Recipient or a breach of this Agreement); (b) information
lawfully obtained from a third party that was not under, and did not impose, an
obligation of confidentiality with respect to such information; (c) information that is
independently developed by Recipient without use of, or reference to, Confidential
Information; (d) information that was known by Recipient prior to disclosure by
2
Discloser (as evidenced by written records) and (e) information that is subject to
disclosure pursuant to Florida public records law and including, without limitation,
Chapter 119, Florida Statutes, as same may be amended from time to time. When
either party is disclosing Confidential Information to the other, the disclosing party
is referred to herein as "Discloser." When either party is receiving Confidential
Information, the receiving party is referred to herein as "Recipient."
1.3. "Delivery Date" means the date on which delivery of Product(s) is properly
requested in a Purchase Order and accepted by OPT.
1.4. "EMS Services" means the Enterprise Management System services, an intemet
based server hosted by OPT that provides additional functionality to pay stations
that have connectivity to the Intemet.
1.5. "Intellectual Property Rights" has the meaning set forth in Section 13.
1.6. "Invoice" means a OPT invoice issued to the City in accordance with the terms of
this Agreement.
1.7. "Party" means the City or OPT; ·Parties" means the City and OPT. As used in this
Agreement, references to "third parties" means persons or entities other than a
Party.
1.8. "Products" means the current specific Parking Products identified by OPT's part
numbers listed on Exhibit A attached hereto, a general description of which is set
forth OPPOSite each such part number, including the licenses required for the
operation of the Products. Products shall also include any such products as
changed or modified by OPT in a manner that does not substantially alter the form,
fit or function of any such product.
1.9. "Proposal Documents" means City of Miami Beach RFP No. 46-10/11 (and any
amendments and exhibits thereto), and OPT response to RFP No. 46-10/11.
1.10. "Purchase Order" means a City purchase order issued to OPT in accordance with
the terms of this Agreement.
1.11. "Specifications· means information specifying the technical and performance
criteria for Products that is published in OPT's standard product guides in effect on
the date Products are shipped in response to a Purchase Order.
1.12. "Sub-Contractor" means Standard Parking Corporation, which will provide
installation and maintenance services to the City hereunder.
1.13. "Trademarl<s" means OPT's trademarks, logos etc., which are affixed either to the
Products or on the packages/containers in which such Products are shipped, or
which are included in written materials relating to or mentioning the Products.
2. PRICE
2.1. Exhibit A attached hereto sets forth net sales prices for the Products, EMS
Services, extended warranty, installation, and support services and license ·fees.
3
2.2. All prices are subject to a potential annual increase up to a maximum of 2.5% (two
and one-half percent), subject further to the prior written approval of the City,
which approval shall not be unreasonably withheld. OPT shall provide the City with
at least thirty (30) days prior written notice of any proposed pricing changes, and
written documentation supporting the proposed increase that may occur from time
to time during the term of this Agreement.
2.3. The City shall pay OPT for each Product ordered pursuant to this Agreement an
amount equal to the net sales price of such Product, as set forth on the Exhibit uN
in effect at the time the order is received by OPT.
2.4. Prices given in Exhibit A are exclusive of, and the City shall be responsible for the
payment of, shipping charges (including freight and customs fees), as well as any
applicable sales, use, service, value added and similar taxes.
2.5. Any new hardware or software Products released after the signing of this
Agreement will be quoted to the City at the new list price and the City will be
eligible to purchase such new Products in line with the percentage discounts
applied from time to time to the prices outlined in Exhibit A.
3. PROPOSAL DOCUMENTS.
Notwithstanding the description of OPT's services and without limitation, OPT shall
provide any and all work and services as set forth in, and in accordance to the
requirements of, the Proposal Documents (which are attached as Exhibits up and
"Go hereto and are hereby deemed incorporated by reference as if fully set forth
herein).
4. ORDERS
4.1 All orders for the purchase of Products hereunder shall be submitted to OPT on a
Purchase Order and shall specifically reference this Agreement. All orders are
subject to acceptance by OPT, which shall not be unreasonably withheld.
4.2 Purchase Orders will include the quantities and types of Products to be purchased
by the City with an estimated schedule for delivery. Prior to delivery and subject
to OPT's approval, the City may request an adjustment to the quantity, type and
Delivery Date ofthe Products listed on the Purchase Order.
4.3 Upon acceptance of a Purchase Order, OPT shall use best efforts to manufacture
the Products in accordance with the SpeCifications and to ship such Products in
accordance with the delivery requirements and Delivery Dates.
4.4 OPT agrees to provide the City with notice one hundred and eighty (180) days in
advance of (i) any changes to the Products listed in Exhibit A that alter the form, fit
or function of the Product or (Ii) the discontinuance of any Product. OPT reserves
the right in its sole and absolute discretion to modify the form, fit or function of any
Product, or to otherwise modify any Product, and to discontinue the manufacture
of any Product, except that for Products which have been discontinued, OPT shall
remain obligated to fill orders as have been placed by the City that are subject to
4
accepted Purchase Orders. The City reserves the right to terminate this contract
with no penalty with sixty (60) day written notice should the Products change in a
manner rendering the Products unfit for the City's purpose of use. Notwithstanding
any such termination, the City shall remain obligated to purchase all Products
subject to Purchase Orders previously issued by the City and accepted by DPT
provided that the Products delivered have not been changed as set forth herein.
4.5 The City has requested DPT to manufacture and ship, at a minimum, (i) 100 LUKE
II pay stations to the City no later than September 15,2012, and (ii) 100 LUKE II
pay stations to the City no later than October 30, 2012, each in accordance with
Sales Quote #20642 as attached hereto as Exhibit I, prior to the issuance by the
City of a Purchase Order and DPT has agreed to the request. The City will submit
a Purchase Order for the 200 pay stations on or before October 15, 2012.
Payments terms for the 200 pay stations shall be in accordance with Section 9
below.
5. DELIVERY AND ACCEPTANCE
5.1 DPT shall use best efforts to deliver Products to the City on the Delivery Dates set
forth in Purchase Orders accepted by DPT. Unless OPT otherwise agrees, all
Delivery Dates shall be up to eight (8) weeks for non-custom orders and up to
sixteen (16) weeks for custom orders. DPT agrees to pay the City $500 per unit
per day for late deliveries beyond the Delivery Date.
5.2 The City shall inspect and test all Products upon receipt in accordance with the
testing and acceptance criteria as set out in Exhibit B and shall notify OPT upon
acceptance. The City will be deemed to have affected final acceptance of the
Products on the ninetieth (90th) day after the date of installation, unless written
notice is received by DPT on or before such day setting out a reasonable
explanation for the non-conformity of the Products. In the event of non-conformity,
DPT shall make best efforts to correct the deficiency or replace the non-
conforming parts or Products within fifteen (15) days of notification by the City. The
City must re-test the Products within fifteen (15) days from the date of the
correction or replacement and must notify DPT confirming either acceptance or
further non-conformity. In the absence of such notice, the City will be deemed to
have affected final acceptance of the re-tested Products at the end of the fifteenth
(15th) day re-testing period. The City shall pay all invoices in accordance with
Section 9. All Products will be subject to the testing and acceptance criteria at
Exhibit B regardless of the payment terms. The City may reject any non-
confirming parts or Products within the timeframe stipulated herein,
notwithstanding any prior payment.
6. SHIPMENT AND RISK OF LOSS
6.1 All Products delivered pursuant to the terms of this Agreement shall be F.O.B. City
of Miami Beach, freight prepaid and added to the invoice, to the City's address or
other place of delivery as designated from time to time by the City. All customs,
duties, costs, taxes, insurance premiums, and other expenses relating to such
transportation and delivery shall be at the City's expense.
s
6.2 Title to the Products will remain with OPT until such Products have been paid for in
full. However, such Products will be entirely at the City's risk from the date of
delivery. The City will ensure that the Products are insured against "all risks" from
delivery date, and continuously thereafter until all amounts due to OPT are paid in
full. Such insurance will be for no less than the total amount owing to OPT with
loss first payable to OPT.
7. EMS SERVICES
The Enterprise Management System (EMS) is an intemet based service hosted by
DPT. EMS provides additional functionality to pay stations which have connectivity
to the internet. These applications are paid for on a monthly basis and include
features such as real time credit card processing, monitoring and alarming,
reporting and remote rate setting. DPT shall use a wireless carrier
communications network for wireless data services that is pervasive and robust as
it relates to levels of performance, applications, equipment, software, components,
and is based upon ratified standards, further taking in
consideration performance, capacity, signal coverage, reliability, features,
maintenance, and efficiency of frequency use. DPTs solution shall not include any
technology or equipment which is in beta stage.The terms and conditions for EMS
services are attached hereto as Exhibit D and prevail with respect to the EMS
terms.
8. INSTALLATION AND MAINTENANCE SERVICES
8.1 The Sub-Contractor, Standard Parking Corporation, is a Florida based parking
operator, installation and maintenance services company for the parking industry.
OPT will engage the Sub-Contractor to provide the installation and maintenance
services outlined at Exhibit A throughout the term of this Agreement.
9. PAYMENT
9.1 Upon shipment of the Products, OPT shall submit an Invoice to the City. All
Invoices shall include a reference to the corresponding Purchase Order. The City
agrees to pay the amount of Invoices submitted by DPT within one hundred and
thirty five (135) days from date of the Invoice.
9.2 The City agrees to pay for the 113 pay stations listed in Purchase Order # 019029
as attached hereto as Exhibit H within 15 days from the date of delivery.
9.3 If payment is not received by the due date, a finance charge of 1.5 % per month
(18% per year), or the maximum amount allowable by law whichever is lower, will
be added to unpaid Invoices from the due date thereof. The City agrees to pay
such finance charges and agrees to reimburse OPT reasonable attorney's fees
and other out of pocket expenses of collection if DPT engages counsel and/or
incurs expenses to collect overdue amounts.
9.4 The City may receive a discount of 2% (two percent) off the invoiced equipment
value for prepayment of the full value of the order at the time the order is placed.
6
9.5 Failure to pay invoices within the stipulated payment tenns may resuH in
adjustment to the discount levels contained in this Agreement.
10. WARRANTY AND EXTENDED WARRANTY
10.1 OPT's standard warranty terms apply to all Products purchased under this
Agreement for a period of two (2) years from the date of installation, as set forth in
the express written warranty terms (as may be amended from time to time)
accompanying the delivery of the Products. A copy ofthe standard warranty terms
is attached hereto and made a part hereof as Exhibit C. OPT will also provide any
new software releases for a period of two (2) years at no cost to the City. The City,
at sole and absolute discretion, may extend the warranty period for an additional
three (3) years, under the terms and condition contained herein, by giving notice to
OPT within ninety (90) days before the end of the existing warranty period.
11. LICENSE RIGHTS
11.1 OPT's standard license agreements apply to all Products purchased under this
Agreement, as set forth in the express written end-user license terms (as may be
reasonably amended from time to time) accompanying the delivery of the
Products. A copy of the standard end-user license terms is attached hereto and
made a part hereof as Exhibit E.
12. CONFIDENTIAL INFORMATION
OPT acknowledges that all Confidential Infonnation it discloses pursuant to this
Agreement may be subject to disclosure pursuant to Florida Public Records Law
including, without limitation, Chapter 119, Florida Statutes, as same may be
amended from time to time. Notwithstanding, the forgoing, each party agrees to
protect and safeguard Confidential Infonnation of the other party from loss, theft or
destruction using the same degree of care as it uses to protect its own confidential
information of a like nature, but in no event less than a reasonable standard of
care.
13. INTELLECTUAL PROPERTY
13.1 Subject to Section 13.4, OPT agrees to defend and indemnify City for all direct
losses, costs and damages resulting from a detennination that the Products as
supplied to City infringe any Canadian or United States patent rights, copyrights or
trademarks provided that: City promptly notifies OPT in writing upon City becoming
aware of the existence of any such suit, action, proceeding or threat; and
reasonably cooperates with OPT. In no event shall City consent to any judgment
or decree or do any other act in settlement of any such claim without OPT's
express prior written consent. In no event will OPT be liable for the payment of any
amount agreed to in settlement without its express consent.
13.2 In the event that the City is enjoined from its use of the Products due to a
proceeding based upon the infringement of patent, copyright or trademark in the
United States or Canada, OPT shall, at its option, either:
7
(a) promptly render the Product non-infringing and capable of providing services
as intended; or
(b) procure for City and its customers the right to continue using the Product; or
(c) replace the Product with non-infringing goods; or
(d) remove the Product and refund the purchase price and transportation costs
thereof, less a reasonable amount for depreciation.
13.3 DPT shall have no liability in respect of any claim based upon:
(a) use, operation or combination of the Product with software, hardware, data,
or equipment not supplied by DPT if such infringement would have been
avoided but for such use, operation or combination; or
(b) use of the Products other than in accordance with DPTs specifications if
such infringement would have been avoided but for use of the Products not in
accordance with DPT specifications; or
(c) Products that have been modified by any party other than DPT if such
infringement would have been avoided but for such modification.
13.4 ENTIRE LIABILITY. THE FOREGOING CONSTITUTES THE ENTIRE LIABILITY
OF DPT WITH RESPECT TO INFRINGEMENT OF PATENTS, COPYRIGHTS,
TRADE SECRETS AND OTHER INTELLECTUAL OR INDUSTRIAL PROPERTY
RIGHTS BY PRODUCTS, SERVICES AND RELATED MATERIALS
PURCHASED OR LICENSED PURSUANT TO THIS AGREEMENT.
14. TRADEMARKS; PROMOTIONAL MATERIALS
14.1 DPT hereby grants the City a non-transferable, non-sublicensable, non-exclusive
license to use the Trademarks, without modification unless approved by DPT
solely in connection with the City's marketing and use of the Products in the City
facilities.
15. INDEMNIFICATION
15.1 DPT agrees to indemnify and hold harmless the City of Miami Beach and its
officers, employees, and agents, from and against any and all actions, claims,
liabilities, losses and expenses, including but not limited to attorney's fees, for
personal, economic or bodily injury, wrongful death, loss of or damage to property,
in law or in equity, which arise from the negligent acts or omissions or other
wrongful conduct of DPT, its employees, or agents in connection with the
performance of service pursuant to this Agreement; DPT shall pay all such claims
and losses and shall pay all such costs and judgments which may issue from any
lawsuit arising from such claims and losses, and shall pay all costs expended by
the City in the defense of such claims and losses, including appeals.
15.2 EXCEPT AS OTHERWISE SET FORTH IN THIS AGREEMENT, IN NO EVENT
SHALL DPT BE LIABLE, WHETHER IN CONTRACT, TORT, WARRANTY, OR
UNDER ANY STATUTE (INCLUDING WITHOUT LIMITATION ANY TRADE
8
!
PRACTICE, UNFAIR COMPETITION OR OTHER STATUTE OF SIMILAR
IMPORT) OR ON ANY OTHER BASIS, FOR INDIRECT, PUNITIVE, MULTIPLE,
INCIDENTIAL, CONSEQUENTIAL OR SPECIAL DAMAGES SUSTAINED BY
THE CITY OR ANY OTHER PERSON ARISING OUT OF OR IN CONNECTION
WITH ANY ASPECT OF THIS AGREEMENT OR ITS PERFORMANCE OR ANY
FAILURE IN PERFORMANCE OR BREACH, OR THE USE OR PERFORMANCE,
OR CONSEQUENCES OF USE OR PERFORMANCE, OF ANY PRODUCTS
MANUFACTURED OR FURNISHED BY OPT WHETHER OR NOT
FORESEEABLE AND WHETHER OR NOT OPT IS ADVISED OF THE
POSSIBILITY OF SUCH DAMAGE, INCLUDING, WITHOUT LIMITATION,
DAMAGES ARISING FROM OR RELATED TO LOSS OF USE, LOSS OF DATA,
FAILURE OR INTERRUPTION IN THE OPERATION OF ANY EQUIPMENT OR
SOFTWARE, DELAY IN REPAIR OR REPLACEMENT, OR FOR LOSS OF
REVENUE OR PROFITS, LOSS OF GOODWILL, OR LOSS OF BUSINESS
UNLESS EXPLICITLY PROVIDED FOR HEREIN. IF, DESPITE THE
FOREGOING LIMITATIONS, OPT IS HELD LIABLE TO CITY UNDER ANY
PROVISION OF THIS AGREEMENT, THE ENTIRE AND SOLE LIABILITY OF
OPT SHALL BE LIMITED TO 100% OF THE TOTAL AMOUNT OF THIS
AGREEMENT MINUS ANY FEES PAID BY THE CITY FOR THE PARTICULAR
SERVICES TO WHICH THE LIABILITY RELATES.
15.3 Whenever any claim shall arise for indemnification hereunder, the party seeking
indemnification (the "Indemnified Party") shall promptly notify the party from whom
indemnification is sought (the "Indemnifying Party"). Such notice shall specify the
nature of the claim and, when known, the facts constituting the basis therefor, as
well as any amount or an estimate of the amount of the liability claimed by any
such party for such claim. Failure to promptly notify shall not relieve a Party from
its indemnity obligations hereunder except to the extent of prejudice caused by
such failure. The Indemnified Party shall not settle or compromise any claim by a
third party for which it is entitled to indemnification hereunder without the prior
written consent of the Indemnifying Party, which shall not be unreasonably
withheld, unless suit shall have been instituted against it and the Indemnifying
Party shall not have taken control of such suit after notification thereof as provided
in this Section 15.4.
15.4 In connection with any claim giving rise to indemnity under Section 15 of this
Agreement, the Indemnifying Party at its sale cost and expense may, upon written
notice to the Indemnified Party, assume the defense of any such Claim or legal
proceeding if it acknowledges to the Indemnified Party in writing its obligations to
indemnify the Indemnified Party with respect to all elements of such claim. The
Indemnified Party shall be entitled to participate in (but not control) the defense of
any such action, with its counsel and at its own expense. If the Indemnifying Party
9
does not assume the defense of any such claim or litigation resulting therefrom
within thirty (30) days after the date notice of such claim is given, the Indemnified
Party may defend against such claim or litigation, without prejudice to pursue its
rights of indemnification. In such event, the Indemnified Party may defend in a
manner as it may deem appropriate, including, but not limited to, settling such
claim or litigation, but only after giving written notice of the same to the
Indemnifying Party, on such terms as the Indemnified Party may deem
appropriate, and the Indemnifying Party shall be entitled to participate in (but not
control) the defense of such action, with its counsel and at its own expense. The
Parties shall cooperate with each other in the defense of any such third party claim
pursuant to this Section 15.
16. INSURANCE
OPT, at its own expense, shall keep in force and at all times maintain during the
term of this Agreement:
(a) Commercial General Liability Insurance:
Commercial General Liability Insurance, issued by responsible insurance
companies and in a form acceptable to the City's Risk Manager, protecting
and insuring against all the foregoing with coverage limits of not less than
One Million Dollars ($1,000,000) per occurrence for Bodily Injury and
Property Damage.
(b) Workers' Compensation Coverage:
Worker's Compensation and Employer's Liability per the statutory limits of
the province of British Columbia.
(c) Insurance Certificates:
OPT shall provide the City with Certificate(s) of Insurance on all the policies
of insurance and renewals thereof, in a form(s) acceptable to the City's Risk
Manager. Said Commercial General Liability policy shall provide that the City
of Miami Beach, Florida, shall be named as an additional insured. The City
shall be notified in writing of any reduction, cancellation or substantial change
of policy or policies at least thirty (30) calendar days prior to the effective date
of said action. All insurance policies shall be issued by responsible
companies who are acceptable to the City and licensed and will have a
Best's rating of at least B+ and a Best's Financial Size category of Class VI
according to the most current edition of Best's Key Rating Guide.
17. TERM & TERMINATION
17.1 The term of this Agreement shall be for the period beginning on the Effective Date
and shall continue for a two (2) year period and may be extended for a further
10
period by the parties in writing subject to the sole discretion and approval of the
City.
18. TERMINATION BY CITY FOR DEFAULT
18.1. If through any cause within the reasonable control of OPT, it shall fail to fulfill in a
timely manner, or otherwise violate any of the covenants, agreements, or
stipulations material to the Agreement, the City shall thereupon have the right to
terminate the services then remaining to be performed by giving written notice to
OPT of such termination which shall become effective upon receipt by OPT of the
written termination notice.
18.2. In that event, the City shall compensate OPT in accordance with the Agreement for
all services performed by OPT prior to termination, net of any costs incurred by the
City as a consequence of the default.
18.3.Notwithstanding the above, OPT shall not be relieved of liability to the City for
damages sustained by the City by virtue of any breach of the Agreement by OPT,
and the City may reasonably withhold payments to OPT for the purposes of off set
until such time as the exact amount of damages due the City from OPT is
determined.
19. TERMINATION FOR CONVENIENCE OF CITY
The City may, for its convenience, terminate the services then remaining to be
performed at any time without cause by giving written notice to OPT of such
termination, which shall become effective thirty (30) days following receipt by OPT
of such notice. If the Agreement is terminated by the City as provided in this
section, the City shall compensate OPT in accordance with the Agreement for all
Products delivered and services actually performed by OPT up to the date of
termination. No compensation shall be due to OPT for any profits that OPT
expected to earn on the balance of the Agreement. Such payments shall be the
total extent of the City's liability to OPT upon a termination as provided for in this
section.
20. TERMINATION FOR CAUSE BY DPT
20.1. OPT may terminate its performance under this Agreement only if the City defaults
and fails to cure the defauH after receiving written notice of it. Oefault by the City
occurs if the City fails to perform one or more of its material duties under this
Agreement. If a default occurs and OPT wishes to terminate the Agreement,
then OPT must deliver a written notice to the City describing the defauH and the
proposed termination date. The date must be at least 30 days after the City
receives notice. OPT, at its sole option, may extend the proposed termination
date to a later date. If the City cures the default before the proposed termination
date, then the proposed termination is ineffective. If the City does not cure the
default before the proposed termination date, then OPT may terminate its
performance under this Agreement on the termination date.
21. NOTICES
11
All notices and requests required or authorized hereunder shall be given in writing
either by personal delivery; by registered or certified mail, retum receipt requested;
or other electronic transmission. Such notice shall be deemed to have been given
upon such date that it is so personally delivered; the date three (3) days after it is
deposited in the mail; or the date the same is received by the receiving party's
email, irrespective of the date appearing therein.
If to OPT:
Digital Payment Technologies Corp.
Suite 330, 4260 Still Creek Drive
Burnaby, BC Canada
V5C6C6
Attention: General Counsel
Tel: 604-688-1959
22. GENERAL
22.1 Force Majeure
If to the City:
City of Miami Beach
City Hall
Attention: City Manager
1700 Convention Center Drive
Miami Beach, Florida
With Copies to:
City of Miami Beach Parking Department
Attention: Saul Frances, Parking Director
1755 Meridian Avenue, Suite 200
Miami Beach, Florida 33139
City of Miami Beach City Attorney's OffIce
City Hall
Attention: Jose Smith, City Attorney
1700 Convention Center Drive
Miami Beach, Florida 33139
Except with respect to the payment of money, neither party shall be liable for any
failure or delay in its performance under this Agreement due to causes, including,
but not limited to, acts of civil or military authority, fires, epidemics, floods,
earthquakes, riots, wars, sabotage, labor shortages or disputes, and
govemmental actions, which are beyond its reasonable control; provided that the
delayed party: (i) gives the other party written notice of such cause and (Ii) uses
Its reasonable efforts to correct such failure or delay in its performance. The
delayed party's time for performance or cure under Section 18 shall be
extended for a period equal to the duration of the cause.
22.2 Relationship of Parties
12
The parties to this Agreement are independent contractors. Neither party nor
their respective employees, consultants, contractors or agents are agents,
employees or joint ventures of the other, nor do they have any authority to bind
the other by contract or otherwise to any obligation. Neither party will represent
to the contrary, either expressly, implicitly, by appearance or otherwise.
22.3 Assignment
Neither DPT, on one hand, nor the City, on the other hand, may assign this
Agreement in whole or in part without the consent of the other, except if such
aSSignment occurs in connection with the sale or transfer of all or substantially all
of the business and assets of DPT, on the one hand, or the City, on the other, to
which the subject matter of this Agreement pertains.
22.4 Successors in Interest
Subject to Section 18, the rights and liabilities of the parties hereto will bind and
inure to the benefit of their respective successors, executors and administrators,
as the case may be.
22.5 Applicable Law
This Agreement shall be govemed by the laws of the State of Florida. Any and all
legal action necessary to enforce the Agreement will be held in Miami-Dade
County, Florida. By entering into this agreement, DPT and City hereby expressly
waive any rights either party may have to a trial by jury of any civil litigation related
to this agreement.
22.6 Severability
If for any reason a court of competent jurisdiction finds any provision of this
Agreement, or portion thereof, to be unenforceable, that prOVision of the
Agreement shall be enforced to the maximum extent permissible so as to affect
the intent of the parties, and the remainder of this Agreement shall continue in full
force and effect.
22.7 No Waiver
Failure by either party to enforce any provision of this Agreement shall not be
deemed a waiver of future enforcement of that or any other provision.
22.8 Complete Agreement
13
This Agreement, including all Exhibits, and the Proposal Documents , constitutes
the entire agreement between the parties with respect to the subject matter hereof,
and supersedes and replaces all prior or contemporaneous understandings or
agreements, written or oral, regarding such subject matter. No amendment to or
modification of this Agreement shall be binding unless in writing and signed by a
duly authorized representative of both parties.
22.9 Third Party Beneficiaries
No third party beneficiary rights are conferred or are intended to be conferred by
this Agreement.
22.10 Survival
DPT and CHy shall remain obligated to each other under all sections of this
Agreement that expressly or by their nature extend beyond the expiration or
termination of this Agreement, including but not limited to, the indemnity
provisions.
EXECUTION PAGE FOLLOWS·
14
IN WITNESS WHEREOF, the City of Miami Beach, at a regular meeting thereof, by action
of the City of Miami Beach Mayor and Commission directing the foregoing be adopted, has
caused these presents to be signed by the Mayor and City Clerk, and its seal to be
hereunto affixed, and Digital Payment Technologies Corp. has executed this contract, all
as of the day and year first above written.
and Legal Sufficiency.
By:, _________ _
Attest:
Corporate Secretary
(Affirm Corporate Seal)
CITY OF MIAMI BEACH
Date: gilD' 12
DIGITAL PAYMENT TECHNOLOGIES
CORP.
Date: 4IJa().st 1, d-OI;)-
Name: ;k/rl'/ !i</1fSS"/,N.::f'/
Title: Chief Executive Officer
Approved by the Miami Beach Mayor and City Commission on April 11,2012, Item No.
R7C. ....1'!.x0,ffD M, TO
fORfIA & LANGUAGE.
& FOR EXECUTION
IS
EXHIBIT A
PRODUCTS AND SERVICES PRICE LIST
Exhibit A
PRODUCTS AND SERVICES PRICE UST
LUKE II Unit Pricing
Part Number Description Price
800.1106 LUKE" Base Config CRS 3563.99
100.0001 Custom Cast Color-L Included in base
880.4006 2in Thermal Printer 484.14
880.4003 12 Button keypad Included In base
880.4004 Coin -Escrow (for up to 750 pay stations) 714.31
880.4004 Coin -Escrow (for pay stations beyond first 750) 854.31
880.4000 US Bill, lK-Note-L2 833.36
880.4001 Dual Card ReaderL2 178.58
880.4040 Coin Shutter -L2 49.60
400.0303 Rain Cover L2 Included in base
880.1031 Decal Parking P Graphic Included in base
880.4047 Solar Panel, Ant L2 773.83
880.4024 GSM, Raven XT -S/L/L2 236.12
880.4028 GSM/CDMA Installation Kit 117.07
663.0050 Thermal Paper, T8, 60mm Included in base
100.1110 Multilingual Software 0.00
Optional Unit Upgrades
Part Number Description Price
880.4035 Upgrade Electronic Locks, upper 69.00
880.4037 Upgrade Electronic Locks, lower 69.00
TBD Upgrade to Electronic coin canister barrel locks 124.00
TBD Upgrade to Electronic bill stacker barrel locks 124.00
100.1081 Optional Custom Color Setup-L (per color, per part) 175.00
880.4025 WiFi Modem (substitute for GSM modem) 178.58
880.4029 WiFi Installation Kit (substitute for GSM installation kit) 99.21
880.4019 38-Button Keypad 115.00
880.4017 Contactless Payment 178.58
Initial Unit Setup Costs
Part Number Description Price
100.1108 Credit Card Processing Setup Fee Included
880.0086 OPT BOSS Suite Included
880.1028 USB Data Key Included
450.0018 Key Green Ext Access Included·
450.0019 Key Yellow Ext Access Included·
450.0020 Key Red Ext Access Included·
450.0006 Key Access Canister Included"
450.0033 Key Access Bill Stacke r Included·
·if mechanical locks selected
Spares Pricing
Part Number Description Price
110.0017 Controller -spare 1462.50
500.0131 Coin Acceptor (wlout escrow) 294.75
115.0108 Coin Canister Box Assembly -125 included 111.88
450.0006 Key Ca nister lid 4.50
521.0026 US Bill Validator 990.00
115.0132 lK-note stacker wI lock -125 included 123.12
450.0033 Key Bill Stacker Access 11.25
500.0115 Credit Card Reader -L2 249.75
500.0120 RFID Antenna and Controller 202.50
115.0087 LCD Display Color 351.00
165.0020 Lexan, Display 42.75
630.0032 Key Pad 38 button 157.50
500.0065 Communications Antenna 49.50
140.0145 Cable Antenna Communication 33.75
500.0111 GSM Modem Raven Xl 265.50
500.0121 WiFi Modem Ruckus 112.50
500.0116 Printer 2in 639.00
880.1202 Anti-Static Brush Kits 22.50
511.0003 Solar Regulator 164.25
605.0003 33hr Battery-L2/l/S 78.75
605.0004 18hr Battery-L2 65.00
515.0010 Solar Element 20W 276.75
105.0016 Pedestal Assembly 411.97
520.0028 Lock Programmable (mechanical) 76.50
450.0018 Key Green Ext Access 11.25
450.0019 Key Yellow Ext Access . 11.25
TBD Coin Canister Electronic Lock 124.00
TBD Bill Stacker Electronic Lock 124.00
880.4035 Maintenance I Collection Door Lock Elec Medeco -L2 69.00
880.4037 Collections Lock Elec Medeco -L2 69.00
663.0050 Thermal Paper, T8, 60mm 26.00
EMS Services
EMS Core (Real Time CC Processing, Alerts, Reports) $ 25.00
Digital Connect (2000 transactions/month/unit) $ 20.00
Extra transactions charged at $O.02/transaction
Value Card Processing $ 5.00
OPT/customer branded mag-stripe card authorization
Coupons $ 5.00
Extend-By-Phone $ 5.00
+ $0.25 per add-time transaction (payable by parker)
Verrus Pay by Phone Integration $ 5.00
Parkmobile Pay by Phone Integration $ 5.00
Digital API (Read)' $ 5.00
Digital API (Write)' $ 5.00
*Digltal API Read and Write are required for integrations with third party systems. Digital API (Read)
pulls information from the EMS system which customers can then inject into their own systems and
Digital API (Write) pushes information into the EMS system.
For example, to use Verrus Pay by Phone Integration and enforce via stall report, a customer would
select the following EMS Services:
• EMS Core
• Verrus Integration
For the same application, but with the ability enforce via T2 handheld, a customer would select the
above mentioned services as well as Digital API (Read), which would allow stall data to be pulled from
EMS into the handheld device. To use Parkmobile in place ofVerrus, Parkmobile Integration would be
selected.
Extended Warranty Pricing
Annual Extended Full Hardware and Software Warranty (per pay station) -Year 1
Annual Extended Full Hardware and Software Warranty (per pay station) -Year 2
Annual Extended Full Hardware and Software Warranty (per pay station) -Years 3-5
Annual Extended Full Hardware and Software Warranty (per pay station) -Years 6-7
··The City may elect to pre-pay the additional 5 years of hardware/software warranty for
$1,500,000.00, a savings of $168,750.00 over individual yearly purchase.
Details of OPT's Warranty and Extended Warranty coverage may be found in Exhibit C.
A summary of this warranty coverage is as follows:
included
included
$ 425.00··
$ 475.00··
• The City will contact OPT by telephone for all supported related services. OPT's telephone
support will be available 24 hours / 7 days a week with response timelines as outlined in
ExhibitC.
• Warranty includes advanced hardware replacement provided for parts not functioning
properly.
• Warranty includes software updates at no charge.
• As per the RFP requirements, the City will be responsible for all on-site Levell related
service. Levell related services are documented in OPT's troubleshooting and maintenances
manual and include:
• Responding to Jams (Coin, Bill, Printer)
• Coin and Bill Collections
• Replenishment (Paper)
• Uploading configurations
• Preventative maintenance as outlined in OPT's Maintenance Manual schedules.
• Hardware troubleshooting (trying known good parts)
• Break Fix (part swaps)
Onsite Maintenance Pricing
Annual Onsite Maintenance (per pay station per month) -Year 1
Annual Onsite Maintenance (per pay station per month) -Year 2
Annual Onsite Maintenance (per pay station per month) -Years 3-5
Annual Onslte Maintenance (per pay station per month) -Years 6-7
included
included
$ 32.00'"
$ 32.00'"
"'Prlce is subject to negotiation based on the number of LUKE II units purchased and the time of their
installation.
Standard Parking will provide on-site support for Level 2 services, when required. Level 2 services are
defined as on-site services the City requires after being unable to correct issues using the Levell
troubleshooting procedures outlined in the product manuals. Level 2 labor services would include:
• Upgrading Pay Station hardware to address problem's not solved by Levell troubleshooting
activities
• Pay Station hardware/software upgrades for new features
• Pay Station upgrades for bug fixes
• Telecommunication troubleshooting
• Enabling and gathering logging files for support
• Upgrades for new currency (such as US Mint releaSing new bills or coins)
During the first two years of maintenance coverage and as long as the City is under contract for
maintenance services at the fees outlined after year 2, the Level 2 Maintenance package provided by
Standard Parking will include:
• 5 complete sets of recommended spare components per 250 pay stations ordered. These
spare parts will be located at the .City's offices. Spare parts include V3 controller, coin
acceptor, bill validator, GSM modem, antennae, LCD screen, printer, 38 key alpha-numeric
keypad, solar regulator, and 33 Ahr and 18 Ahr batteries.
• 1 complete LUKE II pay station per 250 pay stations ordered. These pay stations will be
stored at the City's offices.
For reported problems requiring on-site service reported during regular business hours, the City will
contact OPT. OPT will then contact Standard Parking to provide on-site support within 24 hours after
being contacted by OPT. For reported problems requiring on-site service reported on evenings,
weekends, and holidays, on-site service will be provided on the next business day.
Installation
Install and commissioning (civil work, if required, is extra) $265 per pay station
Price includes pick up from warehouse, bolting it down to a concrete pad (concrete pad not included),
and turning it on. Unit is to be configured by the city and parking staff.
Pricing also assumes the City will assist Standard Parking and OPT in determining the approximate site
for any pay station that is not immediately obvious or establish the parameters in which the pay station
is to be installed under.
City will facilitate permitting or parking spare restrictions so that work can be completed in an
expeditious manner.
Training
80 hours of training Included
Additional One Day onsite manufacture training
Each Additional Day onsite manufacture training
$2,500
$750
Initial training will take place at a deSignated City facility to provide City employees with expertise in the
maintenance and repair of their product, Including, but not limited to installation, maintenance,
troubleshooting repairs, operations-programming, inventory, and collections.
RESOLUTION NO •. 2012-27891
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF
MIAMI BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE
CITY MANAGER PERTAINING TO THE RANKING OF FIRMS PURSUANT TO
REQUEST FOR PROPOSALS (RFP) NO. 46-10/11 FOR THE PURCHASE AND
INSTAI...LATION OF NEW MULTI-SPACE PAY STATIONS FOR THE CITY'S ON-
STREET AND OFF-STREET PARKING LOCATIONS; AUTHORIZING THE
ADMINISTRATION TO ENTER INTO NEGOTIATIONS WITH TOP-RANKED
FIRM, DIGITAL PAYMENT TECHNOLOGIES CORPORATION, AND SHOULD
THE ADMINSTRATION NOT BE ABLE TO NEGOTIATE AN AGREEMENT WITH
THE TOP-RANKED FIRM, AUTHORIZING THE ADMINISTRATION TO
NEGOTIATE WITH THE SECOND-RANKED FIRM, GLOBAL PARKING
SOLUTIONS USA, LLC; AND FURTHER APPROPRIATING FUTURE FUNDS
THROUGH THE CAPITAL BUDGETING PROCESS; AND FURTHER
AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE AN
AGREEMENT UPON THE COMPLETION OF SUCCESSFUL NEGOTIATIONS
BY THE ADMINISTRATION.
WHEREAS. the City's Parking Department currently has 500 multi-space pay
stations, in "pay and display" mode deployed throughout the City in on-street and off-street
locations; and
WHEREAS. these units were first installed in 2004 and are near the end of product
life and replacement parts are increasingly difficult to attain; and
WHEREAS. there are a number of manufacturers in the industry which provide
multi-space pay stations with enhancedfunctionalities, including pay and display; pay by
space; pay by cell; pay by license plate; and back of office functionalities; and
WHEREAS. the Mayor and City Commission at September 14, 2011, meeting,
authorized the Administration to issue an RFP for the purchase and installation of new
multi-space pay stations for the City's On-Street and Off-Street Parking Locations; and
WHEREAS. on September 23, 2011, RFP No. 46-10/11 was issued, and notices
were sent to over 35 firms, which resulted in the receipt of proposals from Digital Payment
Technologies Corporation; Global Parking Solutions USA, LLC; The Metric Group, Inc.
dlbla Metric Parking; MacKay Meters, Inc.; Parkeon, Inc.; and Ventek International; and
WHEREAS. on November 16, 2011, the City Manager via Letter to Commission
No. 293-2011 appointed an Evaluation Committee (the 'Committee"), conSisting of the
following individuals:
Marcel Couso, Parking Operations Manager, Parking Department;
Jeff Lehman, General Manager, The Betsy Hotel and VCA Member;
Elizabeth Pines, Resident and Leadership Academy Graduate;
Larry Herrup, Resident and Budget Advisory Committee Member;
Maria Mayer, Transportation and Parking Committee Member;
Alternates
Robert Newman, Transportation and Parking Committee Member;
Jorge Ponce, Leadership Academy Graduate; and
WHEREAS, the Committee convened on February 6,2012, and was provided with
an overview of the project, information relative to the City's Cone of Silence Ordinance,
revisions to the Govemment in the Sunshine Law, listened to presentations, was provided
product demonstrations and participated in question and answer sessions with each of the
six (6) proposers, and discussed and evaluated the proposals based on the evaluation
criteria as outlined in the RFP; and
WHEREAS, the Committee unanimously ranked Digital Payment Technologies
Corporation as the top-ranked firm, .and further agreed to the ranking of Metric Parking as
the second-ranked firm, and Global Parking Solutions USA, LLC as the third-ranked firm;
and
WHEREAS, the Committee passed a motion to enter into negotiations with Digital
and Metric Parking as the primary firms, and Global Parking Solutions as the secondary
firm; and
WHEREAS, upon reviewing the Committee's recommendation and analyzing the
overall cost to the City, Digital's proposal is deemed the overall best value to the City, and
Global Parking Solutions' proposal is the overall second best value to the City, therefore
the City Manager exercised his due diligence, and is recommending to the Mayor and City
Commission the decision he deems to be in the best interest of the City, and that the
Commission authorize the Administration to enter into negotiations with Global Parking
Solutions as the second-ranked firm, if the Administration is not able to negotiate an
agreement with the top-ranked firm of Digital Payment Technologies.
NOW, THEREFORE, BE IT DULY RESOLVED BY THE MAYOR AND THE CITY
COMMISSION OF THE CITY OF MIAMI BEACH, FLORIDA, that the Mayor and City
Commission hereby accept the recommendation of the City Manager pertaining to the
ranking of proposals pursuant to Request for Proposals (RFP) No. 46-10/11 for the
Purchase and Installation of New Multi-Space Pay Stations for the City's On-Street and
Off-Street Parking Locations; authorize the Administration to enter into negotiations with
the top-ranked firm, Digital Payment Technologies Corporation; and should the
Administration not be able to negotiate with the top-ranked firm, authorize the
Administration to negotiate with the second-ranked firm, Global Parking Solutions USA,
LLC.; and further appropriate future funds through the Capital Budgeting process; and
further authorize the Mayor and City Clerk to execute an agreement upon conclusion of
successful negotiations by the Administration.
PASSED and ADOPTED this Lf.I~ day Of--l-4~D<LrLI·I-/ _____ ' 2012
CITY CLERK
Robert Parcher
T:IAGENDA1201214-11-12IMulti-Space Pay Station Reso.doc
APPROVED AS TO
FORM & LANGUAGE
'FOR EXECUTION
COMMISSION ITEM SUMMARY
Condensed Title'
A Resolution Accepting The City Manager's Recommendation Pertaining To The Ranking of Finns For·
The Purchase And Delivery Of New Multi-Space Pay Stations, Authorizing The Administration To Enter
Into Negotiations, Appropriate Future Funds, And Authorizing The Mayor And City Clerk To Execute An
~eement. .
Key Intended Outcome Supported:
Ir'mrove ParkingAvailabilitv; Imorove process throlJllh information technolollv
Supporting Data (Surveys, Environmental Scan, etc: 77% of residents rated availability of Parking
across Miami Beach as too little or much too little.
Issue:
I Shall the Mayor and City Commission approve the issuance of the RFP?
Item Summary/Recommendation:
The City's Parking Department currently has 500 multi-space pay stations, in "pay and display" mode
deployed throughout the City in on-street and off-street locations. Parkeon is the manufacturer of the
current equipment (DG Classic and Strada models). These units were installed in 2004 and the DG
Classic is at the end of its product line and replacement parts are increasing difficult to attain. In fact,
Parkeon no longer manufactures replacement parts or supports the DG Classic model. This places a
significant strain in maintaining these units operational as replacement parts are only available through
after market sources.
The Mayor and City Commission at its September 14, 2011 meeting, authorized the Administration to
issue an RFP for the purchase and delivery of new multi-space pay stations for the City's on-street and
off-street location. The City was seeking proposals for up to 750 new multi-space pay stations. RFP No.
46-10/11 was issued and sent to over 35 finns. Proposals were received from Digital Payment
Technologies Corporation; Global Parking Solutions USA, LLC; The Metric Group, Inc. d/b/a Metric
Parking; Mackay Meters, Inc.; Parkeon, Inc; and Ventek International.
An Evaluation Committee appointed by the City Manager reviewed, listened to presentations, was
provided product demonstrations, and participated in question and answer sessions with each of the six
proposers, scored and ranked the proposals. Based on the published evaluation criteria, the Committee
Members unanimously ranked Digital and Metric as the primary firms and Global as the secondary firm.
After reviewing the Committee's recommendation and analyzing the overall cost to the. City, the City
Manager exercised his due diligence, and is recommending to the Mayor and City Commission that the
Administration enter into negotiations with the proposers the City Manager deems to be in the best interest
of the City, Digital's proposal is overall best value to the City, and GPS's (which was the third ranked firm
by the committee) proposals is the overall second best value.
IT IS RECOMMENDED THAT THE MAYOR AND COMMISSION ADOPT THE RESOLUTION
AdviSOry Board Recommendation:
.1 N/A
Financial Information'
Source of Amount
Funds: 1
$420,486.14
OBPI 2
-;j~ $449,962.00
Total $870,448.14 -
Financiallm--,,-act Summary: N/A
MIAMIBEACH
Account
Machinery & EqUipment, Parking Bonds Account No.
486-2152-000674
Capital Contracts, Parking Operations Fund No. 480-
2611 -069357
AGENDA ITEM ~R......,7.::C,-:-::-_
DATE y -11-12-
City of Miami Beach, 1700 COTlVenlian Cenler Drive, Miami Beac.h, Florida 33139, www.mitlfllibe(JchH.go'l
TO:
FROM:
DATE:
SUBJECT:
COMMISSION MEMORANDUM
Mayor Matti Herrera Bower and Members of the City Commission
Jorge M. Gonzalez, City Manager '\ ~
Apri111,2012. \J
A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF MIAMI
BEACH, FLORIDA, ACCEPTING THE RECOMMENDATION OF THE CITY MANAGER
PERTAINING TO THE RANKING OF FIRMS PURSUANT TO REQUEST FOR
PROPOSALS (RFP) NO. 46-10/11 FOR THE PURCHASE AND INSTALLATION OF NEW
MULTI-SPACE PAY STATIONS FOR THE CITY'S ON-STREET AND OFF-STREET
PARKING LOCATIONS; AUTHORIZING THE ADMINISTRATION TO ENTER INTO
NEGOTIATIONS WITH TOP-RANKED FIRM, DIGITAL PAYMENT TECHNOLOGIES
CORPORATION, AND SHOULD THE ADMINSTRATION NOT BE ABLE TO NEGOTIATE
AN AGREEMENT WITH THE TOP-RANKED FIRM, AUTHORIZING THE
ADMINISTRATION TO NEGOTIATE WITH THE SECOND-RANKED FIRM, GLOBAL
PARKING SOLUTIONS USA, LLC; AND FURTHER APPROPRIATING FUTURE FUNDS
THROUGH THE CAPITAL BUDGETING PROCESS; AND FURTHER AUTHORIZING THE
MAYOR AND CITY CLERK TO EXECUTE AN AGREEMENT UPON THE COMPLETION
OF SUCCESSFUL NEGOTIATIONS BY THE ADMINISTRATION.
FUNDING
$420,486.14
$449.962.00
$870,448.14
Machinery & Equipment, Parking Bonds Account No. 486-2152-000674
Capital Contracts, Parking Operations Fund No. 480-2611-069357
ADMINISTRATION RECOMMENDATION
Adopt the Resolution
KEY INTENDED OUTCOME
Improve Parking Availability; Improve process through information technology.
BACKGROUND AND ANALYSIS
The City's Parking Department currently has 500 multi-space pay stations, in "pay and display" mode
deployed throughout the City in on-street and off-street locations. Parkeon is the manufacturer of the
current equipment (DG Classic and Strada models). These units were first installed in 2004 and
have served us well; however, the DG Classic is at the end of its product life, and replacement parts
are increasingly difficult to attain. In fact, Parkeon no longer manufactures replacement parts or
supports the DG Classic model. This places a significant strain in maintaining these units
operational as replacement parts are only available through after market sources. Additionally, while
Parkeon has provided software and communication upgrades for their Strada model, multi-space pay
station technology has significantly advanced since 2004. There are a number of manufacturer's in
April 11, 2012
City Commission Memorandum
Mum-Space Pay Station RFP NO. 46-10/11
Page 20f6
the industry, including Parkeon, which provide multi-space pay stations with enhanced functionalities,
including pay and display; pay by space; pay by cell; pay by license plate; and back of office
functionalities.
The Mayor and City Commission at its September 14, 2011, meeting, authorized the Administration
to issue an RFP for the purchase and installation of new multi-space pay stations for the City's On-
Street and Off-Street Parking Locations.
The City intends to provide the residents, tourists, and patrons 01 the City with the latest state-ol-the
art technology in multi-space pay stations. We are looking for innovative parking pay stations that
are fully functional in a tropical climate with high humidity; in close proximity to the ocean and its
elements; and durable in storm conditions. including hurricanes,
The multi space pay stations must also be compatible with pay-by-phone technology. Specifications
lor the integration of pay-by-phone. should it be required. must be available either through the finn or
under separate agreement with a third party vendor. This shall be selected at the City's sole and
absolute discretion.
The City reserves the right to award and contract with up to two (2) vendors and may purchase any
number of units. including either all; none. or combination from either vendor. The City reserves the
right to increase or decrease the number of units purchased from either one or both vendors.
It is the Administration's intent to replace all of the units in phases over a period of five (5) to seven
(7) years.
RFP PROCESS
RFP No. 46-10/11 was issued on September 23.2011. and the Procurement Division e-mailed.as
well as uploaded the RFP to BidNet. sending notifications to over 35 finms. A non-mandatory pre-
proposal meeting to provide information and respond to questions from prospective proposers was
held on September 30. 2011. On the due date of October 30.2011. six (6) proposals were received
Irom the following linns:
• Digital Payment Technologies Corporation
• Global Parking Solutions USA. LLC
• The Metric Group. Inc. d/b/a Metric Parking
• MacKay Meters. Inc.
• Parkeon. Inc.
• Ventek Intemational
On November 16. 2011. the City Manager via Letter to Commission No. 293-2011 appointed an
Evaluation Committee (the "Committee"). consisting of the following individuals:
Marcel Couso
Jeff Lehman
Elizabeth Pines
Larry Herrup
Maria Mayer
Parking Operations Manager. Parking Department
General Manager, The Betsy Hotel and VCA Member
Resident and Leadership Academy Graduate
Resident and Budget AdviSOry Committee Member
Transportation and Parking Committee Member
April 11. 2012
City Commission Memorandum
Multi-Space Pay Station RFP NO. 46-101/1
Page 30f6
Alternates
Robert Newman
Jorge Ponce
Transportation and Parking Committee Member
Leadership Academy Graduate
The Committee convened on February 6,2012, and was provided with an overview of the project,
information relative to the City's Cone of Silence Ordinance, and revisions to the Government in the
Sunshine Law. Larry Herrup was selected as the Committee Chairperson. The Committee listened
to presentations, was provided product demonstrations and participated in question and answer
sessions with each of the six (6) proposers.
The Committee was instructed to score and rank each proposal pursuant to the evaluation criteria
established in the RFP, for a total of 100 points, which was as follows:
•
•
•
•
•
Experience and Past Performance
Quality and Capabilities of the Proposed Solution
Technical Support
Cost Effectiveness of Proposal
Financial Stability
Total
20 pts
30 pts
10 pts
30 pts
10 pts
100 pts
The Committee discussed each of the proposals and the corresponding presentations, and
proceeded to score and rank them as follows:
Marcel Larry Jeff Maria Elizabeth Ranking of
Causa Herrup Lehman Mayer Pines Firm
Digital Payment
Technologies 90 (1) 100 (1) 95 (1) 90(1) 100 (1) 5
Metric Parking
55 (3) 73(2) 80(2) 88(2) 83(4) 13
Global
65 (2) 6313} 7013} 64(6) 9812} 16
MacKay
45 (4) 53 (6) 6015} 75(4) 90(3) 22
Parkeon
38 (5) 5515} 65 (4) 65(5) 75(5) 24
Ventek
35(6) 5814} 4816} 87 (3) 70(6) 25
The Committee unanimously ranked Digital Payment Technologies Corporation as the top-ranked
firm, and further agreed to the ranking of Metric Parking as the second-ranked firm, and Global
Parking Solutions USA, LLC as the third-ranked firm.
As the RFP specified that the City reserves the right to award and contract with up to two (2)
vendors, and may purchase any number of units, including either all; none, or combination from
either vendor; and the City reserves the right to increase or decrease the number of units purchased
from either one or both vendors, the Committee passed a motion to enter into negotiations with
Digital and Metric as the primary firms, and Global as the secondary firm.
Digital Payment Technologies (DPT) is based in Burnaby, British Columbia, Canada, and was
April 11. 2012
City Commission Memorandum
Muffi-Space Pay Station RFP NO. 46-10111
Page 40fB
founded in 1997 as Digital Pioneer Technologies and has grown to become a recognized provider of
automated payment solutions in North America. The company's specific business is designing,
manufacturing, selling and supporting complete parking solutions for public and private parking lots,
garages, and streets. DPT has more than 8,000 pay-stations deployed in 250 cities across North
America.
DPT has pay-by-space, pay and display, and pay by license plate capabilities. Their parking
technology includes enforcement via license plate recognition, advanced mobile phone options,
citation payment at the pay station, and reserved parking by license plate.
DPT has partnered with Standard Parking Corporation to customize a support plan to ensure system
up-time for the City.
Metric Parking is a wholly-owned subsidiary of Haft & Wessel AG, a publicly traded company located
in Hannover, Germany, that specializes in the development, manufacture and distribution of
technology-based solution. Metric has an installed base of more than 70,000 machines in over 45
countries, and the firm's multi-space parking systems control over one (1) million parking spaces.
The Metric United States facility is based in Mount Laurel, New Jersey. The facility consists of a
15,000 square foot warehouse with equipment and spare parts to support their United States clients.
This facility also provides service, training and software development applications for the United
States market.
Metric is a manufacturer, and will be working with its local partner on this project, Amano McGann,
Inc., located in Fort Lauderdale, to provide local support, local product development, and local
product features. Amano McGann is a world leader in the manufacturing and distribution of hardware
and software solutions for the parking industry, and has over 4000 installations worldwide.
Global Parking Solutions USA, LLC (GPS) is headquartered in Philadelphia, Pennsylvania and was
formed in 2009 to service North American parking clients. GPS is the exclusive United States
distributor for original equipment manufacturer, Global Integrated Solutions, headquartered in New
Zealand. Global Integrated Solutions has been involved in parking equipment manufacture and
supply for over 14 years.
GPS has proposed the METRO Series pay station, which is available in pay and display, pay by
plate, and pay by space configurations, which are available with coin, bill and credit card payment
modes. Since the introduction of the METRO Series pay station in 2007, more than 5000 pay
stations have been deployed and are in use. In North America, GPS has installed meters in Florida,
New Jersey, New York, Pennsylvania and Vancouver, BC, Canada.
CITY MANAGER'S DUE DILIGENCE
After reviewing the Committee's recommendation and analyzing the overall cost to the City, the City
Manager exercised his due diligence, and is recommending to the Mayor and City Commission that
the Administration enter into negotiations with the proposers the City Manager deems to be in the
best interest of the City. Digital's proposal is the overall best value to the City, and GPS's (which
was the third ranked firm by the committee) proposal is the overall second best value to the City.
Additionally, GPS's proposal represents a cost savings of $278,150 over a seven year period wh~n
compared to MetriC'S proposal (the second ranked firm by the Committee) for the same period.
April 11, 2012
City Commission Memorandum
Multi-Space Pay Station RFP NO, 46-10/11
Page 5 of6
PAY BY LICENSE PLATE -METHOD OF PAYMENT
Currently, pay stations are configured in a "pay and display" mode. This payment model has served
us well; however, technology enhancements in the industry provides for a new payment model,
referred to as "pay by license plate". It is important to note that the units contemplated are
reconfigurable to any of the following payment methods: "pay and display"; "pay by space"; and "pay
by license plate". The Parking Department has researched various technologies, methods of
operation, and leading vendors in the parking industry providing mUlti-space pay station technology
and equipment in an effort to provide the most appropriate configuration for the varying types of
users within the City. The recommended method of operation is "pay by license plate". Simply
stated, the "pay by license plate" operation requires two simple steps: (1) payment for parking
session and (2) input of the vehicle's license plate number at the pay station (issuance of a receipt is
optional). This is even a simpler process than the current three step process with "pay and display".
The following are some of the major advantages of "pay by license plate":
• Simpler operation for users.
• Reduced expense for paper used for receipts.
• Environmentally friendly (less receipt paper required to operate).
• A receipt will no longer be required to be displayed on the vehicle dashboard as a
proof of purchase. This alleviates the need to retum to the vehicle to place a receipt.
In fact, a receipt is not required unless the patron wishes to retain one for
reimbursement or other purposes.
• Patrons may extend their parking session by simply adding time to their referenced
license plate number at a pay station or a patron may use the "Extend Pay" option
which allows a patron, who paid by credit card, to input their mobile phone number
and they will receive a text message with an option to extend their parking session
prior to its expiration. A text messaging fee by the phone carrier may apply.
• Increased revenue through: (1) expanded payment options (2) elimination of unused
time on paid parking receipts that are either resold or passed on to other users.
• Patrons may use their paid parking session at any parking space within the
prescribed zone where the initial session was initiated, South Beach (Zone A) or
Middle/North Beach (Zone B), respectively.
• In the "pay by license plate" mode, a customer may pay and/or add time to their
session at any pay station. The ability to pay at any station is important as it prevents
revenue loss if any particular station is out of order and users are instructed to pay at
the nearest station. Additionally, it provides an enhanced customer convenience.
• Enforcement may be conducted either at a pay station or through handheld units
utilizing a web based real time database. As a reminder, a solicitation was issued
seeking proposals for LPR (License Plate Recognition) mobile and handheld units
that may interface with pay stations; the Parking Department's parking permit
software database; and/or third parties, including "pay by phone" service providers,
an additional payment option the City may pursue in the future,
• Motorcycle/Scooter/Convertible (M/S/C) payment option is more convenient and
substantially reduces fraud and abuse. Currently, the placement of a receipt on an
M/S/C is subject to either theft or tampering since motorcycles, scooters and
convertibles (with top down) expose the pay and display receipt to tampering or theft
by simply removing the receipt. The use of the vehicle license plate number as a
reference when applying their payment addresses the shortcomings of the pay and
display model for these types of vehicles.
April 11. 2012
City Commission Memorandum
Multi-Space Pay Station RFP NO. 46-10/11
Page 6 0'6 .
• Further eliminates single meter posts used for motorcycle/scooter parking making the
sidewalks clear and clutter free.
The pay by license plate payment model will be introduced and implemented upon completion of the
LPR Handheld/Mobile devices RFP which is currently underway.
CONCLUSION
The Administration recommends that the Mayor and City Commission approve the attached
resolution, which recommends the acceptance of the ranking of firms pursuant to Request for
Proposals (RFP) No. 46-10/11 for the Purchase and Installation of New Multi-Space Pay Stations for
the City's On-Street and Off-Street Parking Locations, and authorizes the Administration to enter into
negotiations with the top-ranked firm, Digital Payment Technologies Corporation, and should the
Administration not be able to negotiate an agreement with the top-ranked firm, authorizing the
Administration to negotiate with the second-ranked firm, Global Parking Solution USA, LLC; and
further appropriates future funds through the Capital Budgeting process; and further authorizes the
Mayor and City Clerk to execute an agreement upon the completion of successful negotiations by the
Administration
T:\AGENDA\2012\4-11-12\Multi-Space Pay Station Memo.doc
C9 MIAMI BEACH
city of Miami Beach, 1700 Convention Canter Drive, Miami Beach, Florida 33139, www.miamibeochfl.goy
COMMISSION MEMORANDUM
TO: Mayor Philip Levine and Members
FROM: Jimmy L. Morales City Manager
DATE: April 23, 2014
SUBJECT: REQUEST APPROVAL TO EXERCISE TERM RENEWAL OPTIONS ON
CONTRACTS FOR ROUTINE OPERATIONAL REQUIREMENTS
ADMINISTRATION RECOMMENDATION
Approve the recommendation.
BACKGROUND
As is customary, many of the City's agreements resulting from competitive solicitations include
renewal clauses that allow for the extension of contract terms for a certain number of renewal
periods beyond the original contract term, as may be stipulated in the solicitation or resulting
contract. The renewal periods allow the City to continue to acquire the necessary goods and
services from reputable contractors at prices established through competitive solicitations. In its
due diligence process for consideration of contract renewal options, the Administration has
considered: cost considerations, including any increases to the CPI-U index by the Bureau of
Labor Statistics indicating changes in the supply market pricing conditions, contractor
performance and risk management considerations (e.g., insurance and bonds, as applicable).
Additionally, the contract renewals are applicable to the contract period only and do not alter
other terms and conditions of the contract or the scope of the procurement. Any changes to the
scope of the original contract shall be presented under a separate item individually or require a
new procurement process altogether.
The purpose of this item is to request authority to renew the competitively solicited contracts for
routine operational requirements listed herein as stipulated in each contract's solicitation. The
justification for renewing each is included with the contract information.
Contract Number: I Renewal Period:
RFP-46-10/11 8/10/2014 through 8/1012016
TIlle:
Purchase And Installation Of New Multi-Space Pay Stations For The City's On-street
And Off-Street ParKina Locations
Contractor:
Diaital Payment Technologies Corp.
i ,
~-I The City of Miami Beach is seeking proposals from qualified vendors for the purchase and
installation of up to 750 new multi-space pay stations for its on-street and off-street parking I
locations. The City currently has 500+ multi-space pay stations throughout the City and is
looking to replace its existing equipment as well expand the installation of pay stations ,
throuahout Middle and North Beach.
Best Interest Justification:
The ParKing Department has reported satisfactorily performance by the contractor and has
recommended renewal. Currently 344 pay stations have been installed and the Parking.
Department is in the process of procuring the balance of the units approved under the award,
although the CPI-U has increased approximately 1.16% during the contract term, the City will
continue to benefit from contract pricing established prior to the CPIU increase. The Parking
Department has recommended extension of the contract term.
200
COMMISSION ITEM SUMMARY
Condensed Title:
REQUEST APPROVAL TO EXERCISE TERM RENEWAL OPTIONS ON CONTRACTS FOR
ROUTINE OPERATIONAL REQUIREMENTS
Key Intended Outcome Supported:
Strengthen Intemal Controls; Maximize Efficient Delivery of Services
ISupporting Data (Surveys, Environmental Scan, etc.):
Item Summarv/Recommendatlon:
As is customary, many of the City's agreements resulting from competitive solicitations include
renewal clauses that allow for the extension of contract terms for a certain number of renewal
periods beyond the original contract term, as may be stipulated in the solicitation or resulting
contract. The renewal periods allow the City to continue to acquire the necessary goods and
services from reputable contractors at prices established through competitive solicitations. In ~s
due diligence process for consideration of contract renewal options, the Administration has
considered: cost considerations, including any increases to the CPI-U index by the Bureau of
Labor Statistics indicating changes in the supply market pricing conditions, contractor
performance and risk management considerations (e.g., insurance and bonds, as applicable).
Additionally, the contract renewals are applicable to the contract period only and do not alter
other tenns and conditions of the contract or the scope of the procurement. Any changes to the
scope of the original contract shall be presented under a separate item individually or require a
new procurement process altogether.
The purpose of this item is to request authority to renew the competitively solicited contracts for
routine operational listed herein, as stipulated in each contract's solicitation. The justification for
renewing each is included with the contract information.
RECOMMENDATION
The Administration recommends that the Mayor and City Commission authorize the City Manager
to extend the agreements with Digital Payment Technologies Corporation and SP Plus MuniCipal
Services a division of Standard Parkina Corooration as authorized in the respective contracts.
Advisory Board Recommendation:
Financial Information' -
Source of Amount Account
Funds: 1 See below. See below.
D 2
3
OBPI Total
Financial Impact Summary: Various budget codes are contained in the referenced contract
expenditures. All expenditures are continaent UDon aPDroved budaeted funds beina available.
City Clerk's Office Legislative Tracking:
ent Director City Manager
T:\AGENDAI2014\Apnl\APRIL 23 -PROCUREMENT\Apnl Contract Renewat Summary.doc
MIAMI BEACH 199
Manager
JLM
AGENDA ITEM
DATE
contract Number.
RFP-17-10/11
Trtl.:
City of Miami Beach -Commission Memorandum 12
Contract Renewals for Routine Operational Requirements
1 Renewal Period:
. August 16,2014 through August 16, 201~_._
For Parking Attendants For The City's Parking Garages
Contractor:
SP Plus Municipal Services, a division of Standard Parking Corporation
Brief Scope:
Qualified parking companies/operators to supply trained parking attendants for the City of Miami
Beach Parking System.
Best Interest Justification:
The Parking Department has reported satisfactorily performance by the contractor and has
recommended renewal, SP-PLUS is knowledgeable in this type of contract, overall has
performed a good job providing services to the city, .although the CPI-U has increased
approximately 2.87% during the contract term, the City will continue to benefit from contract
pricing established prior to the CPIU increase. The Parking Department has recommended
extension of the contract term
CONCLUSION
The Administration recommends that the Mayor and City Commission authorize the City
Manager to extend the agreements with Digital Payment Technologies Corporation and SP Plus
Municipal Services, a division of Standard Parking Corporation, as authorized in the respective
contracts.
JLM/MT/AD
T:IAGENDA\2014IApriMPRIL 23 -PROCUREMENTlApril Contract Renewal Memo-Revised.docx
201
e MIAMI BEACH
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.mlamlbeachA.gov
Jimmy L. Morales, City Manager
Tel: 305-673·7010, Fax: 305·673·7782
July 3,2014
J. David Hoyt
Submitted via E-mail to:david.hoyt@digitalpaytech.com
Digital Payment Technologies Corp.
330-4260 Still Creetk Drive
Burnbay, BC V5C6C
Subject: RENEWAL OF AGREEMENT PURSUANT TO REQUEST FOR PROPOSALS
NO. RFP-46-10/11 PURCHASE AND INSTALLATION OF NEW MULTI-
SPACE PAY STATION FOR THE CITY'S ON-STREET AND OFF-STREET
PARKING LOCATIONS
Dear Mr. Hoyt:
This letter shall serve as notification that the City has approved a two (2) year extension of
the agreement with Digital Payment Technologies Corp., for the purchase and installation of
new multi-space pay station for the City's on-street and off-street parking locations RFP.
The Agreement shall now be effective through August 10, 2016.
Should you have any questions or need additional information please contact Kenneth
Patterson at 305-673-7490; fax: 786-394-4010; or e-mail: kpatterson@miamibeachfLgov.
Si, cerely,
We ore committed to provldln9 excellent public service and safely to all "Who live, work, and ploy In our vibranl, frop/co/, hislorlc community.
COMMISSION ITEM SUMMARY
Condensed Title:
REQUEST APPROVAL TO EXERCISE TERM RENEWAL OPTIONS ON CONTRACTS FOR
ROUTINE OPERATIONAL REQUIREMENTS
Key Intended Outcome Supported:
Strengthen Internal Controls; Maximize Efficient Delivery of Services
~upporting Data (Surveys, Environmental Scan, etc.):
Item Summarv/Recommendatlon:
As is customary, many of the City's agreements resulting from competitive solicitations include
renewal clauses thai allow for the extension of contract lenms for a certain number of renewal
periods beyond the original contract tenm, as may be stipulated in the solicitation or resulting
contract. The renewal periods allow the City to continue to acquire the necessary goods and
serviCes from reputable contractors at prices established through competitive solicitations. In Its
due diligence process for consideration of contract renewal options, the Administration has
considered: cost considerations, including any increases to the CPI-U Index by the Bureau of
Labor Statistics Indicating changes in the supply market pricing conditions, contractor
perfofmance and risk management considerations (e.g., insurance and bonds, as applicable).
Additionally, the contract renewals are applicable to the contract period only and do not alter
other tenms and conditions of the contract or the scope ofthe procurement. Any changes to the
scope of the original contract shall be presented under a separate item individually or require a
new procurement process altogether.
The purpose of this item is to request authority to renew the competitively solicited contracts for
routine operational listed herein, as stipulated in each contract's solicitation. The justification for
renewing each is included with the contract infonmation.
RECOMMENDATION
The Administration recommends \hatthe Mayor and City Commission authOrize the City Manager
to extend the agreements with ,biQitarPayment Technologies co(poratior'i jind SP Plus Municipal
Services a division of Standard Parkin!! Corporation, as authorized'in th~ respective contracts.
Advisory Board Recommendation:
Financiallnfonmation' .
Source of Amount Account
Funds; 1 See below. See below.
0 2
3
OBPI Total
Financial Impact Summary: Various budget codes are contained in the referenced contract
expenditures. All eX!1llndilures are contingent upon approved buclgeted funds beina available.
City Clerk's Office Legislative Tracking:
ent Director City Manager
M
T:IAGENDA\2014IAprIlIAPRIL 23 -PROCUREMENTlApril ContraOl Renewal Summary.dOc
MIAMIBEACH 199
Manager
JLM
AGENDA ITEM ~ DATE~
1012B12015
Detail by Entity Name
Foreign Profit Corporation
T2 SYSTEMS CANADA INC.
Filing Information
Document Number
FEIIEIN Number
Date Filed
State
Status
F06000005639
98-0603996
08/28/2006
XX
ACTIVE
Detail by Entity Name
Last Event
Event Date Filed
Event Effective Date
NAME CHANGE AMENDMENT
04/16/2015
Principal Address
4321 STILL CREEK DRIVE
330
BURNABY, BC V5C 6S7 CA
Changed: 04/0212015
Mailing Address
4321 STILL CREEK DRIVE
330
BURNABY, BC V5C 6S7 CA
Changed: 04/02/2015
NONE
Registered Agent Name & Address
SHAPIRO, BLASI WASSERMAN & GORA, PA
7777 GLADES RD., SUITE 400
BOCA RATON, FL 33434
OfficerlDirector Detail
Name & Address
Title GENERAL MANAGER
CHRIS, CHETTLE
330-4321 STILL CREEK DRIVE
BURNABY V5C 6S7 CA
Title GENERAL COUNSEL
htlp:lIsearch.sunbiz.orgllnquiry/CorporationSearchiSearchResultDefail?inquirytype=EntilyName&directionType;lnitial&searchNameOrder=T2SYSTEMSCAN... 1/2
lCV2B12015 Detail by Entity Name
POLLAK, NIAMH
330-4321 STILL CREEK DRIVE
BURNABY V5C 687 CA
Annual Reports
Report Year Flied Date
2013 01/2412013
2014 01/08/2014
2015 04/0212015
Document Images
04116[2015 -Name Qbange View image in PDF formal
04LQ2[2!115 -ANNUAl. BEPQBT View imege in PDF formel
.~
01[08[2014 -A~~UAL BEPOBT View image in PDF formel
Q1[24[2Q13 -AN~UAL REPORT View image in PDF formel
Q2l0fl[2Q12 -ANNUAl. REPQRT View image in PDF formal .
01/04/2011 -ANNUAl. B!;~ORT View image in PDF formal
04/30/2010 AN~!.!AL REPQBI View image in PDF formal
Q3/23/2009 -A~~!.!AL BEPOB,I View image in PDF formal
03[Oa[20Q!! --A~NUAL B!;PORT View image in PDF formal .
Q7LQSl20QZ -A~~UAL BEPORT View image in PDF formal
08/2f1[2QQ§ -FQ[~igD E[Qfit View image in PDF formal
hlIp:I_clLslNIz.or9'!nquiry/CorporalionSesrctVSearchResultDeIaIl'1fnquirytype=EntltyName&dlreclialType=lnItial&s_chNameOrder=T2SYSTEMSCAN... '2J2
(Requestor's Name)
(Address)
900271804149
(Address)
(CIty/Sl:atelZipIPhcne #)
o PICK-UP o WAIT o MAIL
04i17/15--0102S-(U 4 litf3S.00
(Business Entity Name)
(Dacument Number)
Certified Copies __ _ Certificates of Status __ _
Speciallnstructicns Ix> Filing Officer.
Office Use Only
•
•.
FLORIDA DEPARTMENT OF STATE
Division of Corporations
March 10, 2015
NIAMH POLLAK I T2 SYSTEMS CANADA INC.
330-4260 STILL CREEK DR
BURNABY, BC V5C 6C6, XX XX
SUBJECT: DIGITAL PAYMENT TECHNOLOGIES CORP.
Ref. Number: F06000005639
...
We have received your document for DIGITAL PAYMENT TECHNOLOGIES
CORP. and check(s) totaling $35.00. However, your check(s) and document are
being returned for the following:
Office policy prevents this office from processing the enclosed check(s). All
checks processed by this office must be payable in U.S. dollars and drawn on a
bank located in the United States.
I A certificate of existence or a certificate of good slanding, dated no more than 90
days prior to the delivery of the application to the Department of State, duly
authenticated by the secretary of state or other official having custody of the
records in the jurisdiction under the laws of which it is incorporated/organized,
must be submitted to this office. A translation of the certificate under oath of the
translator must be attached to a certificate which is in a language other than the
English language. A photocopy of this certificate is not acceptable.
If you have any questions concerning the filing of your document, please call
(850) 245-6050.
Carolyn Lewis
Regulatory Specialist II Leiter Number: 015A00004B71
www.sunbiz.org
Division of Corporations -P.O. BOX 6327 -Tallahassee, Florida 32314
.'
.. '.
TO: Amendment Section
Division of Corporations
COVER LETIER
SUBJECT: 12 SYSTEMS CANADA INC. (Formerly VDIGITAL PAVEMENT TECHNOLOGIES CORP.)
Name of Corporation
DOCUMENT NUMBER:_F_06_0_0_0_0_05~6:....3_9_..:....-_______ _
The enclosed Amendment and fee are submined for tiling.
Please return all coJTeSpondence concerning this matter to the following:
NIAMH POLLAK
Name of contact I'eiiOn
T2 SYSTEMS CANADA INC.
firmlCompany
330-4260 STILL CREEK DR.
AlldliiSs
BURNABY, BC , V5C 6C6
CitylState and zip COde
np@t2systems.com
&Oma" aadieSS: (to be used for fulure annUiil report notification)
For further infonnation concerning this matter. please call:
Enclosed is a check for the following amount:
Ma!li~Address:
Amen ent section
O $4].75 Piling Fee&.
CertiOcate or5-. O $4].75 FIIlna Fee &.
Certified Copy (Additional _ is
.... 10 .... )
Street Address:
Amendment Section
Division of Corporations
Clifton Building
O 552.50 Pilma Fee,
Certfftcate or511 ... &.
CertifledC
(Additional "flt,y is enclosed)
Di'tllSi . rporations
I P.<S!'&
.' Ta' -.L32314 > E ; .. :". if-4iiI: ...... ..
2661 Executive Cenler Cin:le
Tallahassee, FL 32301 .,... I.~:s~. f:l:! Q ···t.UH
.. J ". ~"\. -J:,·.i ...., CIt: Iow:J:J
!iI,J ~ ~ O![ U"l 1.1 • ....
. ,
PROFIT CORPORATION
APPLlCA:TION BY FOREIGN PROFIT CORPORATION TO FILE AMENDMENT TO
APPLICATION FOR AUTHORIZATION TO TRANSACT BUSINESS IN FLORIDA
(Pursuant to s. 607. I S04, F.S.)
SECTION I
(1-3 MUST BE COMPLETED)
F06000005639
(Document number of COrponllon (Ifknown)
I. DIGITAL PAYMENT TECHNOLOGIES CORP.
(Name of corporation as it appears on the n:cords ofth. DoparIment of Stat.)
2. CANADA 3.28-AUG-2006
diicOl)iO_d unaer J8W5 00 (D1Iiii 8iIiIIOriiid to dO bUll ..... in FlOdili)
SECTION II
(4-7 COMPLETE ONLY THE APPLICABLE CHANGES)
•
4. If Ihe amendment changes the name of the corpollltion, when was Ihe change effected under the laws of
, itsjurisdiction of incorporation? 01 JAN 2015 -
s. T2 SYSTEMS CANADA INC.
(Name of t:OI'pI)ration after Ihe amendment, adding suffix ·corporation," "company," or "incorpolllted, n or
appropriate abbreviation, ifnot contained in new name of the corpollltion)
N/A
(Ifnew name is unavaillble in Florida, enter alternate COrpOlllte name adopted for the purpose oftlllDsacting
business in Florida) .
6. If Ihe amendment changes Ihe period of duration. indicate new period of duration.
N/A
(New duration)
7. If the amendment changes Ihe jurisdiction of incorporation, indicate new jurisdiction.
N/A
{New JUiiSdicllonj
. 8. Attached is a certificate or document of similar im--"ort, evidencin~ Ihe amendment, authepticated not more Ihan
t 90 days prior to delivery of the applij:Btion to the Department of Slate, b.Y the S-;creljlry orState or oIher official
• having custody of corpQrate recoros lR the jurisdiction under the laws orwhich It is lRcorporated.
)lo-.L.. ~~~ .
(signaturo ora direcIor, presldeDI or other om .... -irin ill. hiilidS
ora receiver or other courJ appointed tlduclary, by thatliduclary)
Ni~"-f.,jltll(.
(Typed or prinied IWIIO of person signing)
,~ "
•••• Industry
Canada
Industrie
Canada
C8nada iI....,... . Lol canacIlenne sur
Corporation. Act I8a soci_ par actions
I HEREBY CERTIFY THAT THE
ATTACHED 18 A TRUE COPY OF THE
DOCUMENT MAINTAINED IN THE
RECORDS OF THE DIRECTOR.
~~-
Dlnlctar -Dlrecteur
Canada
JE CERTIFlE, PAR LES PREsENTEs, QUE LE
DOCUMENT CI.JOINT EST UNE COPIE
EXACTE D'UN DOCUMENT CONTENU
DANS LES UVRES TENUS PAR LE
DlRECTEUR.
Date ~::: 0 72015
t
,
... ==
Certificate of Amendment
C8nade BuslntnJs CDlpDnlfions AcI
Certiflcat de modification
Lei canadlen"..1IT IDs SCIdIIH "'" IJcIlI>u
T2 Systems Canada Inc.
Corporate RIIIIW I DCnomination JOt .. ).:
n4836-1
CorpomliOll number I N ....... d. soriolli
I HEREBY CERTIFY that the articles ofthc
above-named corporation an: amended under
section 178 of the ""nada Bllsiness
Corporalions Act as set out in the attached
articles of amendment.
JE CERTIFIE que Ics stalulS de Ia societe
susmentionnec sont modilies aux tcrme.s de
I'article 178 de la wi conodienne .m, les
socie/e.. po' aClions, tel qu'iJ cst indique dans 105
claus .. modilicatriccs ci-jointcs.
Vlrginie Ethier
Director I Dirtctcvr
2015-01-01
Dare of Am .......... (YYYY·MM-DDI
Date de modlllealioe (AAAA·MM-JJ)
" . i,
1.1 'IndustlY Industrle
Caned8 Canllda Form 4
Articles of Amendment
Canada Bus/ness COITJora/lons Act
(CSCA) (s. 27 or 177)
Formulaire 4
Clauses modlflcatrlces
Loi canadienne lIur /ell soc/IMII par
aertone (LCSA) (art. 270u 177)
..
I 1 I Cllrpumle n.me
..... DCllominalion S\lcialc
OIgHBI Paymenl Technologies Corp.
lijCorpumtioll nllmber
Numl!ro de I. 5Ocietl!
n4836-1
[3-1 nh!' anicles aN am..,.cL.td a.~ 10110\\'5
.-Us :nal1l1!i SOUl nnKlifies de 13 liu;a" luh'anh:
n ... ~ cnrr~lrali\ln challges ils l1unu: 10:
l.a dcnol11inaliun soc:iah: cs. nUldili~ pour:
T2 Systems Canada Inc.
r'" .. ;-c=::--:-:-=-:-:;--:-;--"7:'c::-...,.--,--,;;:---;:;:-:--:-:-=:;;-:------------I 4 iA"(luratiun: I CI.-rtify 'bal I ani a dirt.'t"lur or an ufficcr or ahe c .... rpuratiun.
-" DCclaroiliun : J"allcsle que jc sui:;. 1IIIItdnlinislI'IIh.'tIr lltl un dirigcunt &: la S"It:i':I~.
flloI'dlrCBCAI
Original signed by I Original sign6 par
James Zaloudek
James Zaloudek
317-524-5511
F ... II1IIII~CIiIIIItIIDI'_lZIIhdIIII!.et __ • .., ...... dr~parproddllle_.Cllp&IIIlW .............. 6t'OIMlfI .... empll-===
~ dr_-.CIIII-.-Ik_pria.CPI'IP!'h&-25D!;llditro L['SAI
yCII&lC""" .... ~lqailtdllJ .. ('RrA NuII=~IIut1r.Illllt.'R('AudW"""'.'.f.1a11.wdmmrIlllllllMlIIIMdIId..,lDlNp1I&.b"'UIl.iIIOIOCdillpa-'~kIIII -"'-V-r.--4nIC ..... ,.LlLC§A IIC\I~_ .. IIILCSAClIIt.to_Irt~"..,"~.palllCllaW ...... tdI-._bWtlftll:.Ir\ufauft .. ...,....IL' __ ... w. .... ...,... ... _ .. waw4UJIIIIl*IIIbIlllrDlro 1C'IPf't.'.0t9.
Canad~ Ie 31189 (2D08I04)
.+. Industry Industrie
Canada Canada
2014-12-23
GOWLING LAFLEUR HENDERSON LLP
MARl CHELLE DEFENSOR-JILOCA
BENTALL 5, 550 BURRARD ST.
SUITE 2300
VANCOUVER BC V6C 2B5
Canada
Please find enclosed corrected documents issued
under the Canada Business Corporations Act (CBCA)
for Digital Payment Technologies Corp. Please
ensure that these documents are kept with the
corporate records.
Notice of this correction will be listed in Corporations
Canada's online Monthly Transactions report. Please
ensure that the incorrect documents are no longer used
by the corporation and that this correction is brought
to the attention of anyone who may have previously
received copies of these documents.
If you require additional information, please contact
Corporations Canada.
Corporations Canada
9th Floor, Jean Edmonds Towers South
365 Laurier Avenue West
Ottawa, Ontario KIA oes
Corporation Number:
Numero de societe:
Request Received:
Corporations Canada
ge etage, Tour Jean-Edmonds sud
365 avenue Laurier ouest
Ottawa (Ontario) KiA OC8
774836-1
Date de reception de la demande : 2014-12-17
RequestID:
Numero de la demande : 7461823
Your Reference:
V otre reference :
Vous trouverez ci-joint les documents rectifies emis
en vertu de la Loi canadienne sur les socieres par
actions (LCSA) relativement Ii Digital Payment
Technologies Corp_ Veuillez vous assurer de les
conserver avec les livres de la societe.
L'emission des documents rectifies sera egalement
rapportee dans notre prochain rapport mensuel de
transactions. Veuillez vous assurer que les documents
errones ne sont plus utilises par la societe et que la
rectification a ete portee Ii l'attention de toute personne
ayant precedemment pu recevoir une copie de ces
documents.
Si vous avez besoin de plus d'information, veuillez
communiquer avec Corporations Canada.
Canada Telephone / Telephone
1-866-333-5556
Email I Courriel
corporationscanada@ic.gc.ca
Website / Site Web
www.corporationscanada.ic.gc.ca 1 / 1