Res No 039-20-15479RESOLUTION NO: 039-20-1 5479
A Resolution authorizing the City Manager to negotiate a multi -year contract
with Laz Florida Parking LLC for Parking Enforcement Management
Services.
WHEREAS, the City re -solicited for Parking Enforcement Management Services on
November 11, 2019 and the RFP closed on January 10, 2020 receiving one proposal from the
incumbent, Laz Florida Parking, LLC; and
WHEREAS, the Parking Enforcement Management RFP was re -solicited due to the City
rescinding the award to Republic Lanier Parking after reaching an impasse during contract
negotiations; and
WHEREAS, while a new solicitation was being prepared and advertised and in order to
maintain parking enforcement services while the new solicitation process was completed, a
month -to -month contract, expiring September 30, 2020, was approved under the authority of
Resolution No. 119-19-15391 with Laz Florida Parking LLC; same terms, conditions and prices
identified in the current 2014 Agreement which expired September 30, 2019; and
WHEREAS, in accordance with the terms of the RFP, the proposal from Laz Parking
Florida, LLC was evaluated by a Selection Committee with the Selection Committee
recommending Laz Parking Florida, LLC for the award; and
WHEREAS, the contract value with Laz Parking Florida, LLC over the five-year term
shall be $1,442,042, with the annual contract amounts listed below; and
ANNUAL BY
CONTRACT
YEAR
CURRENT LAZ BID
YEAR 1
$2719615
YEAR 2
$2799764
YEAR 3
$2889157
YEAR 4
$2969801
YEAR 5
$3059705
5-YEAR TOTAL
$194429042
WHEREAS, the annual expenditure for parking enforcement shall be charged to Contract
Parking, account number 001-1410-513-3459; and
WHEREAS, the agreement with Laz Parking Florida, LLC will have a term of three -
years with one two-year renewal, at the discretion of the City Manager, for a total of five -
consecutive years.
NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY
COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA;
Page 1 of 2
Resolution No. 039-20-15479
Section 1. The recitals set forth in this resolution are true and they are incorporated into
this resolution by reference as if set forth in full herein.
Section 2. The City Manager is authorized to negotiate a multi -year contract with Laz
Parking Florida, LLC for Parking Enforcement Management Services and shall have a term of
three -years with one two-year renewal, at the discretion of the City Manager, for a total of five -
consecutive years for an amount that does not exceed the amount of the proposal.
Section 3. The two parking enforcement vehicles owned by the City, a 2013 Nissan Leaf,
VININ4AZOCP5DC19412 and a 2014 Nissan Leaf, VIN 1N4AZOCP8EC330516, may be sold
to Laz Parking Florida, LLC for an amount not less than their book value.
Section 4. Corrections. Conforming language or technical scrivener -type corrections
may be made by the City Attorney for any conforming amendments to be incorporated into the
final resolution for signature.
Section 5. Severability. If any section, clause, sentence, or phrase of this resolution is
for any reason held invalid or unconstitutional by a court of competent jurisdiction, this holding
shall not affect the validity of the remaining portions of this resolution.
Section 6. Effective Date: This resolution shall take effect immediately upon adoption.
PASSED AND ADOPTED this 17' day of March, 2020.
ATTEST:
CITY ERK
READ AND APPROVED AS TO FORM,
ECUTION
COMMISSION VOTE: 5-0
Mayor Philips:
Yea
Vice Mayor Welsh:
Yea
Commissioner Harris:
Yea
Commissioner Liebman:
Yea
Commissioner Gil:
Yea
Page 2 of 2
Agenda Rem No:6.
City Commission Agenda Item Report
Meeting Date: March 17, 2020
Submitted by: Steven Kulick
Submitting Department: Finance Department
Item Type: Resolution
Agenda Section:
Subject:
A Resolution authorizing the City Manager to negotiate a multi -year contract with Laz Florida Parking LLC for
Parking Enforcement Management Services. 3/5 (City Manager -Finance Dept.)
Suggested Action:
Attachments:
CM Memo Laz Parking Floirda 2.27.2020.docx
ResoIution—Pa rki ng_Enf o rce me nt_Laz_Pa rki ng_2.27.20CArev.docx
Mandatory PRE BID Parking Enforcement Management Svcs 12.10.19.pdf
RFP PR2019-12 FINAL Selection Committee Scores Sheets 1.28.20.pdf
LAZ PARKING Parking Enforcement Services - City of South Miami - RFPH 2O19-12 - LAZ Parking.pdf
COSTSUMMARY PARKING ENFORCEMENT RFP PR2019-12 1.10.2020.pdf
Resolution No. 119-19-153919.17.19 Month to Month.pdf
Resolution 70-19-15342 Republic Parking Systems 5.21.19.pdf
SUN BIZ LAZ PARKING 1.10.2020.pdf
MDBR Ad.pdf
MH Ad. pdf
1
Southkiami
II IF( IT OF PLC%S'\NT LF, I�G
To
FROM:
DATE:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
The Honorable Mayor & Members of the City Commission
Steven Alexander, City Manager
March 17, 2020
SUBJECT: A Resolution authorizing the City Manager to negotiate a multi -year contract
with Laz Florida Parking LLC for Parking Enforcement Management Services.
BACKGROUND: The City re -solicited for Parking Enforcement Management Services on
November 11, 2019 and closed on January 10, 2020. The City received one
proposal from the incumbent, Laz Florida Parking, LLC. In accordance with the
terms of the RFP, proposals received shall be evaluated by a Selection
Committee. The Selection Committee was comprised of Marcus Lightfoot,
Planning; Alfredo Riverol, Chief Financial Officer; and Shari Karnali, Deputy City
Manager. The combined final rankings by the Selection Committee are below:
Evaluator
Laz Parking
Marcus Lightfoot
100
Shari Karnali
95
Alfredo Riverol
100
TOTAL
295
The RFP for Parking Enforcement Management Services was re -solicited as a
result of the following:
The City issued a Request for Proposal for 'Parking Enforcement
Management Services" on March 5, 2019. The solicitation closed on April
10, 2019 and two (2) proposals were received,
1. Laz Parking (Incumbent)
2. Republic/Lanier Parking
After the proposals were reviewed and ranked by a selection committee,
both respondents were interviewed by the Committee. The Committee
scored and ranked the respondents after completion of the interviews and
recommended the highest ranked respondent, Republic/Lanier Parking for
the award. The combined final rankings are below:
2
Page 1 of 3
ni South Mami
THE CRY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
Evaluator
Republic/Lanier
Parking
Laz Parking
Marcus Lightfoot
90
95
Shari Karnali
100
75
Alfredo Riverol
90
95
TOTAL 280 265
The award recommendation was approved on May 21, 2019, subject to
the City Manager negotiating better terms, under the authority of
Resolution No. 70-19-15342. Contract negotiations began with
Republic/Lanier Parking on June 13, 2019 and continued over the next
several weeks. The City however was unable to reach an agreement with
Republic.
The City and Republic/Lanier reached an impasse over the parking
enforcement coverage hours requested by the City as Republic/Lanier
requested additional compensation over their sealed bid amount. The
City could not agree to pay for additional services without soliciting new
proposals. Therefore, on August 13, 2019, the City rescinded the
conditional award to Republic/Lanier for parking management and
enforcement services and furthermore, in the event Republic/Lanier have
any contractual rights, those rights were terminated.
While a new solicitation was being prepared and advertised and in order
to maintain parking enforcement services while the new solicitation
process was completed, a month -to -month contract was recommended
and approved under the authority of Resolution No. 119-19-15391 with
Laz Florida Parking LLC; same terms, conditions and prices identified in
the current 2014 Agreement which expired September 30 2019. The
month -to -month contract shall not exceed twelve 12 months, expiring
September 30, 2020 and, may be terminated by either party at any time
with a 30-day written notice.
Therefore, it is recommended to award a five (5) year contract to Laz Florida
Parking, LLC for the City's Parking Enforcement and Management Services. New
features in this agreement is the establishment of a toll -free phone number, with
a live operator during City parking enforcement hours, providing the City's
parking customers with assistance.
3
Page 2 of 3
I'ASoutiami
THE CITY OF PLEASANT LIVING
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER -OFFICE MEMORANDUM
In addition to the toll -free customer service phone number, Laz Florida Parking,
LLC will provide a sufficient number of vehicles, white in color, to be affixed with
decals and markings by the City. A minimum of three (3) vehicles are required,
for enforcement, collections and maintenance of the related equipment (i.e. pay
stations, single meter -heads, parking signage, etc.). Currently, the City provides
three fully electric vehicles dedicated for parking enforcement which are
operated by Laz Florida Parking, LLC. With Laz Florida Parking, LLC providing the
vehicles, the City will be able to re -assign the vehicles for specific City
requirements thereby eliminating the need to purchase new vehicles for
selected City departments.
In addition to the minimally required three (3) vehicles, the City currently has
one (1) vehicle equipped with a License Plate Recognition System (LPR) that will
be provided for use by contractor. The LPR installed on the vehicle is provided
by Miami -Dade County and has access to the Miami -Dade County database for
Scofflaws.
The addition of the toll -free customer service phone number and the
responsibility of providing three (3) vehicles for enforcement, collections and
maintenance of the related equipment shifted from the City to the contractor,
accounts for the increase of $321,623 over the 5-year term of the agreement. A
Proposal Cost Summary in included with the back-up.
In the event adjustments need to be made over the 5-year term to coverage
hours for enforcement and collections, hourly rates were submitted as a part of
the proposal which, will eliminate the need to negotiate rates each time
adjustments to the coverage hours is required.
AMOUNT: $22,634.58 per month for FY 2019 — 2020; $1,442,042 over the 5-Year Term
ACCOUNT: The expenditure shall be charged Contract Parking, account number 001-1410-
513-3459, effective June 1, 2020.
ATTACHMENTS: Resolution
Mandatory Pre -Bid Sign -In Sheet
Selection Committee Score Sheets
Proposal, Laz Parking Florida, LLC
Proposal Cost Summary
Resolution No. 119-19-15391, Month -to -Month Agreement, Laz Parking
Resolution No. 70-19-15342, Award to Republic/Lanier Parking
Sun Biz Registration
4
Page 3 of 3
Southkiami
Pre -Bid Conference
Sign -In Sheet
Date: December 10, 2019
RFP Title: Parking Enforcement Management Services
RFP No.: PR2019-12
Please Print Clearly
1
�jio"'NAr GGtOZOn
�",�✓ MaNaei
• •. Address
�pf 14,4,11Cl Se Vlees
Telephone
aYZo;� S Itd3. t-o
°� � PP N►
z
b(2. oa= o'P�
3aS-vino-&g6 S
-
R2c/n laaZl��+2�,,.ce
3
GA¢.\oS C'n AQ Er�cr�
P.�E>- Ml�a-rAfnF.CL
I�A�.Z. 'f A�Z�'ir�tR 'F Lc�Q-tD�
'10�0' 1-72�
GMI�Er-Co a�LAZQAZKaC�• C�o��\
4
s
N1nai Rely
t III' Smc k bN 4 eon
u
IP ma-
-7�S1-3o0-5if9
Ht n ?4 d Q Z StaFc
t2c t bS
6
7
8
9
10
11
7
X:\Purchasing\Request for Proposals & Qualification (RFPs)\2019 (2) PARKING ENFORCEMENT RE SOLICIT\PRE BID\Pre-Bid
Meeting Parking Enforcement Mgmt Services 12.10.19 .doc
Southkiami
RFP Title:
RFP No.:
Procurement Division
6130 Sunset Drive
Evaluation South Miami, Florida 33143
Scoring Sheet (305) 663-6339
www.southmiamifl.gov
PARKING ENFORCEMENT MANAGEMENT SERVICES
2019-12
DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring, is based on each criteria listed
below with a maximum score for each criteria The total score for each proposer is calculated by adding each
criteria for a coal score by proposer. The maximum score total score for each proposer is 100 points.
Criteria
LAZ PARKING
1 •
Overall Quality and Completeness of Proposal. (and
Interview if Shortlisted)
I (�
MAX POINTS: 10
Z
Qualifications of Key Personnel
MAX POINTS: 10
Jo
3.
Relevant Project Experience / Past performance
MAX POINTS: 5
4.
Project Plan/Approach to Work
7 S
MAX POINTS: 25
5
Cost Proposal / Proposed Rates
MAX POINTS: 50 5 p
Total100
Reviewed by: M'L"LJ L-111 "04
(Print Name)
Page 1 of 1
W.,
Date: j Zg 7a
Southkiami
T I U (:ITM1 OF I'LLASANT LIV[ n'(I
RFP Title:
RFP No.:
PARKING
Evaluation
Scoring Sheet
201
Procurement Division
6130 Sunset Drive
South Miami, Florida 33143
(305)663-6339
www.southmianTifl.gov
SERVICES
DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed
below with a maximum score for each criteria The total score for each proposer is calculated by adding each
criteria for a total score by proposer. The maximum score total score for each proposer is 100 points.
Criteria
LAZ PARKING
I .
Overall Quality and Completeness of Proposal. (and
Interview if Shortlisted)
MAX POINTS: 10
Qualifications of Key Personnel
Z
MAX POINTS: 10
3.
Relevant Project Experience I Past performance
MAX POINTS: 5
4.
Project Plan/Approach to Work
MAX POINTS: 25
Cost Proposal / Proposed Rates
5
MAX POINTS: 50
'Total Score-\�
Reviewed by: - 1
(Print Name)
Page 1 of 1
Date: 7b (:
N
Procurement Division
6130 Sunset Drive
Evaluation South Miami, Florida 33143
Slouth Miami Scoring Sheet (305) 663-6339
n[ CST, OF PL 11v11`(
www.southmiamifl.gov
RFP Title: PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP No: 2019-12
DIRECTIONS: Please score each firm, for each specific criteria provided. Scoring is based on each criteria listed
below with a maximum score for each criteria The total score for each proposer is calculated by adding each
criteria for a total scored proposer. The maximum score total score for each proposer is 100 points.
Criteria
L AZ PARKING
I.
Overall Quality and Completeness of Proposal. (and
Interview if Shortlisted)
MAX POINTS: 10
2
Qualifications of Key Personnel
MAX POINTS: 10
3.
Relevant Project Experience / Past performance
`S
MAX POINTS: 5
4.
Project Plan/Approach to Work
MAX POINTS: 25
5
Cost Proposal / Proposed Rates
r
MAX POINTS: 50
f
Total Score:
r
Reviewed by: `(� A l.� 4—�k i o Q \,!N ck'X Qy,_ Date: i 1a r2 t
(Print Name) (Signature) �=
i[i7
Page 1 of 1
(t F134)I .r .
PARKING ENFORCEMENT MANAGEMENT
SERVICES
City of South Miami
PARKING
RFP NUMBER: #PR2019-12 I January 10, 2020
Govemmen[
Sod- Aliami
1.
TABLE OF CONTENTS
2
2.
COVER LETTER
3
3.
COMPANY BACKGROUND
5
1.
Experience
5
A.
Background
5
B.
Government Services and Enforcement Overview
7
C.
Parking Enforcement Experience
B
D.
Value Add Summary
9
E.
Organizational Chart
13
F.
Resumes and Bios of Key Personnel
14
4.
OPERATIONAL PLAN
18
1.
Overview
18
2.
Proposed Operating Plan
19
A.
Standards for Hiring
19
B.
Customer Service Representative
22
C.
Job Duties
24
D.
Management Approach
24
5.
REFERENCES
27
6.
PRICING
31
7.
INSURANCE DOCUMENT
32
8.
RFP REQUIRED DOCUMENTS
33
12
Parking Enforcement Management Services City of South Miami I RFP NUMBER: MPR2019-12
South Miami
Mr. Steven P. Kulick
Chief Procurement Officer
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
January 9, 2020
Re: Parking Enforcement Management Services (RFP #PR2019-12)
Dear Mr. Kulick,
On behalf of LAZ Parking, we are pleased to submit the enclosed proposal for the City of South
Miami's RFP for parking enforcement management services. Enclosed is a detailed response to the RFP
which outlines our qualifications, credentials and commitment to continue to serve the City and its
many valued stakeholders. LAZ Parking has reviewed and understands all elements of the RFP and
subsequent addenda. LAZ Parking has been your operator for the last thirteen (13) years and we
greatly appreciate this long-term partnership. LAZ will continue to deliver our contractual promises to
the City of South Miami above and beyond what was required.
LAZ Parking's complete understanding of the City's parking program and directives through the
leadership of the City of South Miami has given us a skill set that can be matched by no other parking
company. In fact, the City's parking program is unmatched by any city comparable in size, or for that
matter larger in size and have managed to excel. Simply, that's why LAZ Parking should remain the
City's parking vendor of choice.
LAZ Parking is the second largest parking company in the US, with the broadest experience and finest
employees in the industry. We successfully manage over $1.4 billion dollars of revenue on behalf of
our clients annually at over 1,200,000 parking spaces. We have a very keen focus on implementing
efficient operational procedures, dynamic marketing campaigns, revenue integrity systems,
revolutionary technology applications and best -in -class customer service initiatives. Below is a
summary of why LAZ Parking is the best choice to continue as your parking solutions provider.
Unequalled Experience & Management Talent: Because of our combined national strength, LAZ has
the ability to propose a high-level management team to support the City on this effort. LAZ Parking is
currently the preferred parking partner at over 3,155 parking facilities nationally. Our 13,450
dedicated employees manage parking in 36 states and 420 cities. LAZ has unmatched experience with
government and municipal parking systems throughout the country, currently managing in excess of
300,000 parking spaces on their behalf. Our diverse executive team has unrivalled industry knowledge
and expertise with active hands-on parking management experience. Together, they have transitioned
and managed many of the nation's busiest and most challenging parking operations including:
• City of Chicago On -Street Meters
• The Ohio State University
• New York City Housing Authority
36,000 spaces
36,000 spaces
20,000 spaces
13
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
5oullAliami
Municipal Parking Expertise: LAZ Parking is one of the nation's premier operators specializing in
parking services for municipalities and government agencies. Our Government Services Division is led
by a team of dedicated professionals with over 75 years of government parking experience. This
affords us a nuanced understanding of the balance that government agencies must achieve between
public accountability and service to the community. Our comprehensive approach to parking
management provides sustainable solutions that enhance communities, streamline parking operations,
and improve the financial position for our clients. Locally, out team manages the following Municipal
operations:
O City of Coral Gables 1,173 spaces
O City of Miami Beach 6,000 spaces
O City of Hollywood 975 spaces
U Town of Surfside 600 spaces
Customer Oriented Culture: "Customers" are at the top our Organizational Chart. Unlike any other
parking company, LAZ believes in "Hire for Attitude, Train for Skill". We hire people that are excited
to come to work and that love to interact with the public and then we train them to PUT CUSTOMERS
FIRST! Every day, you will see this reflected in the way our employees treat customers with a smile, a
greeting, and doing what it takes to "go the extra mile". At LAZ, our people are our most important
asset, and our culture is all about Recognizing Acts of Value and Excellence. Our employees are
passionate about parking and foremost about your customers! Our new customer service
representative will be trained to continue the values of the City and expectations to serve.
Technology: Our focus is on implementing automation to streamline processes for our customers, our
staff, and our clients, so that user convenience translates to more positive parking experiences. We
create additional value for our clients by partnering with them to share the benefits of our
technological innovations.
With our desire to continue to support the community we would like to establish a yearly donation of
$2,500 to be awarded to an outstanding organization designated by the City of South Miami
leadership. This award would be on behalf of the City and our partnership to prove our commitment
to the City of South Miami.
We look forward to the opportunity to continue to serve the staff, residents, guests, and business
owners of the City of South Miami and remain your Partner in Parking!
Sincerely,
Chris�Walsh
Regional Vice President
cwalshetazparkine. com
404 Washington Avenue, Suite 640
Miami Beach, FL 33139
Office: 305-913-4882
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
14
Soulh iiMiami LAZ
1. EXPERIENCE
A. Background
LAZ Parking is the second largest parking and transportation service provider
in the United States, managing more than 3,155 properties in 420 cities. We
have built our reputation on being among the most trusted, stable, and LM
innovative parking solution providers in the United States. We are committed
to providing our clients with superior customer service through on -going
technological and administrative automation, based upon our corporate goal of being the "highest
quality" provider of parking management services. We are committed to employing industry leading
best practices to achieve "Operational Excellence".
Formed in 1981, LAZ Parking is headquartered in Hartford, CT, and San Diego, CA with regional offices
in Atlanta, Boston, Chicago, Columbus, Dallas, Los Angeles, Miami, New York, Philadelphia, San
Francisco, Seattle, and Washington DC.
As our company has continued to grow, our founders, the three original partners, are still deeply
involved with the company, bringing their strengths to various aspects of our business. The success of
their business stems from building strong client relationships, empowering employees to "Think like
an Owner," and never losing touch with their roots. LAZ brings experience and strength under its
parking management umbrella, including Airport, University and many government contracts. LAZ
employs more than 13,450 parking professionals who are dedicated to providing the highest level of
service in the industry. The loyalty and care that our employees have for their jobs and their
customers is unmatched in the industry LAZ Parking was incorporated on May 19, 1983, delivering
excellence for over 36 years. LAZ Parking brings considerable experience and strength under its
parking management umbrella including Airports, Class a Commercial Properties, Hotels, Medical and
Hospital, Universities, Government and Municipal, On -Street Meters, Retail and Mixed Use, Valet
Services, Event Parking, Residential Buildings, Shuttle Services, Stadiums and Arenas and Toll Roads /
Bridges.
INDIGO Group (Formerly Vinci Park) a worldwide conglomerate of over 3,000
I D' /�► O companies with considerable financial girth acquired 50% of LAZ Parking in
v the Fall of 2007. This transaction represented a mutual growth strategy by
both parking leaders, as Indigo is the largest parking company in the world.
Indigo has built an extremely successful network of parking operations in countries throughout
Western and Eastern Europe and Canada. Indigo currently operates over 2,300,000 parking spaces in
750 cities of 10 countries and over 3,000 km of managed on -street parking. LAZ Parking and Indigo, as
sister companies share best practices, systems, and people, learning from one another and
implementing new ideas. The combined companies make this partnership the largest parking operator
in the world.
15
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
SouthMiami
t�_ ftb�
VT
NH
MA
RI
CT
NJ
DE
MD
DC
Founded:
Number of Locations:
Number of Parking Spaces:
Annual Managed Revenues:
Number of Employees:
States / Cities:
Portfolio Mix:
Market Segments:
1981
3,155
1,200,000
$1.4 Billion
13,450
36 / 420
Managed, Leased, and Owned
Hospitality & Valet, Office Buildings, Medical
& Hospital, Airport & Transportation,
Campus, Government & Municipal, Retail &
Mixed -Use, Event Parking, Residential
Buildings, and Shuttle Services
Regional Offices: Atlanta, Boston, Chicago, Columbus, Dallas,
Hartford (Home Office), Los Angeles, Miami,
New York, Philadelphia, San Diego, San
1201-2019 Francisco, Seattle, Washington DC
Parking Enforcement Management Services City of South Miami I RFP NUMBER: JIPR2019-12
EN
Soulhkiami LAZ
B. Government Services and Enforcement Overview
LAZ operates hundreds of thousands of parking spaces for government agencies, from large and
complex public garages and surface lots to some of the biggest on -street parking systems in the world.
Our dedicated Government Services Division is led by a team with more than 75 years of government
parking experience, working in both public and private sectors. This affords us a nuanced
understanding of the balance that agencies constantly must strike between profits and service to the
public.
Understanding that public agency parking systems have a unique set of challenges, LAZ Parking has a
dedicated Vice President of Government Services, Robert Maroney. He has more than 20 years of
municipal parking experience in all aspects including serving as a City Official, managing City Parking
Authorities, Consulting, Installations, Operations and Program Implementation.
With the most experienced team of government parking experts, you have the confidence of knowing
that your parking asset is managed by a team dedicated to exceptional service and accountability.
Our turnkey solutions are designed to reduce operating expenses, increase revenues, and enhance the
customer experience. LAZ is uniquely qualified to manage all of your parking needs.
• Government Expertise: LAZ Parking's Government Services team brings decades of experience
operating some of the largest and busiest parking systems in the US.
• Customer Service: Hospitality trained employees with a passion for customer service. We are
committed to hiring the best and training for success.
• Accountability: LAZ offers industry leading revenue control and financial auditing processes
specifically designed for on -street and off-street parking programs
• Sustainability: LAZ is passionate about green initiatives. Our programs are designed to achieve
both environmental and financial sustainable.
• Marketing: We develop customized marketing programs that are designed to maximize
occupancy, increase revenue and promote public parking.
• Diversity: LAZ is dedicated to building business partnerships with minority and disadvantaged
businesses and with over 75% of our employees in minority categories, we are proud to say that
we are a diverse employer.
Our municipal experience includes multiple cities throughout Florida totalling over 10,000 spaces
throughout the State. We have been serving municipalities in Florida for over a decade our experience
includes such complex and diverse systems. In April of 2019, LAZ Parking was awarded a contract to
provide countywide parking operations and management services for Volusia County. The operation
includes over 2,000 parking spaces spanning garage and surface lots.
17
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
Soulhll ' LM
Following is a sample table of some of LAZ Parking's public sector clients and the number of spaces
for each:
Government Agency & Municipal Clients
C. Parking Enforcement Experience
LAZ Parking is experienced in providing contracted Parking Enforcement Services for our clients that
are deployed and rotated through paid parking and time limited locations. Their primary focus is on
meter payment and permit compliance and other parking regulations such as overstaying posted time
limits and public safety related ordinances such as crosswalks, fire hydrants, bus stops and no parking
zones.
LAZ understands that even though enforcement agents are ensuring that the public complies with
parking regulations, the people that they deal with every day are first and foremost customers.
Customers must be reassured through the actions of our employees that they are being treated in a
courteous and professional manner especially in a situation where they have received a parking
violation and may be less than courteous in their own behavior. The appeals process must also be
managed in a way that demonstrates, in each and every case, that the individual appealing a violation
is being treated in a fair and equitable manner.
Even in a demanding job such as this, LAZ has the lowest employee turnover rate in the parking
industry. This results in a dedicated and stable workforce which is a critical component in creating
effective on -street enforcement and parking management program.
iE
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12 M
SouAoMiami LZ
D. Value Add Summary
Parking Advisory Services
While other parking companies may tout their abilities to provide "parking consulting" services, LAZ
Parking uniquely possesses the internal resources to perform detailed investigations regarding parking
layouts, parking equipment feasibility studies, alternative lane
configurations, and stack parking analyses, all with the objective of
achieving functional and operational efficiencies. Our team has
decades of hands-on expertise and proven successes on the most
complex and diverse parking design and implementation projects.
LAZ will provide guidance and consultation to the City of South
Miami (staff, architects, designers and other representatives) with
respect to all aspects of the on -street parking system and parking
operations and rate setting; meter technology; municipal code
provisions, EV stations, signage and graphics; parking enforcement
programs and technology; and booting and towing operations at no
additional cost.
This includes assistance in developing requests for proposals,
reviewing bids, coordinating with contractors for implementation and an overall experienced hands-on
review of these processes by our LAZ in-house subject matter experts.
We also assist in the presentation and explanation of such matters to Government Officials, Board of
Directors, Advisory Panels, and other involved parties and stakeholders. If necessary, we will help
prepare economic projections for any new parking facility or program and assist in the presentation
and explanation in connection with the procurement of financing through bonding or other financing
vehicles. LAZ is the industry leader in parking related Public Private Partnerships (P3) having
successfully partnered with leading financial institutions on three out of the four Parking P3
concessions to reach financial close in the US. If a concession lease is a consideration for the City
either now or in the future, there would be no better operations and transaction advisor to the City
than LAZ.
A primary goal of our consulting services is to ensure the
functionality of the facilities, programs and systems with a
goal of establishing efficiencies and effectiveness in serving
the needs of the City and its many parking patrons. As the
City's "Partner in Parking", South Miami will realize
substantial savings on outside consulting fees by utilizing our
in-house expertise to reduce equipment costs, increase
revenue and lower operating expenses.
19
Parking Enforcement Management Services City of South Miami I RFP NUMBER: NPR2019-12
Soulh�Miami
Website and Brochure for Parking Customers
LAZ Parking will design a website to allow parking patrons of South Miami access information. Website
will include links to City website, ticket violation procedures, parking tutorials and general questions.
F%rkChicago
4•pY %(� �J •F Kl �u��vJ
O PLAY
�` 35R IVII3
000 000
CampusQwarr
at The Ohio State University
Wo
Parking Enforcement Management Services City of South Miami I RFP NUMBER: ;PR2019-12
3. COMPANY BACKGROUND
Case Study - City of Fort Collins, Colorado
LAZ Parking was recently engaged by the City to provide a turnkey state-of-the-art
parking technology system that will include parking guidance and space availability,
dynamic signage, automated pay stations, and a proprietary mobile application. The
system is being implemented as a comprehensive management system that for the
City's 5,350 on -street and off-street spaces.
LAZ Parking is introducing automation technologies and payment options that will
significantly reduce operating expenses while enhancing the level of customer
service. New gateless payment technology and parking guidance system will be
deployed in the City's two existing downtown garages as well as a new garage that is
currently under construction. In addition, LAZ is installing 3,600 in -ground sensors
within the on -street parking system. A new proprietary application is being develop
that will allow for mobile payments and will provide information to the public on
space availability throughout downtown.
LAZ will provide overall project management and consulting services during the
design and installation of the technology. LAZ is also serving as a system integrator
and will deliver a web -based data analytics and reporting system using our Business
Intelligence capabilities. Our partners for this engagement include Passport, TZ,
Parking Sense, and Civic Smart.
11
Sou Ih0�liami LAZ
In -House Engineering Consultation
At LAZ, we are accustomed to providing consulting services specifically from a parking operator's
perspective to third party engineering firms which have been retained by our clients. For example,
we regularly work with professional firms such as Walker Parking Consultants, Desman Associates,
Parsons Brinkerhoff and Tim Haas Et Associates to name a few, and would be happy to work with any
of the City's choosing.
Kaiser Woodland Hills
Issue: Planned solar panel project on garage roof level, resulting in over 100 spaces
lost during three phases of construction
LAZ Solution: Develop parking management plan for each phase of construction to
accommodate the upcoming parking deficits. The parking management plan
addressed a change in user assignments (visitors/employees) in response to
those spaces being removed from the total supply during the different
construction phases. To further accommodate the shortfall, additional stack
parking was employed within the surface areas and garages.
22
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
Soulhkiami
E. Organizational Chart
PARKING
DEPARTMENT
Human Resources Team
Hisin
iam Man
PARKING STAFF SCHEDULE
Persomel Hours per
Required Monday Tuesday Wednesday Thursday Friday Saturday Sulsdey Week
stall
PAngBdorcLmlent11
8
8
8
B
B
40
WrgEnlarcemer062
8
8
B
8
8
40
PaskingBdorcemesR83
8
7
7
8
30
IPaldagErdonesnesri84
8
B
8
22
ToWHours
132
Floddo Y.P.
Chris Walsh
(786) 566.3086 Cell
Florida G
Luis Macedo
(786) 566-3189 Cell
Florida BD
DoAd Zell
(766) 295.7860Cetl
LAZ Parking Miami
404 Washington Avenue
Suite 720
Miami Beach, FL 33139
(305) 913-4882 Office
South Miami Event Group GM
Parklna Operailons
scoh Hamilton
Codas Morenco
f. (305) 913-4882 Office
(786)367-7726 Call (561) 889.6750 een
Enforcement
i
CollecBonsand
¢ i
MoIntenance
Cuslomer
Sarvlca Rea
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019.12
AccounHna and
Finance
Marilin
Charnicharo
(305)913.4882
Office
23
South Miami
F. Resumes and Bios of Key Personnel
Parking Services Manager
`.7561367-7726 • cmorencc•CL.AZUark rro conv wvn••Jozporkinn cc,m
Objectives
To continue to grow in my chosen career as a Parking Professional. Continue to strengthen my
ability to anticipate and proactively address customer needs for a high level of client satisfaction.
Qualifications
Knowledge of the City of South Miami and the South Florida area as it relates to the
implementation and practice of parking enforcement policies. Ability to teach and mentor new
Parking Enforcement Officers on required job duties such as defending issued infractions in court
proceedings and resolving complaints. Provide leadership, direction, coordinate and planning for
all operations related to parking enforcement, maintenance and collections on behave of the
City.
Experience
PARKING OPERATIONS MANAGER • 2011 - Present
LAZ Parking • City of South Miami
Supervise and schedule a crew of 4 Parking Enforcement Officers and 2 Maintenance/Collections
Mechanics. Liaison with City Management Staff on all parking enforcement and parking meter
maintenance issues. Manage Citation Issuance System and run required reports. Extensive
knowledge in all operating systems used by the City including T2 pay stations and enforcement
technology.
Park'ng Enforcement Officer • 2008 - 2011
LAZ Parking • City of South Miami
Investigation and issuance of municipal parking violations within business and residential areas
Issuing citations for parking infractions and meter violations
Addressing parking concerns with police department
Responsible for meter collections and coordinating repair for broken meters
Crew Chief • 2007- 2008
FL Building Engineering and Land Surveying, Hialeah, FL
Conducting high quality commercial and residential land surveying
Worked with engineering, architecture and legal staff for land surveying to protect property rights
Documenting field observation parties and establishing boundary -lines
Crew Chief • 2003 - 2007
Litton Land Surveyors, Delray Beach, FL
Provided commercial and residential land surveys
Researched property information through appraisers office and other records
Studied legal records in order to research previous boundaries
`,I
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
South Miami
Land C;ew Cnief • 1997-2003
Nova Land Surveyors, Miami, FL
Provided detailed commercial and residential land surveying
Produced information that was utilized in deeds, leases and other legal documents
Led survey projects and completed reports for all field surveys
Education
U.S. International Christian Academy, Miami, FL
Completion, 2007 • High School Diploma
Miami -Dade College, Miami, FL
Completion, 2008 • Parking Enforcement Certification
Skills
Fully bilingual
MS Windows and Office
Enforcement Technologies Software & Handheld Computers
References
Available Upon Request
25
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
SouAMiami
Georgi Taja- Senior Vice President
Georgi Taja joined LAZ Parking in 2007 as Senior Vice President after an extensive
career with an international parking company where he served in various
management, operational, and leadership roles. Since 1988, Georgi has gained
experience in airport parking operations, mixed -use facility management, hotel
valet, stadium and event management, on -street meter collections, and
enforcement and shuttle operations. Georgi currently reside in Florida half of the
year. Georgi s marketing and management experience includes process
improvements, implementing web -based applications, new location planning,
acquisition and set-up, and evaluating and enhancing property asset by
developing and implementing strategic marketing and business plans to
accelerate growth for owned and client locations. He is a graduate of the George
T. Baker Aviation Institute.
Christopher Walsh - Regional Vice President
Christopher Walsh joined LAZ Parking in 2006 as Regional Vice President who
successfully expanded our Mid -Atlantic presence. Christopher has been a leader
in the parking industry since 1996 and started his career in Atlanta with a local
operator. He has worked in markets located In Georgia, Maryland, North
Carolina, Pennsylvania, South Carolina, Virginia and Washington, D.C. He is
currently based in Miami/Fort Lauderdale and responsible for premier Florida
properties in Miami, Fort Lauderdale, Tampa, Jacksonville, Orlando, Daytona,
St. Augustine and Naples. His vast experience in business development activities
and operational management encompasses Class A office buildings, hospitals,
hotels, malls and airports. He also has conducted due diligence activities for
numerous acquisitions and privatization deals. Chris is currently a resident of
Parkland, Florida. Christopher graduated from LaGrange College with a degree in
business administration.
Carlos Marenco - CPP - City of South Miami Parking Director
Carlos has been with LAZ Parking since 2008 and has specialized in municipal
parking services. He has managed the parking operations for the South Miami,
Surfside and University of Miami's paid parking concessions. He atended Miami -
Dade College, has attained the Certifed Parking Enforcement Certifiation, and is
knowledgebale with all of the latest enforcement technology available in our
industry. Carlos has excellent customer service skills and is fluent in both English
and Spanish. Mr. Marenco activly interacts with the retailers and business using
the public parking programs and stays abreast of all local events which impact
the parking spaces we manage. Carlos has also graduated from LAZ University
and is currently enrolled to complete his CAAP certification.
W
Parking Enforcement Management Services City of South Miami I RFP NUMBER: NPR2019.12
Scull h Miami
Luis Macedo - General Manager, South Florida
Luis Macedo joined LAZ Parking in 2006 as General Manager in South Florida and
more than 23 years of parking experience. Luis fully understands all parking
operations both locally and nationally which include hotel, office building,
municipal organizations, special event, valet and institutional parking operations.
He has extensive experience and operating in South Florida. His past experience
includes: American Airlines Arena, Bayside Marketplace, Shops at Sunset,
Cocowalk, premier hotel and residence valet operations. He also assisted with
parking operations for openings all across the U.S. including City of Chicago
meters and Ohio State parking operations. The 2 largest parking operations in the
country operated by a private company. Luis is a graduate of Florida
International University.
Alex Garcia - CPP- Director of Operations
Alex has over 16 years of diverse parking experience. He oversees the municipal
contract for the City of Miami Beach (+6,000 spaces) and City of Hollywood. Alex
has a wide range of knowledge having directed parking operations at large scale
self -park and valet facilities in South Florida. Alex has directed a staff in excess
of 100 employees and spearheaded classroom and one on -one customer service
training sessions for over 600 employees. Mr. Garcia also has extensive
experience in parking equipment hardware and software having served as
regional technician for CVPS. In that role, Alex was responsible for the
installation and maintenance of CVPS parking equipment and printers, scanners,
SDK fingerprint readers, high definition IP cameras and low voltage wiring. Mr.
Garcia graduated from El Camino College in Torrance, CA (Computer Science
Major) and is active in the United States Air Force Auxiliary, Civil Air Patrol,
serving as Squadron Commander for the last three years.
Rob E. Maroney, Vice President of Government Services
Rob Maroney joined LAZ Parking in 2015 as the Vice President of Government
Services. In this role, Rob supports LAZ Parking's numerous public agency clients
and furthers our Public Private Partnership efforts. With over 20 years in the
parking and transportation profession, Rob brings extensive experience in
municipal and government operations, management, and consulting. Rob started
his career in municipal government, and during his 12 year career with Norfolk,
VA, he served as the Director of Parking for one of the largest municipally owned
systems in the United States. Most recently, Rob was the Director of Parking and
Transportation for Virginia Commonwealth University,
27
Parking Enforcement Management Services City of South Miami I RFP NUMBER: XPR2019-12
SouthMiami
1. OVERVIEW
LAZ Parking fully understands the City of South Miami's desire to always continue to improve
operations, maximize revenue potential, and enhance the customer experience within the City's
parking operations by establishing an efficient and effective parking enforcement program. LAZ
Parking will continue to assist in improving this experience with our partnership with the City. We
look forward to introducing new technology and ease of payment to all users.
Parking Enforcement Experience
Parking Enforcement is an essential function in any parking environment. Payment compliance is
profoundly dependent on the user's perception that non-payment has an undesirable outcome in the
form of a parking violation or ticket. With over 30 years of experience issuing and collecting parking
violations, LAZ Parking is the leader in parking enforcement throughout the country. LAZ currently
enforces parking for municipal parking systems ranging from 100 spaces to 36,000 spaces. We are
responsible for the issuance, processing and collection efforts of over 500,000 citations annually.
LAZ Parking has managed many of the nation's busiest and most challenging government parking
operations. In addition to our extensive experience throughout L.A., we manage many comparable
parking systems around the country including The New York City Housing Authority, The City of
Chicago Parking Meters, Ohio State University, San Francisco Municipal Transportation Agency
(SFMTA), Metropolitan Transportation Authority (MTA), and California State Parks. The following
highlights some of our recent experience that is relevant to the City of South Miami's Scope of
Service.
• The Ohio State University (OSU): LAZ utilizes Genetec Mobile LPR enforcing 36,000 spaces across
155 facilities. Upon deployment of this technology we immediately improved operating
efficiencies, enhanced customer service, increased revenue, and integrated enforcement of over
50,000 permits and visitor parking transactions.
• Metropolitan Transit Authority (MTA): We deployed Genetec Mobile LPR with pay by plate
payment through conventional pay stations and mobile pay application. Customer service was
further enhanced by allowing customers to self -manage their permits via a specialized web based
application developed by LAZ.
• Chicago Parking Meters: LAZ provides 24/7 management of the City of Chicago's on -street
parking meter system including supplemental parking enforcement services on behalf of the City
of Chicago. The Chicago on -street system is one of the largest parking systems in the world and
the third largest on -street system in the United States. As a significant enhancement to the on -
street system, LAZ partnered with Passport to implement a proprietary mobile pay application
called ParkChicago, which accounts for over 50,000 payment transactions daily.
m
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
South el. LAZ
2. PROPOSED OPERATING PLAN
A. Standards for Hiring
At LAZ, we put people first. It's not just about hiring the best. We get to know our employees and
what they want to do as they grow their careers into the future. Most of our senior management team
members began on the front line, parking cars and learning the business from the ground up. We
strongly believe in the culture of our company and community spirit of our employees. We don't just
provide jobs, we help employees create careers. In this spirit, we are able to nurture our most
important asset, our people. In fact, we believe so strongly in people that we don't have a "Human
Resources Department" at LAZ - we have the LAZ "People and Culture" team.
LAZ Parking will hire, train, schedule, and manage all employees necessary for the proper and
efficient operation of your parking facility. The Parking Manager, along with LAZ Parking's People and
Culture Department, will have full discretion in the hiring and discharge of employees. Of course,
property managers and/or clients always have the opportunity to interview and approve talent if/as
needed.
Customer Oriented Culture
"Customers" are at the top our Organizational Chart. Unlike any other parking company, LAZ believes
in "Hire for Attitude, Train for Skill". We hire people that are excited to come to work and that love
to interact with the public and then we train them to PUT CUSTOMERS FIRSTI Every day, you will see
this reflected in the way our employees treat customers with a smile, a greeting, a polished uniform,
and doing what it takes to "go the extra mile". At LAZ, our people are our most important asset, and
our culture is all about Recognizing Acts of Value and Excellence. Our employees are passionate about
parking and foremost about your customers!
Preliminary Pre -Interview Screening
LAZ Parking often uses a professional telephone interviewing experience to pre-screen candidates
before they are invited for formal interviews. Hiring managers know how to narrow down their
potential pools of applicants to qualified individuals and our recruiting teams know how to thoroughly
check employment and personal references.
Interviewing Process
Our interviewing process is robust and helps us to retain qualified employees for the long-term,
which, in addition to reducing turnover costs, gives our clients and parking customers the opportunity
to establish the personal relationships and trust that facilitates a successful and profitable parking
operation. All candidates are interviewed by a LAZ "talent scout" (aka "recruiter") from our People
and Culture team, as well as various hiring managers as appropriate and based on location/position.
We use questions during the interview process that allow us to determine if people will demonstrate
the right skills and aptitude to perform well at their jobs.
29
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
SoutAlmiami
Background Checks and Drug Tests
All candidates are required to successfully pass a criminal background check to be hired at LAZ
Parking, as well as drug and motor vehicle record verification (for driving positions). We utilize third -
party vendors to perform these pre -hiring assessments which apply to all levels of hiring, including
management.
Onboarding New Employees
Our cutting -edge New Hire Concierge Desk is a team of Hiring Coordinators who take all of our
candidates through the paperwork required for onboarding at LAZ Parking. This team is dedicated to
serving the needs of our new hires and is responsible for the successful hiring of more than 4,000
people each year. Their focus is getting people hired as efficiently as possible and we know from our
ongoing new hire satisfaction surveys that, as a result of their amazing service, people are extremely
satisfied with the process (and we rarely lose anyone along the way!).
Initial Employment
Ail of our applicants pass through a thorough pre-screening process before hiring. Federal law requires
that every employee must show proof of citizenship or a right-to-work document.
Equal Opportunity
LAZ Parking is committed to the practice of equal opportunity and affirmative action in all aspects of
employment. It is company policy to provide equal opportunity and affirmative action to all applicants
and employees without regard to race, color, sex, age, religion, national origin, marital status, and/or
handicap.
Sexual Harassment
LAZ opposes any form of harassment, including sexual harassment on the job by coworkers,
subordinate employees, and/or supervisors. It is our policy to maintain a work environment free from
all forms of harassment and sexual harassment, and to insist that at[ employees are treated with
dignity, respect, and courtesy. Harassment, including sexual harassment of an employee by another
employee or supervisor, is prohibited by Title VII of the United States Civil Rights Act of 1964 and
applicable state law. The purpose of this policy is to assure that harassment does not occur in our
workplace.
All complaints of harassment are promptly, thoroughly, objectively, and to the extent possible,
confidentially investigated. If harassment is found to have occurred, appropriate disciplinary action is
taken against the harasser up to and including termination.
Substance Abuse
LAZ Parking has a strict policy against substance abuse. We do not hire persons who use illegal drugs.
All persons seeking employment with us may be required to take and pass a screen for illegal drugs or
alcohol, and may be subject to periodic tests for illegal drugs or alcohol where permitted by law.
30
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
SoulhMiami
Alcohol and drug consumption is prohibited during work hours and/or in any work areas. Employees
who appear to be under the influence of drugs and/or alcohol will be subject to termination.
Accident Prevention
Accident prevention is important to the LAZ community, both at the corporate level and on the front-
line. We strive to provide safe working conditions and insist upon safe practices at all times by all
employees. Every effort is made to provide adequate training to employees in order for them to
ensure safe and proper performance. All employees are instructed to follow the safety rules,
regulations, and procedures as set by LAZ Parking Service. Any injury that occurs on the job, no
matter how slight, must be reported as soon as possible. Incidents are investigated and provisions
made to prevent reoccurrence.
Uniforms / ID
LAZ will provide each employee with City -approved uniforms appropriate for summer, winter, cold
and foul weather gear. The City of South Miami logo or a LAZ parking logo can be displayed and shall
be at the discretion of the City. Uniforms will present a neat and clean appearance at all times. A
nametag and a laminated photo ID on a chain will be worn at all times when LAZ staff are on duty. If
possible, LAZ employees would be issued a City of South Miami (contractor) identification badge that
would be worn at all times.
LAZ will work together with the City to find a look that best represents the City of South Miami and
presents a first-class image to be displayed to the City's valued patrons at all times. Specifically for
Parking Enforcement Representatives, our recommendation is for a more casual uniform that portrays
an approachable ambassador look. However, a more formal and official uniform can be provided if
desired by the locality. Samples of LAZ uniforms provided below:
31
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
Soulh'Miami LZ
'Additional Uniform Options are available upon request.
B. Customer Service Representative
Client Et Customer Relations
Customer Service is at the core of everything that LAZ does. It is in our DNA. LAZ Parking has
developed specific training programs and performance standards centered on customer service and
public relations. The following highlights some of the core training and performance standards that all
of our employees receive.
• Client B Customer Service
• Client Customer Service Panel
• Making an Exceptional First Impression
• Greeting Customers
• Diffusing Difficult Situations
• Service: The Client Perspective
• Manager Conversation: Measuring Service Metrics
• Post: Best Practice about Service
• Implement: A Daily Service Checklist
Resolution of Customer Complaints
We have built our reputation by the excellent customer service we provide to our clients, customers,
parkers and visitors. We continuously explore new ways to improve on the experience that people
have when they utilize parking facilities which we manage. We pride ourselves on resolving all
customer issues, complaints or concerns in a prompt, courteous manner. The majority of customer/
staff interactions involve the following situations:
Resolution: The information is provided to our employees at the time they start at a new location, so
they can quickly answer the customer's questions. If they do not know the answer, there is a chain -
of -command regarding who they should contact for the information.
32
Parking Enforcement Management Services City of South Miami I RFP NUMBER: HPR2019-12
Soulh Miami M
Resolution: We have specific policies and procedures to follow and resolve these types of issues. We
will provide these to the City of South Miami for approval before implementing them. Employee
training involves discussion of these issues so they understand their role and responsibility.
Customers who want to be heard - can be the most challenging because they may be:
Angry or upset
Resolution: Employees are trained to listen effectively to the customer and identify the issue. They
are also taught to remain professional, patient and offer a solution. We teach the cashiers phrases on
how to choose the most appropriate words when offering a solution. If a customer does not want to
accept the employees' solution, they immediately contact their supervisor. He or she will be available
to assist with these situations and will promptly work with the customer to resolve the issue. We
endeavor to get a name and phone number for further follow up action if necessary.
All complaints are recorded in an operational logbook which is available for review by our
management and City Management. This logbook serves as an aid to management to identify any
recurring complaints in order to implement a more lasting solution or develop additional training
programs for the staff.
During the term of this contract, LAZ Parking will provide a live Customer Service Representative
via phone line to work during normal business hours to serve all of the City's patron, residents,
staff, and business owners parking questions and concerns.
33
Parking Enforcement Management Services City of South Miami I RFP NUMBER: NPR2019-12
,-.
i01.1146ami
C. Job Duties
0
The following is provided as an overview of the job descriptions and responsibilities for each proposed
employee category. These job descriptions will be finalized and approved by the City of South Miami
during our transition period and prior to the start of the hiring process.
Please note, to be hired, all candidates must submit to a background check and pre -employment drug
screen. LAZ Parking is an equal opportunity employer. In all our employment practices, including
hiring, we are firmly committed to provide equal employment opportunity (EEO) to all persons,
regardless of race, color, religion, sex, national origin, disability, age, genetics, Vietnam era, special
disabled, recently separated and other protected veterans, or any other characteristic protected by
federal, state or local law. No question in our application process is used for the process of limiting or
excluding any applicant's consideration for employment on such grounds.
D. Management Approach and Relationship with the City
Partners in Parking
LAZ Parking trademarked this phrase because it best describes the essence of our company. We are
not a typical parking management company. We are truly focused on providing the highest level of
client and customer service partnered with a custom operating program that is site specific while
exceeding the financial expectations of each of our client's parking assets. We foster a working
relationship that goes beyond a normal vendor relationship. We become your parking partner. We
develop unique and innovative parking solutions to assist in making each parking operation we manage
an overwhelming success. Our corporate vision is to cultivate a true "Parking Partner" relationship
with The City in a collaborative effort to drive revenues, increase profits, incorporate state -of -the art
technology, streamline operations and very importantly; deliver personalized customer service.
34
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
Soulh'Miami
LAZification and Mission Statement
LAZ Parking has a background strongly rooted in
providing heartfelt excellent customer service, which
is essentially attributable for our rapid successful
expansion throughout the country. A common theme
you will find throughout our package - the LAZ culture
- sets us apart from the competition in today's
Industry- OUR PEOPLE COME FIRST. Our people come
first before the bottom line. Our people are the CORE
of our company's continued success and we invest in
our people.
Our mission statement is simple: Create Opportunities
for Our Employees and Value for Our Clients. Our
company prides itself on providing a clear vision of
what we expect from each of our employees. This
vision is captured in what we call "The LAZ Way."
MISSION: TO CREATE OPPORTUNITIES FOR OUR EMPLOYEES AND VALUE FOR OUR CLIENTS
We have discovered that our company's success is the result of living this Mission. The Mission is
important to all of our employees and important for our CLIENTS.
Create Opportunities for Employees:
We are not only providing jobs for our employees, but a myriad of other opportunities to grow and
advance. In addition, we also provide benefits such as Health Insurance, Paid Time Off, and
Retirement Savings. LAZ is proud of its employees and their commitment to the company, many of
whom have spent their entire careers within our organization.
Create Value for Our Clients:
We know our clients can select from a variety of companies to manage their parking needs. Likewise,
our customers have many choices about where to park their cars. We want to create value for clients
and customers so that they always choose to do business with us. We can create value by giving
honest and dependable service, providing clean and well -maintained facilities, and maximizing the
profitability of every location.
35
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
LM
iouth [Miami
Customer Oriented Culture
At LAZ, we put both our "Customers' and our front line employees at the top of our Org Chart,
because we understand better than any other company that parking is not about structures, it's about
people. LAZ believes in Hire for Attitude, Train for Skill". We hire only the best staff with the most
positive attitudes and we train them to put customers first. Every day you will see this reflected in
the way our employees treat customers with a smile, a greeting and a clean, smart uniform. At LAZ
Parking our people are our most important asset and our culture is all about Recognizing Acts of Value
and Excellence (RAVE). Our employees are passionate about parking and they're passionate about
your customers.
Required Vehicles for Parking Operation
During the term of the agreement, LAZ parking volt purchase and maintain two (2) Electric parking
enforcement vehicles and one (1) collections and meter maintenance vehicle at its sole cost. LAZ will
also have a spare vehicle if any should go out of service. This requirement per the RFP will be fully
met by LAZ.
KI
Parking Enforcement Management Services City of South Miami I RFP NUMBER: NPR2019-12
SoUTAMiami
A. National
The Ohio State University - Columbus, OH
in 2011, the University set a floor price of $375 million for the
concession of its parking system consisting of over 35,000
parking spaces — including those at its renowned medical
center - the system was comprised of 17 Garages, 138 Surface
Lots and on -street parking. After an international highly
competitive process, the LAZIQIC team offered the highest bid
at $483 million with the lowest annual rate increases.
Under a ten year management contract, LAZ Parking is
responsible for the day-to-day operations and maintenance of
the system under defined operating standards and will also
oversee the demolition and construction of at least one new
parking garage during the concession term.
LAZ immediately increased operational efficiencies and
enhanced customer service which included development of a
new web site (www.compusparc.com); transitioned garages to
automated parking facilities; and created an in-house
smartphone enabled app for real time garage occupancy levels.
Additionally, LAZ implemented fully integrated LPR based
permitting (over 50,000 permits annually), LPR based pay
stations and LPR based parking enforcement.
With regards to the hundreds of special events on campus;
under LAZ management, revenues collected for Ohio State
Football home games broke the all-time campus records for
each of the first four games of the 2012 season.
Contact: Sarah Blouch, President of CampusParc
Phone:614-206-0774
Email: sblouch@campusparc.com
37
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
South'Miami
Norwalk Parking Authority, CT
When LAZ Parking was selected to operate the Norwalk Parking
Authority facilities in 2003, including debt service the system
was losing over $600,000. LAZ turned the operation around and
at the end the first year under LAZ operation created a net
operating income of more than $500,000. Today the parking
program is completely self-sufficient and contributes annually
to the City's General Fund. In the Garage facilities LAZ Parking
introduced state of the art automation technologies as well as
payment options that significantly reduced operating expenses
while enhancing the level of customer service. This has
resulted in significant increases to net operating income.
• First East Coast deployment of IPS credit card enabled
meters
• Fully integrated LPR Enforcement
• Replaced gated solution at Surface Lots with Pay Stations
• Pay -by -cell integration
• Interactive Website: www.norwolkpark.org
Through innovative management and marketing strategies, we
have significantly increased permit sales and hourly parking
activities without sacrificing service requirements. Over the
past two years, LAZ Parking has been instrumental in
retrofitting the lighting in four of the City of Norwalk's
parking garages, resulting in increased energy savings and
lighting levels. Additionally, LAZ introduced credit card
accepting single space meters and License Plate Recognition
enforcement, which has increased violation issuance and
overall payment compliance.
Contact: Kathryn Hebert, Executive Director
Phone: 203-854-7712
Email: khebert@norwalkct.ora
BE
Parking Enforcement Management Services City of South Miami I RFP NUMBER: NPR2019-12
Soulh'Miami LAZ
City of Worcester, MA
LAZ Parking started operating four public parking facilities for -
the City of Worcester in 2013, after a competitive RFP process.
With a total of 2,813 spaces, the facilities service employees
and visitors to the City of Worcester, and are conveniently
located near all major entertainment venues and U__n
transportation centers in the downtown area. All of the
facilities currently operate as self -park facilities. Gal
In, 2014, LAZ Parking also took over management of the City's
1,262 on -street parking meters, including revenue collection
and meter maintenance.
Contact: Michael Brennan, Director of Parking Services
Phone: 508-929-1300 x4160
Email: brennanm@worcester.eov
We
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
Southry,Miami
B. Local References
City of Coral Gables Florida
2801 Salzedo Street - 2nd Floor
Coral Gables, FL 33134
(305)460.5330
John Kowalchik, Ass't Parking Director
Parking Management Service
1,773 spaces (5 parking garages)
Attendant Staffing and garage maintenance
City of Hollywood Florida
2600 Hollywood Blvd
Hollywood, FL 33022
(954)921-3547
Natnael Jowhar, Parking Operations Superintendent
Parking Management Service
975 parking spaces (2 parking garages)
Attendant Staffing
City of Daytona Beach, FL
301 S. Ridgewood Ave.
Dayton Beach, FL 32114
(386)671.8075
Michael Stallworth, Business Enterprise Manager
Parking Management Services
1,220 Spaces - On -Street Enforcement, Residential
Permits and Beach Surface Lot Parking
City of Miami Beach, FL
1755 Meridian Ave.
Miami Beach, FL 33139
(305) 673.7505 ext. 26483
Saul Francis, Parking Director
Parking Management Services
Meter Collections for over 6,000 parking spaces
RAOPAL
BLES
THE UITY BEAUTIFUL
r
Holikood
LAZ Florida Parking does not have any on -street contracts that have been terminated.
,X
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
South0Miami
PRICE PROPOSAL SHEET
Executed Respondents Cost and Technical Proposal document included in required
documents section.
All Inclusive Price:
Year
$ 271,615.00
Year 2
$ 279,764.00
Year 3
$ 288,157.00
Year 4
$ 296,801.00
Year 5
$ 305,705.00
5 - Year Total
$ 1,442,042.00
41
Parking Enforcement Management Services City of South Miami I RFP NUMBER: NPR2019-12
SoutAlmiami
EXHIBIT 2
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PR2019-12
Insurance & Indemnification Requirements
CERTIFICATE OF LIABILITY INSURANCE
0.0E AFFORDED By THE POLICIES
ISSUING INSURER(S). AUINORQED
0
I ' -d.,..... _..-...-..-_...__... — - ..
Ore tenor and fAMClutS of Brt Ir06nY. 0E•Iilrl pdirxs II.aY lequlrt an endasallenL AstaOelrlee4 M Mu u.tQic>te d0ea nOt wcder rI011b bMt
Amity A9eney, Ina.
500 VICtOzy %.
Baring Bay
NOrfL Ckxinw Ida 02171
IAA Hlorlda peeking, MC
404 Aeadingran Araafre
Suits 720
CBFnVjCa NOiYBEI=IE INGIWY 0.EOlBR[YEM.TF.R1t OR CONDITION OFANYCONTMDT OROil1ER DOCUMENT MECTTPEGTTOWNICNTNLS
DERTRIUTE YAY BE F'^...UfD 00. YAY 0lI(TAN. TMEINDUMNCl NFd1OCO0Y THE OOLICIEOOExRIBED HEREIN IS aDDJELT TOALLMETERYS
E%CLII^.,IONGANO GONOmOfi:, OF DYCN POLICIL:. LNRD te10NN IAAY NAPE DlEN RlDUG[O BY PND OW MS.
w.N
6IIe1wYv
�•
A
1YOIaLleYlm'
Y WV.1wGILLDFreMLUNw'Y
TaNvruoE ®oaaa,
ma.o.u0a,
/vn.v
Ivor.=o
FAV1 ao0ataetDE
• 1,000,000
• 1,000,000
cm meyv elr
• IRIMMUDID
taawx tAw x.m
i 1 000 ODD
2 do0 000
0�,,��„�a,m,
IpJCt Y uz
wtlnl<,9-TPa.SAO.
• 2,000,000
•
A
r �tuaM•n
Y ntYlW10
Au nv+® foewso
�� "riirmia,n®
.rrzewvov
i/ar/nx.
r/v/xoxo
.1y ava.Rr le,aav!
i
00nLy roan lea, O
a
I
1
Y
raswAlrr
otatuae
n�.,a,
aaaa.,a¢
.eta® u., w
tea..
nrnm.
I/ano:,
OLk OYuifa6
. 10D OD0,0oo
1 140.04,0100o
¢O 1
1
B
I.00SI•wlea'xan'
AIOMOIia'YaWIY ,IM
IWNa'Ilk1,000
. rl✓iW ®
rNr[Y.rwIM1'a Wl4
Dltttate nlM
e xfOie um
R
MIA
,a1pS..aar03.
/av/iea.
N1gw0
:
Goo
t1.MfAxE-en bl,DlB
• BOB
et P•WE-eCUOfiM
1 0 0
A
C
GAAODI�DTL. L1IIBIISR'e
m➢!/IaD3OYs DI�RyY
axHetsv.w
.002..nr
Iq,pea•
/arlaev
/n/tox•
...
hmmuun,
aw,avwT
ed WrvlilirIOGIOMIVBCDIAIe�AtOlmlaneaant, :it41aYtnm.Itvtr.rM
If aSeeed ,r in a Qlltsn 0mtztlOt y e¢emc, oily to BmtA tuai is UeIr dsa u e addllim0l
ME
wM So: Im me. lit0aa11ty, 00l oely rill asaeaol !o tare apazatio0a Of t1r n...a iruvz0d. a: 040716 -
4ty 0E So¢t1 Itla� fbtrz Szeri�z
cenlu-n.wle n wen
moon RA OF TNe THERce. NOen PoxICEa D-caRIEDIN Berol,E
THEORDR EkA OATHEPE Cf: NDTIGE0", BE GFIIVENEO IN
City of S tb Yiafi 0.CC0110NICE'MTII THE PIXICY PRONaIONi.
6130 Slmaet ➢elya umanzm �,efelo,Tna
SovtL B1aam, 8L 33143
lmml Gai Ffia/R �h
( OU 190114616 ACORO CORPORATION, rights mtlYed.
INS015..,n, TDt ACORO Oath! and I0(p are re;mhretd male' OT AWNIB
:1•A
Parking Enforcement Management Services City of South Miami I RFP NUMBER: #PR2019-12
South Miami
43
Parking Enforcement Management Services City of South Miami I RFP NUMBER: NPR2019-12
PROPOSAL SUBMITTAL CHECKLIST FORM
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PR2019-12
This checklist indicates the forms and documents required to be submitted for this solicitation and to be presented
by the deadline set for within the solicitation. Fulfillment of all solicitation requirements listed is mandatory for
consideration of response to the solicitation. Additional documents may be required and, if so, they will be identified
in an addendum to this Solicitation. The response shall include the following items:
Proposal Package shall consist of one (1) original unbound proposal,
X three (3) additional copies and one (1) digital (or comparable
medium including Flash Drive, DVD or CD) copy
X Indemnification and Insurance Documents EXHIBIT 2
X Respondent's Bid Form. EXHIBIT 3
X Respondent's Cost and Technical Proposal, EXHIBIT 4
X Signed Contract Documents (All —including General Conditions and
Supplementary Conditions if attached) EXHIBIT 6
X 1 t�
Respondent's Qualification Statement
X List of Proposed Subcontractors and Principal Suppliers
X Non -Collusion Affidavit
X Public Entity Crimes and Conflicts of Interest
X Drug Free Workplace
X Acknowledgement of Conformance with OSHA Standards
X Affidavit Concerning Federal & State Vendor Listings
X Related Parry Transaction Verification Form
X Presentation Team Declaration/Affidavit of Representation
Submit this checklist along with your proposal indicating the completion and submission of each required forms
and/or documents.
END OF SECTION
EXHIBIT 3
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PR2019-12
RESPONDENTS
BID FORM
THIS PROPOSAL IS SUBMITTED TO:
Steven Alexander
City Manager
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
I. If this Proposal is accepted, the undersigned Respondent agrees to enter into a Contract with the City of
South Miami in the form included in this Solicitation Package and to perform and furnish all work as specified
or indicated in this Solicitation, including as set forth in Exhibit I (Scope of Services, Attachment A, &
8) for the Proposed Price as set forth below, within the Contract Time and in accordance with the other
terms and conditions of the Solicitation Package.
2. Respondent accepts all of the terms and conditions of the Solicitation and Instructions to Respondents,
including without limitation those dealing with the disposition of Proposal/Bid Bond, if required. This
Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening.
The Respondent, by signing and submitting this proposal, agrees to all of the terms and conditions of the
form of contract that is a part of the Solicitation package with appropriate changes to conform to the
information contained in this Bid Form. Respondent agrees to sign and submit the Bonds, if required by
this Solicitation, required insurance documents, and other documents required by the Solicitation,
including the Contract if not already submitted, within ten (10) calendar days after the date of the City's
Notice of Award.
3. In submitting this Proposal, Respondent represents that
a. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any
(receipt of all which is hereby acknowledged.)
Addendum No. Dated: Z 7 ,
b. Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed
work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost,
progress, performance or furnishing of the Work.
c. Respondent has given the City written notice of all conflicts, errors or discrepancies that it has discovered
in the Contract Documents and, if any conflicts, errors or discrepancies have been found and notice
given, the Respondent represents, by submitting its proposal to the City, that the Respondent has
received sufficient notice of the resolution thereof from the City, that such resolution is acceptable to
Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies.
d. This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or
corporation and is not submitted pursuant to any agreement or rules of any group, association,
organization, or corporation; Respondent has not directly or indirectly induced or solicited any other
Respondent to submit a false or sham Proposal; Respondent has not solicited or induced any person, firm
or corporation to refrain from responding; and Respondent has not sought by collusion or otherwise to
obtain for itself any advantage over any other Respondent or over the CITY.
4. Respondent understands and agrees that the Contract Price is the amount that it needs to furnish all of the
Work complete and in place. The hourly rates are provided for the purpose of Proposal Evaluation and
when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. As such, the
Respondent shall furnish all labor, materials, equipment, tools, superintendence and services necessary to
provide the Work for the Proposal Price. If this Solicitation requires the completion of a Respondents 45
Cost and Technical Proposal, Exhibit 4 as may be set forth in in an exhibit to this Solicitation, such
convicted of a public entity creme in Florida during the preceding 36 months shall be considered
an affiliate.
5. 1 understand that a "person" as defined In Paragraph 287.133 (1) (e), Florida means any natural
person or entity organized under the laws of any state or of the United States with the legal power to enter
into a binding contract and which bids or proposal or applies to bid or proposal on contracts for the
provision of goods or services let by a public entity, or which otherwise transacts or applies to transact
business with a public entity. The term "person" includes those officers, directors, executives, partners,
shareholders, employees, members, and agents who are active in management of an entity.
6. Based on information and belief, the statement which I have marked below is true in relation to the entity
submitting this sworn statement [indicate which statement applies.]
Neither the entity submitting this sworn statement, nor any of its officers, directors, executives,
partners, shareholders, employees, members. or agents who are active in the management of the entity,
nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to
July I, 1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, or
an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1,
1989.
The entity submitting this sworn statement, or one or more of its officers, directors, executives,
partners, shareholders, employees, members, or agents who are active in the management of the entity, or
an affiliate of the entity has been charged with and convicted of a public entity crime subsequent of July I,
1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida,
Division of Administrative Hearings and the Final Order entered by the Hearing Officer determined that it
was not in the public interest to place the entity submitting this sworn statement on the convicted vendor
list [attach a copy of the final order.]
I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY
INDENTIFIED IN PARAGRAPH I (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY, AND THAT THIS FORM IS VAUD
THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I AM
REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE
THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATl1S, FOR CATEGORY TWO OF ANY
CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. r
V�
C ! 11 ire]
Sworn to and subscribed before me this day of . 20ot.
ersonally known
OR Produced identification
(Type of identification)
Form PUR 7068 (Rev.06/ 11 /92)
(�k marl arn11 oelafio
N�. M IN CN• ACNAR0
daRState Ofa
ANotary hisix
(cwwisswi CG 261215� My Coma. Fjoes Sep I1. 2022
OWOed tMou=b WOW Notary ASSM
Notary Public — State of -R or i da
My commission expires ;k orb
(Printed, typed or stamped commissioned
name of notary public)
46
EXHIBIT 4
RESPONDENTS COST AND TECHNICAL PROPOSAL
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PR2019-12
"RESPONDENTS SHALL COMPLETE AND SUBMIT THE "RESPONDENT'S
COST AND TECHNICAL PROPOSAL IN ITS ENTIREITY, IN ACCORDANCE
WITH EXHIBIT I, SCOPE OF SERVICES, ATTACHMENTS A, & B. FAILURE TO
DO SO, MAY RENDER A RESPONDENT'S PROPOSAL AS NON -RESPONSIVE"
1) ALL INCLUSIVE PRICE
Year 1
$ 271,615.00
Year 2
$ 279,764.00
Year 3
$ 288.157.00
Year 4
$ 296,801.00
Year 5
$ 305,705.00
5-Year
Total
$ 1,442,042.00
2) Hourly Rate for Parking Enforcement
$ 16.00 + tax and benefits
3) Hourly Rate for Collections
$ 17.00 + tax and benefits
SUBMITTED THIS 9th DAY OF
PROPOSAL SUBMITTED BY:
LAZ Florida Parking, LLC
Company
Christopher Walsh
Nam�Pe,[fon Authed c it Proposal
Signature
Regional Vice President
Title
END OF SECTION
305-913-4882
Telephone Number
305-913-4887
Fax Number
CWalsh@lazparking.com
Email Address
2020 .
47
EXHIBIT 6
Professional Services Contract
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PR2019-12
THIS CONTRACT, entered into this �, day of ;YhYV4" .20 20, by the CITY OF
SOUTH MIAMI through its Manager, both of whom shall be hereinafter referred to as the "CITY"
where licable; located at 6130 Sunset Drive, South Miami, FL , E-mail: salexander0southmiamifl.gov
and with an office and principal place of business located at
and E-m_ ail address of�1� ai '+�d Facsimile
SS10501 transmission number !f'JillaI � �� : (hereinafter called the "CONTRACTOR".tran
WITNESSETH:
WHEREAS, the CITY needs PARKING ENFORCEMENT MANAGEMENT
SERVICES; and
WHEREAS, the CITY desires to retain a CONTRACTOR, to provide the required goods
and/or services based on CONTRACTOR's representations which reflect that CONTRACTOR is
qualified and capable of providing said goods and/or services in a professional and timely manner and in
accordance with the CITY's goals and requirements; and
WHEREAS, CONTRACTOR has agreed to provide the required goods and/or services in
accordance with the terms and conditions set forth herein.
NOW, THEREFORE, in consideration of the mutual covenants and agreements herein
contained, the parties agree as follows:
1) Engagement of Contractor. Based on the representations of CONTRACTOR as set out
in the following documents the CITY hereby retains CONTRACTOR to provide the services set forth in
Scope of Services, as modified by the Contract Documents, or as is otherwise set forth in the Contract
Documents in paragraph 2 (all of which is hereinafter referred to as the Work"). The services must
include but are not be limited to the services set forth in the following Contract Documents
Respondent's Bid Form, attached as "Exhibit 3" of the RFP
Respondent's Cost and Technical Proposal attached as "Exhibit 4" of the RFP.
2) Contract Documents: The Contract Documents shall include this Contract and the
forgoing (in paragraph 2 above) and following documents, as well as any attachments or exhibits that are
made a part of any of the Contract Documents
Scope of Services, attached as "Exhibit I, Attachment A, & B" of the RFP
CITY's Insurance & Indemnification Requirements, attached as "Exhibit 2" of the RFP
Solicitation documents ("hereinafter referred to as "Bid Documents")
This Contract and the Solicitation, Scope of Services, and Insurance & Indemnification Requirements shall
take precedent over the response to the CITY's Bid Documents, including the Contractor's Bid Form and
Contractors and Respondent's Cost and Technical Proposal. All the forgoing documents referenced in
paragraph I and 2 above are attached hereto and made a part hereof by reference.
3) Date of Commencement: CONTRACTOR shall commence the performance of the
Work under this Contract on a date to be specified in a Notice to Proceed, or Purchase Order,
(hereinafter referred to as the "Work Commencement Date" }. In any event, the term shall not exceed
five years. Time is of the essence.
4) Primary Contacts: The Primary Contact Person in charge of administering this Contract
on behalf of the CITY is the City Manager ("Manager"), assistant Manager, or the Manager's designee,
who shall be designated in a writing signed by the Manager. The Primary Contact Person for
CONTRACTOR and his/her contact information is as follows: Name_: CAIrls 8 mail:
C vVCLt6 tQ?.+P . fQ! 'tD13 �INVE Street Address~. -+� 1
FL 3�13q
48
5) Scope of Services: The services to be provided are as set forth in the Scope of Services,
attached as "Exhibit 1, Attachment A, & B" of the RFP.
6) Compensation: The CONTRACTOR's compensation for CONTRACTOR's performance
under the terms and provisions of this Contract (hereinafter referred to as the Contract Price) shall be
as set forth in CONTRACTOR's Respondent's Bid Form, attached as "Exhibit 3" of the RFP and
Respondent's Cost and Technical Proposal attached as "Exhibit 4" of the RFP unless modified in
writing signed by the City and CONTRACTOR.
7) Hours of Woric It is presumed that the cost of performing the Work after regular working
hours, and on Sunday and legal holidays, is included in the Contract Price. However, nothing contained
herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless
specifically authorized or instructed in writing by the City Manager, the Deputy City Manager, or their
written designee.
8) Time Provisions: The term of this Contract shall commence on the Work Commencement
Date and shall continue for Five (5) Yeam unless earlier terminated according to the Contract
Documents.
9) Termination: This Contract may be terminated without cause by the CITY. This provision
supersedes and takes precedence over any contrary provisions for termination contained in the other
Contract Documents.
1 0) Applicable Law and Venue: Florida law shall apply to the interpretation and enforcement
of this Contract Venue for all proceedings shall be in Miami -Dade County, Florida.
11) Duties and Responsibilities: CONTRACTOR shall comply with all applicable laws,
ordinances, codes, rules, regulations, and health and safety standards of any governmental body having
jurisdiction over any matter related to this Contract or the goods and/or services to be performed
hereunder and shall commit no trespass on any private property in performing any of the work embraced
by this Contract Each and every provision and/or clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and this Contract shall be read and enforced as though such
provisions and/or clauses were included herein.
12) Change Orders: No additional Work or extras shall be done unless the same is duly
authorized in writing and in advance of the work by appropriate action by the City Manager and in
accordance with the Contract Documents.
13) Licenses and Certifications: CONTRACTOR shall secure all necessary business and
professional licenses at its sole expense prior to commencing the Work.
14) Insurance, Indemnification & Bonding: CONTRACTOR shall comply with the
insurance, indemnification and bonding requirements set forth in the Contract Documents.
15) Liquidated Damages: In the event that CONTRACTOR shall fail to complete the Work
within the time limit set forth in the Contract Documents, or the extended time limit agreed upon, in
accordance with the procedure as more particularly set forth in the Contract Documents, liquidated
damages shall be paid at the rate of $ N/A ep r day until the Work is completed.
16) jury Trial Waiver. The parties waive their right to jury trial.
17) Entire Agreement, Modification, and Non -waiver: The Contract Documents
constitute the entire agreement of the parties and supersedes any prior agreements, written or oral. The
Contract Documents may not be modified or amended except in writing, signed by both parties hereto 49
and if this Contract is required to be approved by the City Commission, all amendments thereto must be
approved in the same manner and with the same formality as this Contract The Contract Documents, in
general, and this paragraph including this paragraph may not be modified or amended by any acts or
omissions of the parties. No failure to exercise and no delay in exercising any right, power or privilege
shall operate as a waiver. No waiver of the Contract Documents, in whole or part, including the provisions
of this paragraph, may be implied by any act or omission.
S) Public Records: CONTRACTOR and all of its subcontractors are required to comply with
the public records law (s.119.0701) while providing goods and services on behalf of the CITY and the
CONTRACTOR, under such conditions, shall Incorporate this paragraph in all of its subcontracts for this
Project and shall: (a) Keep and maintain public records required by the public agency to perform the
service; (b) Upon request from the public agency's custodian of public records, provide the public agency
with a copy of the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law; (c)
Ensure that public records that are exempt or confidential and exempt from public records disclosure
requirements are not disclosed except as authorized by law for the duration of the Contract term and
following completion of the Contract if CONTRACTOR does not transfer the records to the public
agency; and (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public
records in possession of CONTRACTOR or keep and maintain public records required by the public
agency to perform the service. If CONTRACTOR transfers all public records to the public agency upon
completion of the Contract, CONTRACTOR shall destroy any duplicate public records that are exempt
or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and
maintains public records upon completion of the Contract, CONTRACTOR shall meet all applicable
requirements for retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency's custodian of public records, in a format that Is compatible
with the information technology systems of the public agency.
IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER
119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT 305-663-6340; E-mail: npayne@southmiamifi.gov; 6130 Sunset Drive, South
Miami, FL .33143.
19) Background Screening. All personnel and volunteers that will provide any service with
vulnerable persons, as defined in Section 435.02, Fla. Stat, involving the City or its Agency in such
related activity or who may have access to secure or sensitive areas of the City, must be in compliance
with Level 11 Background Screening and fingerprinting requirements as per, Florida Statute Ch. 43S prior
to the scheduled start of any employee or volunteer. CONTRACTOR shall prevent any and all of its
personnel, including volunteers, from engaging in any such related activities without having passed a
background screening to the satisfaction of the City. A violation of this requirement shall constitute a
substantial breach of this Contract
20) Drug Free Workplace. CONTRACTOR shall comply with the Drug Free Workplace
policy set forth in the City of South Miami's Personnel Manual which is made a part of this Contract by
reference.
21) Transfer and Assignment. None of the work or services under this Contract shall be
subcontracted or assigned without prior written consent from the CITY which may be denied without
cause.
22) Non -Appropriation of Funds. In the event that no funds or insufficient funds are
appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this
contract, then the City, upon written notice to CONTRACTOR or its assignee of such occurrence,
shall have the unqualified right to terminate the contract without any penalty or expense. No guarantee,
warranty or representation is made that any particular project(s) will be awarded to any 50
CONTRACTOR.
23) Most Favored Public Entity. CONTRACTOR represents that the prices charged to
City in the proposal do not exceed existing prices to other customers for the same or substantially
similar items or services for comparable quantities under similar terms, conditions, wages, benefits,
insurance coverage and any other material cost factors. If CONTRACTOR's prices decline, or should
respondent, at any time during the term of a contract entered into with City, provide the same goods
or services with the same comparable quantities under similar terms, conditions, wages, benefits,
insurance coverage and any other material cost factors, CONTRACTOR shall immediately extend the
same prices to City.
24) Notices. All notices given or required under this Contract_ shall be deemed sufficient if sent
by a method that provides written evidence of delivery, including e-mail and facsimile transmission and
delivered to CONTRACTOR or his designated contact person. Return of mail, sent to the address
contained herein for the parties or their contact persons, as not deliverable or for failure to claim the
mail shall be deemed received on the date that the mail is returned to sender.
25) Indemnification. In the event that any of the contract documents provide for
indemnification, nothing contained therein shall imply that the City has waived its sovereign immunity as
provided by Florida Statute, Section 786.28 and anything to the contrary contained therein shall be null
and void and of no force or effect.
IN WITNESS WHEREOF, the parties, have executed this Contract, on or before the date
first above written, with full knowledge of its content and significance and intending to be legally bound by
the terms hereof.
Witnessed:
By:
ATTESTED:
BT
Nkenga Payne
City Clerk
Read and Approved as to Form, Language,
Legality and Execution Thereof.
By:
City Attorney
CONTRACTOR:
14 phleloA
CAM,
Y'
[name of signato
CITY OF SOUTH MIAMI
By:
END OF SECTION
Steven Alexander
City Manager
51
ADDENDUM # 1
RFP #2019-12
REVISED
RESPONDENT QUALIFICATION STATEMENT
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PR2019-12
The response to this questionnaire shall be utilized as part of the CrM overall Proposal Evaluation and
RESPONDENT selection.
1. Number of similar projects completed,
a) In the past 5 years
b) In the past 10 years
2. List the last five (5) completed similar projects.
a) Project Name:
Owner Name:
Owner Address:
Owner Telephone:
Contract Completion Date:
Contract Price:
b) Project Name:
Owner Name
Owner Address:
Owner Telephone.
Contract Completion Date:
Contract Price:
c) Project Name.
Owner Name.
Owner Address:
Owner Telephone:
Contract Completion Date:
Contract Price:
d) Project Name:
3 of 4
18 Locations W/5 + Years
6 Locations W/10 + Years
Citv of Davtona Beach, Florida
Michael Stallworth, Business Enterprise Mgr.
301 Ridgewood Ave. Daytona Beach, FL
(386) 671-8075
Continuous operation since 2010 00 Y(s)
Unavailable for Pubfic ation
City of Miami Beach, Florida
Saul Francis. Parking Director
1755 Meridian Ave. Miami Beach, FL
(305) 673-7505 ext 26483
05/31/21
$1,750,000
Norwalk Parkins Authority, Connecticut
Kathryn Herbert, Executive Director
11 N Water Street, Norwalk CT
(203) 854.7712
Continuous operation since 2003 (17 yrs)
Unavailable for Publication
Ocean Center Volusia County, Florida
52
e)
Owner Name: Dan Strom, Parking Manager
Owner Address: 701 Earl Street. Daytona Beach, FL
Owner Telephone: (386) 238-3110
Contract Completion Date: 9130/29
Original Contract Price: NIA
Contract Price: $3,500.000 (5 year base)
Project Name: Kansas City, Missouri (meter operations)
Owner Name: Bruce Cambep, Parking Manager
Owner Address: 414 E 12th St. Kansas City, MO
Owner Telephone: 5816) 513-2819
Contract Completion Date: 04/30/2022
Contract Price: $1,699,010
53
4 of 4
LIST OF PROPOSED SUBCONTRACTORS AND PRINCIPAL SUPPLIERS
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PR2019-12
Respondent shall list all proposed subcontractors, if subcontractors are allowed by the terms of this
Solicitation to be used on this project if they are awarded the Contract.
Classification of Wot Ic Subcontractor Name Address Telephone, Fax &
Email
Other.
V'
S7 1
This list shall be provided as a part of Respondent's submittal to the City of South Miami and in response to this
RFP.
END OF SECTION
54
NON -COLLUSION AFFIDAVIT
STATE OF FLORIDA
COUNTY OF MIAMI-DADS
being first duly sworn, deposes and states that:
(1) He/She/They is/are the �-� -y ` r- ��`s' `�`� •v-`
(Owner, Partner, Officer, Representative or Agent) of
1,A L. F'tr�at oa i �}rw-kLL =- the Respondent that has submitted the
attached Proposal;
(2) He/She/They is/are fully informed concerning the preparation and contents of the attached Proposal
and of all pertinent circumstances concerning such Proposal;
(3) Such Proposal is genuine and is not a collusive or sham Proposal;
(4) Neither the said Respondent nor any of its officers, partners, owners, agents, representatives,
employees or parties in interest, including this affiant, have in any way colluded, conspired, connived or
agreed, directly or indirectly, with any other Respondent, firm, or person to submit a collusive or sham
Proposal in connection with the Work for which the attached Proposal has been submitted; or to
refrain from Bidding or proposing in connection with such Work; or have in any manner, directly or
indirectly, sought by agreement or collusion, or communication, or conference with any Respondent,
firm, or person to fix any overhead, profit, or cost elements of the Proposal or of any other
Respondent, or to fix any overhead, profit, or cost elements of the Proposal Price or the Proposal
Price of any other Respondent, or to secure through any collusion, conspiracy, connivance, or unlawful
agreement any advantage against (Recipient), or any person interested in the proposed Work;
(S) The price or prices quoted in the attached Proposal are fair and proper and are not tainted by any
collusion, conspiracy, connivance, or unlawful agreement on the part of the Respondent or any other
of its agents, representatives, owners, employees or parties of interest, including this affiant.
ed ed'Mio deliverAd in the presence of.
Witness
ess
STATE OF FLORIDA
V�
By. 0Z
Signature
iLl
Print Name rdde
1 10
Date
COUNTY OF MIAMI-DADE )
*YI On this the day ofar-on , 20 AD , before me, the undersigned Notary Public of the State
of FlMr�f
, personalty ap Name(s of individual(s) who appeared before notary)
00 'y-�4U __ and whose name(s) is/are Subscribed to the within
1" 'A t
instrument, and he/she/they acknowledge that he/she/they executed it. 55
WITNESS my hand and official seal.
NOTARY PUBLIC:
SEAL OF OFFICE:
Mo" CNAfWCHOO
Koufv 7utAIC • state of fWeA�
C ntis$ton + GG 261215
Sef 27. 2on
Banded
�Mj CatNn. Wiles
tMOugh Natianil 1�018fY Assn•
Notary Public, State of Florida
Mar ini) (--'harnI Charo
(Name of Notary P"C Frith Stamp or tppe as comma d I
Personally known to me, or
Personal identification:
Type of Identification Produced
Did take an oath, or
Did Not take an oath.
56
PUBLIC ENTITY CRIMES AND CONFLICTS OF INTEREST
Pursuant to the provisions of Paragraph (2) (a) of Section 287.133, Florida State Statutes — "A person or affiliate who
has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a
Proposal or bid on a Contract to provide any goods or services to a public entity, may not submit a Bid or proposal
for a Contract with a public entity for the construction of repair of a public building or public work, may not submit
bids or proposals on leases or real property to a public entity, may not be awarded to perform Work as a
RESPONDENT, Sub -contractor, supplier, Sub-cnsuhant, or Consultant under a Contract with any public entity,
and may not transact business with any public entity in excess of the threshold amount Category Two of Section
287.017, Florida Statutes, for thirty six (36) months from the date of being placed on the convicted vendor list".
The award of any contract hereunder is subject to the provisions of Chapter I I Z Florida State
Statutes. Respondents must disclose with their Proposals, the name of any officer, director, partner, associate or
agent who is also an officer or employee of the City of South Miami or Its agencies.
SWORN STATEMENT PURSUANT TO SECTION 287.133 (3) (a),
FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES
THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER
OFFICIAL AUTHORIZED TO ADMINISTER OATHS.
This //sworn statement is submitted to
T14- frn r A---, 1 FL,).z , 'rn
[print name of the public entity]
by
[print individual's n e and title]
for LA L era -k r.•j Lr L �-
[print name of entity submitting sworn statement]
whose business address is 90
tMt , ww :
and (if applicable) its Federal Employer Identification Number (FEN) is Ue 1 I"� Z 4,7 At (If the
entity has no FEIN, include the Social Security Number of the individual signing this sworn statement
2. 1 understand that a "public entity crime" as defined in Paragraph 287.133 (1)(g), Florida Statutesmeans
a violation of any state or federal law by a person with respect to and directly related to the transaction of
business with any public entity or with an agency or political subdivision of any other state or of the United
States, including, but not limited to , any bid, proposal or contract for goods or services to be provided to
any public entity or an agency or political subdivision of any other state or of the United States and involving
antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation.
3. 1 understand that "convicted" or "conviction" as defined in Paragraph 287.133 (1) (b), Florida Statutes,
means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in
any federal or state trial court of record relating to charges brought by indictment or information after July
I, 1989, as a result of a jury verdict, non -jury trial, or entry of a plea of guilty or nolo contendere.
4. 1 understand that an "affiliate" as defined in Paragraph 287.133 (1) (a), Honda Stan. means:
(a) A predecessor or successor of a person convicted of a public entity crime; or
(b) An entity under the control of any natural person who is active in the management of the entity
and who has been convicted of a public entity crime. The term "affiliate" includes those officers,
directors, executives, partners, shareholders, employees, members, and agents who are active in
the management of an affiliate. The ownership by one person of shares constituting a controlling
interest in any person, or a pooling of equipment or income among persons when not for fair 57
market value under an arm's length agreement, shall be a prima facie case that one person controls
another person. A person who knowingly enters into a joint venture with a person who has been
proposal must be attached to this Respondents Bid Form and will take the place of the Lump
Sum Price, otherwise, the Contract Price for the completed work is as follows:
,"Refer to Exhibit 4, Respondents Cost and Technical Proposal"
A fee breakdown for each task Included in the lump sum contract price, if applicable, must be provided.
Failure to provide this information shall render the proposal non -responsive.
S. The ENTIRE WORK shall be completed, in full, within kYA from the commencement date set forth in the
NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result
in the assessment of liquidated damages as may be set forth in the Contract
6. Insert the following information for future communication with you concerning this Proposal:
RESPONDENT: 10A4 ki a 1 L. L e.
Address: 510 q As g io To Aj j , 5 v 1 L`( d M 1404 ' i3erAf N �� 3 31 300
Telephone: t 3 s � R 13 - 4-' $ Z.
Facsimile: 3 o c t '5 - 1r7
Contact Person C" i a w A LS N
7. The terms used In this Proposal which are defined in the Contract shall have the same meaning as is assigned
to them in the Contract Documents, unless specifically defined in the Solicitation Package.
8. If a Respondent's Cost & Technical Proposal is required by the Solicitation, Respondent hereby certifies
that all of the facts and responses to the questions posed in the Cost & Technical Proposal, if such an exhibit
is made a part of the Solicitation, are true and correct and are hereby adopted as part of this Respondent's
Bid Form, and are made a part of this proposal, by reference.
9. By submitting this proposal, I, on behalf of the business that 1 represent, hereby agree to the terms of the
form of contract contained in the Solicitation package and I agree to be bound by those terms, with any
appropriate blank boxes, if any, checked and any blank lines filled in with the appropriate information
contained in the Solicitation Documents and this Proposal, or such information that the City and 1 have
agreed upon in the course of contract negotiations and which have been confirmed by the City in writing,
including e-mail confirmation, if any. I hereby certify under penalty of penury that I am the lawful
representative of the business entity referenced in this Bid Form, that I have authority to bid for that entity,
that I have authority to sign contracts for that entity and bind it to those contract terms and that all of the
information and representations contained herein are true and correct to the best of my knowledge,
information and belief.
Iq 4L
SUBMITTED THIS DAY OF I 20jojQ
PROPOSAL SUBMITTED BY:
4 p# z, t'L o a i, A P(4-e r+ A-1 L L L
fmM�y j,:
Flmxon AuthoWto Proposal
Signatur
Tide
6336'11� )`.-i- I
� Y-iz
Telp`cNm g3-)l
"i
Fax
Number
C'W4c.s14 e- LAz- pA-9-WKtAj : Cc
Email Address
END OF SECTION
58
DRUG FREE WORKPLACE
Whenever two or more Bids or Proposals which are equal with respect to price, quality and service are received
by the State or by any political subdivisions for the procurement of commodities or contractual services, a Bid or
Proposal received from a business that certifies that it has implemented a drug -free workplace program shall be
given preference in the award process. Established procedures for processing tie Bids or Proposals shall be
followed if none of the tied vendors have a drug -free workplace program. In order to have a drug -free workplace
program, a business shall:
I) Publish a statement notifying employees that the unlawful manufacture, distribution, dispensing,
possession, or use of a controlled substance is prohibited in the workplace and specifying the
actions that shall be taken against employees for violations of such prohibition.
2) Inform employees about the dangers of drug abuse in the workplace, the business' policy of
maintaining a drug -free workplace, any available drug counseling, rehabilitation, and employee
assistance programs, and the penalties that may be imposed upon employees for drug abuse
violations.
3) Give each employee engaged in providing the commodities or contractual services that are under
Bid a copy of the statement specified in Subsection (1).
4) In the statement specified in Subsection (1), notify the employees, that, as a condition of working
of the commodities or contractual services that are under Bid, he employee shall abide by the
terms of the statement and shall notify the employee of any conviction of, or plea of guilty or
nolo contendere to, any violation of Chapter 893 or of any controlled substance law of the United
States or any state, for a violation occurring in the workplace no later than five (5) business days
after such conviction.
5) Impose a sanction on, or require the satisfactory participation in a drug abuse assistance or
rehabilitation program, If such is available in the employee's community, by any employee who is
so convicted.
6) Make a good faith effort to continue to maintain a drug -free workplace through implementation
of this section.
As the person authorized to sign tement. I certify that this firm complies fully with the above requirements.
RESPONDENTs Signature:
Print Name: ( 1�I7 (� �• ; LL AM. 1�
Date:
59
ACKNOWLEDGEMENT OF CONFORMANCE WITH OSHA STANDARDS
TO THE CITY OF SOUTH MIAMI
We, 61- �FI.oll, nP Pnot KCA LL L , (Name of CONTRACTOR), hereby acknowledge and agree that as
CONTRACTOR for the PARKING ENFORCEMENT MANAGEMENT SERVICES RFP #PR2019-12
as specified have the sole responsibility for compliance with all the requirements of the Federal Occupational
Safety and Health Act of 1970, and all State and local safety and health regulations, and agree to indemnify and hold
harmless the ,CU, of South Miami and NA (Consultant, if any) against any and all liability, claims, damages,
losses and expenses they may incur due to the failure of (Sub -contractor's names):
to comply with such act or regulation.
C� a2 A�i o PAQizL 1 L
Witness
BY• O h Z. N 4e k- { wp .,s of
Name
Title
L -I
AFFIDAVIT CONCERNING
FEDERAL AND STATE VENDOR LISTINGS
The person, or entity, who is responding to the City's solicitation, hereinafter referred to as "Respondent", must
certify ttrat the Respondent's name Does Not appear on the State of Florida, Department of Management Services,
"CONVICTED, SUSPENDED, DISCRIMINATORY FEDERAL EXCLUDED PARTIES and COMPLAINTS VENDOR
LISTINGS".
If the Respondent's name Does appear on one or all the "Listings" summarized below, Respondents must "Check
if Applies" next to the applicable "Listing." The "Listings" can be accessed through the following link to the Florida
Department of Management Services website:
hupl/www.dms-myflorida.com/busines 41�eraaons/state-u_rchasing/vendor informationlconvicted suso
endeddlscdminatory comer lap ints vendor lists
DECLARATION UNDER PENALTY OF PERJURY
I, :�,¢„k,� br W a+� ►� (hereinafter referred to as the "Declarant') state, under penalty of perjury,
that the following statements are true and correct:
( I) 1 represent the Respondent whose name is L�-
(2) 1 have the following relationship with the RespondenfT."wi,10- ,dt ` n%-%4- -(Owner (if Respondent is a
sole proprietor), President (f Respondent is a corporation) Partner (if Respondent is a partnership), General
Partner (if Respondent is a Limited Partnership) or Managing Member? (if Respondent is a Limited Liability
Company).
(3) 1 have reviewed the Florida Department of Management Services website at the following URL address:
http://www.dms.myflorida.com/business_operations/state purchasing/vendor information/convicted suspended —di
scriminatory_complaints vendor lists
(4) 1 have entered an 'k" or a check mark beside each listing/category set forth below if the Respondent's
name appears in the list found on the Florida Department of Management Services website for that category or
listing If I did not enter a mark beside a listing/category, it means that I am attesting to the fact that the
Respondent's name does not appear on the listing for that category in the Florida Department of Management
Services website as of the date of this affidavit
Check if
Applicable
Convicted Vendor List
Suspended Vendor List
Discriminatory Vendor List
Federal Excluded Parties List
Vendor Complaint List
FURTHER DECLARANT SAYETH NOT.e.iLAJ AL N
(ft
c name of Declarant)
BY
(Sig re of Dedamnt)
ACKNOWLEDGEMENT
STATE OF FLORIDA )
COUNTY OF MIAMI-DADE )
On this the day o a.� 20 O� befo undersigned authority, personally
appeared who i know to or who provided the
following identification and who took an oath or affirmed that at sheithey executed the
foregoing Affidavit as the Declarant WITNESS my hand and official seal. bir 1l I n rr) 1 CIla M
Notary Public, State of Florida
NOTARY PUBLIC:
HAjr;llnSEAL Uwrn,6kcLm_*
(Name of Notary Public. Print,
Stamp or type as commissioned.)61
��MAMUN CHARHIC
(�`. �� Notary Pub{k • State of ilortra
�; commissions GG 16121 S
My Comm. Expi+es Sep 23. IO22
8onceC et+ro4s�+ Wtia++a� rotary Assn.
RELATED PARTY TRANSACTION VERIFICATION FORM
W a i t µ --,individually and on behalf of U2- -fit d z a -lo Park,. b Z L L'
(" I-irm') have Name of Representative Compo vNVendorlEnt€cy read the City of South Miami (" Cityj's Code of Ethics,
Section SA -I of the City's Code of Ordinances and I hereby certify, under penalty of perjury that to the best of my
knowledge, information and belief.-
(1) neither I nor the Firm have any conflict of interest (as defined in section SA-1) with regard to the contract or
business that I, and/or the Firm, am(are) about to perform for, or to transact with, the
City, and
(2) neither I nor any employees, officers, directors of the Firm, nor anyone who has a financial interest greater
than 5% in the Firm, has any rehative(s), as defined in section SA.1, who is an employee of the City or who is(are)
an appointed or elected official of the City, or who is(are) a member of any public body created by the pity
Commission, La, a board or committee of the City, [while the ethics code still applies, if the person executing this
form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (2) shall be based
solely on the signatory's personal knowledge and he/she is not required to make an independent investigation as to
the relationship of employees or those who have a financial Interest in the Firm.]; and
(3) neither I nor the Firm, nor anyone who has a financial interest greater than 5% in the Firm, nor any member of
those persons' immediate family (i.e., spouse, parents, children, brothers and sisters) has transacted or entered
into any contract(s) with the City or has a financial interest, direct or indirect, in any business being transacted
with the cjty, or, wi yany person or agency acting for the city, other than as follows:
_ (if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you
must make reference, on the above line, to the additional sheet and the additional sheet must be signed under
oath). [while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose
stock is publicly traded, the statement in this section (3) shall be based solely on the signatory's personal
knowledge and he/she is not required to make an independent investigation as to the relationship of those who
have a financial interest in the Firm.]; and
(4) no elected and/or appointed official or employee of the City of South Miami, or any of their immediate family
members (Le., spouse, parents, children, brothers and sisters) has a financial interest, directly or indirectly, in the
contract between you and/or your Fifm and the City other than the following individuals whose interest is set
forth following their names:
(if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
The names of all City employees and that of all elected and/or appointed city officials or board members, who
own, directly or indirectly, an interest of five percent (S%) or more of the total assets of capital stock in the firm
are as follows:
(if necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
[while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is
publicly traded, the statement In this section (4) shall be based solely on the signatory's personal knowledge and
he/she is not required to make an independent investigation as to the financial interest in the Firm of city
employees, appointed officials or the immediate family members of elected and/or appointed official or employee.]
(5)1 and the Firm further agree not to use or attempt to use any knowledge, property or resource which may
come to us through our position of trust, or through our performance of our duties under the terms of the
contract with the City, to secure a special privilege, benefit, or exemption for ourselves, or others. We agree that
we may not disclose or use Information, not available to members of the general public, for our personal gain or
benefit or for the personal gain or benefit of any other person or business entity, outside of the normal gain or
benefit anticipated through the performance of the contract
(6)1 and the Firm hereby acknowledge that we have not contracted or transacted any business with the City or
any person or agency acting for the City, and that we have not appeared in representation of any third party 62
before any ,, 9 ission or agency of the City within the past two years other than as
follows:
^ r - T {if
necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
X:1PurchasinglVendor Registration%12.28.12 RELATED PARTY TRANSACTION VERIFICATION FORM [3].docx
(7) Neither I nor any employees, officers, or directors of the Firm, nor any of their immediate family (i.e., as a
spouse, son, daughter. parent. brother or sister) is related by blood or marriage to: (i) any member of the City
Commissio • ri dty employee; or (iii) any member of any board or agency of the City other than as follows:
Cd necessary, use a separate sheet to supply additional
information that will not fit on this line; however, you must make reference, on the above line, to the additional
sheet and the additional sheet must be signed under oath). [while the ethics code still applies, If the person
executing this form is doing so on behalf of a firm whose stock is publicly traded, the statement in this section (7)
shall be based solely on the signatory's personal knowledge and he/she is not required to make an independent
investigation as to the relationship by blood or marriage of employees, officers, or directors of the Firm, or of any
of their immediate family to any appointed or elected officials of the City, or to their immediate family members].
(8) No Other Firm, nor any officers or directors of that Other Firm or anyone who has a financial interest greater
than 5% in that Other Firm, nor any member of those persons' immediate family (i.e., spouse, parents, children,
brothers and sisters) nor any of my immediate family members (hereinafter referred to as "Related Parties') has
responded to a solicitation by the City in which I or the Firm that I represent or anyone who has a financial
interest greater than 5% in the Firm, or any member of those persons' immediate family (i.e. spouse, parents,
children, brothgand,Fistprs) have also responded, other than the following:
!� {if
necessary, use a separate sheet to supply additional information that will not fit on this line; however, you must
make reference, on the above line, to the additional sheet and the additional sheet must be signed under oath).
[while the ethics code still applies, if the person executing this form is doing so on behalf of a firm whose stock is
publicly traded, the statement in this section (8) shall be based solely on the signatory's personal knowledge and
he/she is not required to make an independent investigation into the Other Firm. or the Firm he/she represents, as
to their officers. directors or anyone having a financial interest in those Firms or any of their any member of those
persons' immediate family.]
(9)1 and the Firm agree that we are obligated to supplement this Verification Form and inform the City of any
change in circumstances that would change our answers to this document. Specifically, after the opening of any
responses to a solicitation, I and the Firm have an obligation to supplement this Verification Form with the name of
all Related Parties who have also responded to the same solicitation and to disclose the relationship of those
parties to me and the Firm.
(10) A violation of the City's Ethics Code, the giving of any false information or the failure to supplement this
Verification Form, may subject me or the Firm to immediate termination of any agreement with the City, and the
imposition of the maximum fine and/or any penalties allowed by law. Additionally, violations may be considered by
and subject to action by the Miami -Dade County Commission on Ethics. Under penalty of perjury, I declare that I
have made a diligent effort to investigate the matters to which I am attesting hereinabove and that the statements
made hereinabove are true and correct to the best of my knowledge, information and belief.
Signature:
Print Name
Date:
Dic3
PRESENTATION TEAM
DECLARATION/AFFIDVAIT OF REPRESENTATION
This affidavit Is not required for compliance with the City's Solicitation; however, it may be used to avoid
the need to register members of your presentation team as lobbyists. Pursuant to City Ordinance 28-14-
2206 (c)(9), any person who appears as a representative for an individual or firm for an oral presentation
before a City certification, evaluation, selection, technical review or similar committee, shall list on an
affidavit provided by the City staff, all individuals who may make a presentation. The affidavit shall be
filed by staff with the Clerk's office at the time the committee's proposal is submitted to the City Manager.
For the purpose of this subsection only, the listed members of the presentation team, with the exception
of any person otherwise required to register as a lobbyist, shall not be required to pay any registration
fees. No person shall appear before any committee on behalf of an anyone unless he or she has been
listed as part of the firm's presentation team pursuant to this paragraph or unless he or she is registered
with the City Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees.
Pursuant to '92.525(2), Florida Statutes, the undersigned,0-64%94 W A`' W makes the following
declaration under penalty of perjury:
Listed below are all individuals who may make a presentation on behalf of the entity that the affiant
represents. Please note; No person shall appear before any committee on behalf of anyone unless he
or she has been listed as part of the firm's presentation team pursuant to this paragraph or unless he
or she Is registered with the derk's office as a lobbyist and has paid all applicable lobbyist registration
fees. !:tv Dq>--oi r i .i. Iry r^-1 clC- L-�
NAME TITLE
L,L) 4,1 PA I, (- k--b 0
•Z IFL 1.
For the purpose of this Affidavit of Representation only, the listed members of the presentation team,
with the exception of any person otherwise required to register as a lobbyist, shall not be required to pay
any registration fees. The Affidavit of Representation shall be filed with the City Clerk's office at the time
the committee's proposal is submitted to the City as part of the procurement process.
Under penalties of perjury, I declare that I have read the foregoing declaration and that the facts stated
in it are true and specifically that the persons listed above are the members of the presentation team of
the entity listed below.
t�
Exe ted this day of 20L.
Si�•atu a of Representative n
�, �F� Ix,- � � Z -t'�ji L i? , L) A
Print Name and Title Print name of entity being represented
END OF SECTION 64
PROPOSAL COST SUMMARY
PARKING ENFORCEMENT MGMT SERVICES RFP
RFP #PR2019-12
ANNUAL BY
CONTRACT YEAR
CURRENT
(LAZ)
PREVIOUS
LAZ BID
CURRENT
LAZ BID
CURRENT VS
BID PRICE
YEAR I
$2139156
$29S9497
$27116 I S
$S894S9
YEAR 2
$218948S
$304,197
$279,764
$619279
YEAR 3
$2239947
$3139I S8
$2889I S7
$649210
YEAR 4
$2291,546
$3229388
$2969801
$67,2SS
YEARS
$235928S
$3319894
$30S,705
$709420
5-YEAR TOTAL
$191209419
$195679134
$11,4421,042
$3219623
65
RESOLUTION NO: 119-19-15 391
A Resolution authorizing the City Manager to enter into a month -to -month
contract with Laz Florida Parking LLC for Parking Enforcement Management
Services.
WHEREAS, the City issued a Request for Proposal for "Parking Enforcement
Management Services" on March 5, 2019; and
WHEREAS, the solicitation closed on April 10, 2019 and two (2) proposals were
received;
1. Laz Parking (Incumbent)
2. Republic/Lanier Parking
WHEREAS, A selection committee reviewed each proposal and determined both
Respondents should be interviewed by the Committee and completed Preliminary scores
in accordance with the Evaluation and Selection procedures addressed in the RFP; and
WHEREAS, at the completion of the interviews, the Committee scored and ranked
the respondents after completion of the interviews and based on the total score, the
committee recommended the highest ranked respondent, Republic/Lanier Parking for the
award; and
WHEREAS, contract negotiations began with Republic/Lanier Parking on June 13,
2019 and continued over the next several weeks; the City however was unable to reach an
agreement with Republic/Lanier; and
WHEREAS, the City and Republic/Lanier reached an impasse over the parking
enforcement coverage hours requested by the City and which hours are in accordance
with the existing parking management agreement. Republic/Lanier requested additional
compensation over their sealed bid amount; and
WHEREAS, the City could not agree to pay for additional services without soliciting
new proposals and therefore, on August 13, 2019, the City rescinded the conditional award
to Republic/Lanier for parking management and enforcement services and furthermore, in
the event Republic/Lanier had any contractual rights, those rights were terminated; and
WHEREAS, a new solicitation is required for parking management and enforcement
services and, in order to maintain parking enforcement services while the new solicitation
process is completed, a month -to -month contract is recommended with Laz Florida Parking
LLC; same terms, conditions and prices identified in the current 2014 Agreement which
expires September 30, 2019; and
K.
Page 1 of 2
Resolution No. 119-19-15391
WHEREAS, securing additional quotations for a month -to -month agreement is not
feasible, nor would additional quotations be available since a month -to -month contractor
would need to make an investment in the hiring of personnel and securing related capital
equipment by October 1, 2019 in order to provide the required services and expected
revenue to the City for parking enforcement and therefore, the month -to -month contract
is in compliance with the City Charter, Section 5, Sub section H; and
WHEREAS, the month -to -month contract shall be effective October 1, 2019 and
shall not exceed twelve (12) months, expiring September 30, 2020 and may be terminated
by either party at any time with 30-day's written notice. The monthly cost is less than the
fee that Republic/Lanier was demanding for the same services; and
WHEREAS, the expenditure of $19,607.08 per month shall be charged Contract
Parking, account number 001-1410-513-3459, effective October 1, 2019; and
NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA;
Section 1. The City Manager is authorized to enter into a month -to -month contract
with Laz Florida Parking LLC for Parking Enforcement Management Services, effective
October 1, 2019 at the same terms, conditions and prices as the current 2014 agreement
and shall not exceed twelve (12) months expiring September 30, 2020. A copy of the
month -to -month agreement is attached.
Section 2. Severability. If any section, clause, sentence, or phrase of this
resolution is for any reason held invalid or unconstitutional by a court of competent
jurisdiction, this holding shall not affect the validity of the remaining portions of this
resolution.
Section 3. Effective Date: This resolution shall take effect immediately upon
enactment.
PASSED AND ADOPTED this 17"' day of September, 2019.
ATTEST: APPROVED:
CL PU; u
CITY CLE K MAYOR(
READ AND PP AS TO FORM, COMMISSION VOTE: 5-0
LANGU L GALITY ;DCLITION Mayor Stoddard: Yea
HER Vice Mayor Harris: Yea
Commissioner Welsh: Yea
Commissioner Liebman: Yea
CI ORNEY Commissioner Gil: Yea
67
Page 2 of 2
RESOLUTION NO: 7 0 -19 -1 5 3 4 2
A Resolution authorizing the City Manager to negotiate a multi -year contract
with Republic Parking Systems, LLC/Lanier Parking Holdings, LLC for Parking
Enforcement Management Services.
WHEREAS, the City issued a Request for Proposal for "Parking Enforcement
Management Services" on March 5, 2019; and
WHEREAS, the solicitation closed on April 10, 2019 and two (2) proposals were
received;
1. Laz Parking (Incumbent)
2. Republic/Lanier Parking
WHEREAS, A selection committee reviewed each proposal and determined both
Respondents should be interviewed by the Committee and completed Preliminary scores
in accordance with the Evaluation and Selection procedures addressed in the RFP; and
WHEREAS, at the completion of the interviews, the Committee scored and ranked
the respondents after completion of the interviews and based on the total score, the
committee is recommending the highest ranked respondent, Republic/Lanier Parking for
the award; and
WHEREAS, with respect to cost, Republic/Lanier Parking provided the lowest cost
proposal over the five-year term of the agreement; and
Republic/Lanier: $1,190,750
Laz Parking: $1,567,134
WHEREAS, the expenditure shall be charged Contract Parking, account number
001-1410-513-3459, effective October 1, 2019; and
WHEREAS, the agreement with Republic/Lanier Parking will have an effective date
of October 1, 2019 and shall have a term of three -years with one two-year renewal, at
the discretion of the City Manager, for a total of five -consecutive years.
NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY
OF SOUTH MIAMI, FLORIDA;
Section 1. The City Manager is authorized to negotiate a multi -year
contract with Republic Parking Systems, LLC/Lanier Parking Holdings, LLC for Parking
Enforcement Management Services and shall have a term of three -years with one two-
year renewal, at the discretion of the City Manager, for a total of five -consecutive years.
Page 1 of 2
EXHIBIT 6
Professional Services Contract
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PR2019-12
THIS CONTRACT, entered into this )S� day of _Sc' liz- 20 0. by the CITY OF
SOUTH MIAMI through its Manager, both of whom shall be hereinafter referred to as the "CITY"
where applicable; located at 6130 Sunset Drive, South Miami, FL. , E-mail: salexander(4 southmiamifl.gov
andLt2L -I lOri& flwklm 14C with an office and principal place of business located at
tot4 tua6taLroRoh Prvr.i 6tao M;wC beodh and E-mail address ofCW0tt1_*& la2Pat6 Vid Facsimile
f f- 3119`I transmission number of 40,5- 913 - 4$63 (hereinafter called the "CONTRACTOR".
WITNESSETH:
WHEREAS, the CITY needs PARKING ENFORCEMENT MANAGEMENT
SERVICES; and
WHEREAS, the CITY desires to retain a CONTRACTOR, to provide the required goods
and/or services based on CONTRACTOR's representations which reflect that CONTRACTOR is
qualified and capable of providing said goods and/or services in a professional and timely manner and in
accordance with the CITY's goals and requirements; and
WHEREAS, CONTRACTOR has agreed to provide the required goods and/or services in
accordance with the terms and conditions set forth herein.
NOW, THEREFORE, in consideration of the mutual covenants and agreements herein
contained, the parties agree as follows:
1) Engagement of Contractor. Based on the representations of CONTRACTOR as set out
in the following documents the CITY hereby retains CONTRACTOR to provide the services set forth in
Scope of Services, as modified by the Contract Documents, or as is otherwise set forth in the Contract
Documents in paragraph 2 (all of which is hereinafter referred to as the Work"). The services must
include but are not be limited to the services set forth in the following Contract Documents
Respondent's Bid Form, attached as "Exhibit 3" of the RFP
Respondent's Cost and Technical Proposal attached as "Exhibit 4" of the RFP.
2) Contract Documents: The Contract Documents shall include this Contract and the
forgoing (in paragraph 2 above) and following documents, as well as any attachments or exhibits that are
made a part of any of the Contract Documents
Scope of Services, attached as "Exhibit I, Attachment A, & B" of the RFP
CITY's Insurance & Indemnification Requirements, attached as "Exhibit 2" of the RFP
Solicitation documents ("hereinafter referred to as "Bid Documents")
This Contract and the Solicitation, Scope of Services, and Insurance & Indemnification Requirements shall
take precedent over the response to the CITY's Bid Documents, including the Contractor's Bid Form and
Contractors and Respondents Cost and Technical Proposal. All the forgoing documents referenced in
paragraph I and 2 above are attached hereto and made a part hereof by reference.
3) Date of Commencement: CONTRACTOR shall commence the performance of the
Work under this Contract on a date to be specified in a Notice to Proceed, or Purchase Order,
(hereinafter referred to as the "Work Commencement Date"). In any event, the term shall not exceed
five years. Time is of the essence.
4) Primary Contacts: The Primary Contact Person in charge of administering this Contract
on behalf of the CITY is the City Manager ("Manager"), assistant Manager, or the Manager's designee,
who shall be designated in a writing signed by the Manager. The Primary Contact Person for
CONTRACTOR and his/her contact information is as follows: Name: CHri S 6 email:
CWatSh� ��r}nim Apr ,c.3g5-y13 4tgtt� Street Address: 0 o n Amt .
PL 33i3q
S) Scope of Services: The services to be provided are as set forth in the Scope of Services,
attached as "Exhibit I, Attachment A, & B" of the RFP.
6) Compensation: The CONTRACTOR's compensation for CONTRACTOR's performance
under the terms and provisions of this Contract (hereinafter referred to as the Contract Price) shall be
as set forth in CONTRACTOR's Respondent's Bid Form, attached as "Exhibit 3" of the RFP and
Respondent's Cost and Technical Proposal attached as "Exhibit 4" of the RFP unless modified in
writing signed by the City and CONTRACTOR.
7) Hours of Work: It is presumed that the cost of performing the Work after regular working
hours, and on Sunday and legal holidays, is included in the Contract Price. However, nothing contained
herein shall authorize work on days and during hours that are otherwise prohibited by ordinance unless
specifically authorized or instructed in writing by the City Manager, the Deputy City Manager, or their
written designee.
8) Time Provisions: The term of this Contract shall commence on the Work Commencement
Date and shall continue for Five [) Years. unless earlier terminated according to the Contract
Documents.
9) Termination: This Contract may be terminated without cause by the CITY. This provision
supersedes and takes precedence over any contrary provisions for termination contained in the other
Contract Documents.
1 O) Applicable Law and Venue: Florida law shall apply to the interpretation and enforcement
of this Contract. Venue for all proceedings shall be in Miami -Dade County, Florida.
11) Duties and Responsibilities: CONTRACTOR shall comply with all applicable laws,
ordinances, codes, rules, regulations, and health and safety standards of any governmental body having
jurisdiction over any matter related to this Contract or the goods and/or services to be performed
hereunder and shall commit no trespass on any private property in performing any of the work embraced
by this Contract. Each and every provision and/or clause required by law to be inserted in this Contract
shall be deemed to be inserted herein and this Contract shall be read and enforced as though such
provisions and/or clauses were included herein.
12) Change Orders: No additional Work or extras shall be done unless the same is duly
authorized in writing and in advance of the work by appropriate action by the City Manager and in
accordance with the Contract Documents.
13) Licenses and Certifications: CONTRACTOR shall secure all necessary business and
professional licenses at its sole expense prior to commencing the Work.
14) Insurance, Indemnification & Bonding: CONTRACTOR shall comply with the
insurance, indemnification and bonding requirements set forth in the Contract Documents.
1 S) Liquidated Damages: In the event that CONTRACTOR shall fail to complete the Work
within the time limit set forth in the Contract Documents, or the extended time limit agreed upon, in
accordance with the procedure as more particularly set forth in the Contract Documents, liquidated
damages shall be paid at the rate of $ N/A ep r day until the Work is completed.
16) jury Trial Waiver: The parties waive their right to jury trial.
17) Entire Agreement, Modification, and Non -waiver: The Contract Documents
constitute the entire agreement of the parties and supersedes any prior agreements, written or oral. The
Contract Documents may not be modified or amended except in writing, signed by both parties hereto
and if this Contract is required to be approved by the City Commission, all amendments thereto must be
approved in the same manner and with the same formality as this Contract. The Contract Documents, in
general, and this paragraph including this paragraph may not be modified or amended by any acts or
omissions of the parties. No failure to exercise and no delay in exercising any right, power or privilege
shall operate as a waiver. No waiver of the Contract Documents, in whole or part, including the provisions
of this paragraph, may be implied by any act or omission.
18) Public Recordr. CONTRACTOR and all of its subcontractors are required to comply with
the public records law (s.119.0701) while providing goods and services on behalf of the CITY and the
CONTRACTOR, under such conditions, shall incorporate this paragraph in all of its subcontracts for this
Project and shall: (a) Keep and maintain public records required by the public agency to perform the
service; (b) Upon request from the public agency's custodian of public records, provide the public agency
with a copy of the requested records or allow the records to be inspected or copied within a reasonable
time at a cost that does not exceed the cost provided in this chapter or as otherwise provided by law, (c)
Ensure that public records that are exempt or confidential and exempt from public records disclosure
requirements are not disclosed except as authorized by law for the duration of the Contract term and
following completion of the Contract if CONTRACTOR does not transfer the records to the public
agency; and (d) Upon completion of the Contract, transfer, at no cost, to the public agency all public
records in possession of CONTRACTOR or keep and maintain public records required by the public
agency to perform the service. If CONTRACTOR transfers all public records to the public agency upon
completion of the Contract, CONTRACTOR shall destroy any duplicate public records that are exempt
or confidential and exempt from public records disclosure requirements. If CONTRACTOR keeps and
maintains public records upon completion of the Contract, CONTRACTOR shall meet all applicable
requirements for retaining public records. All records stored electronically must be provided to the public
agency, upon request from the public agency's custodian of public records, in a format that is compatible
with the information technology systems of the public agency.
IF CONTRACTOR HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER
119, FLORIDA STATUTES, TO THE CONTRACTOR'S DUTY TO PROVIDE PUBLIC
RECORDS RELATING TO THIS CONTRACT, CONTACT THE CUSTODIAN OF PUBLIC
RECORDS AT 305-663-6340; E-mail: npayne a@southmiamifl.gov; 6130 Sunset Drive, South
Miami, FL .33143.
19) Background Screening. All personnel and volunteers that will provide any service with
vulnerable persons, as defined in Section 435.02, Fla. Stat, involving the City or its Agency in such
related activity or who may have access to secure or sensitive areas of the City, must be in compliance
with Level II Background Screening and fingerprinting requirements as per, Florida Statute Ch. 435 prior
to the scheduled start of any employee or volunteer. CONTRACTOR shall prevent any and all of its
personnel, including volunteers, from engaging in any such related activities without having passed a
background screening to the satisfaction of the City. A violation of this requirement shall constitute a
substantial breach of this Contract.
20) Drug Free Workplace. CONTRACTOR shall comply with the Drug Free Workplace
policy set forth in the City of South Miami's Personnel Manual which is made a part of this Contract by
reference.
21) Transfer and Assignment. None of the work or services under this Contract shall be
subcontracted or assigned without prior written consent from the CITY which may be denied without
cause.
22) Non -Appropriation of Funds. In the event that no funds or insufficient funds are
appropriated and budgeted or are otherwise unavailable in any fiscal period for payments due under this
contract, then the City, upon written notice to CONTRACTOR or its assignee of such occurrence,
shall have the unqualified right to terminate the contract without any penalty or expense. No guarantee,
warranty or representation is made that any particular project(s) will be awarded to any
CONTRACTOR.
23) Most Favored Public Entity. CONTRACTOR represents that the prices charged to
City in the proposal do not exceed existing prices to other customers for the same or substantially
similar items or services for comparable quantities under similar terms, conditions, wages, benefits,
insurance coverage and any other material cost factors. If CONTRACTOR's prices decline, or should
respondent, at any time during the term of a contract entered into with City, provide the same goods
or services with the same comparable quantities under similar terms, conditions, wages, benefits,
insurance coverage and any other material cost factors, CONTRACTOR shall immediately extend the
same prices to City.
24) Notices. All notices given or required under this Contract shall be deemed sufficient if sent
by a method that provides written evidence of delivery, including e-mail and facsimile transmission and
delivered to CONTRACTOR or his designated contact person. Return of mail, sent to the address
contained herein for the parties or their contact persons, as not deliverable or for failure to claim the
mail shall be deemed received on the date that the mail is returned to sender.
25) Indemnification. In the event that any of the contract documents provide for
indemnification, nothing contained therein shall imply that the City has waived its sovereign immunity as
provided by Florida Statute, Section 786.28 and anything to the contrary contained therein shall be null
and void and of no force or effect.
IN WITNESS WHEREOF, the parties, have executed this Contract, on or before the date
first above written, with full knowledge of its content and significance and intending to be legally bound by
the terms hereof.
Witnessed:
By:
ATTESTED:
By:
Nk4ga Pa
City Clerk
Read and Approved as to Form, L:ngu.ge,
Legality an n Thert
ty Attorney
CONTRACTOR:
44, rltt H61 u'c_
By: VV
jj
[name of signato i]
CITY O`F-SOUTH
MIAMI
Shari Karnali
City Manager
END OF SECTION
AMENDMENT M
Professional Services Contract
PARKING ENFORCEMENT SERVICES
RFP #PR2019-12
The Professional Services Contract for Parking Enforcement Services is hereby amended to
include Amendment #1 with the following term, "Force Majeure." Both parties, CITY and
CONTRACTOR agree Amendment # I shall be a part of the Professional Services Contract for
Parking Enforcement Services upon the "effective date" of Amendment # I and executed by CITY
and CONTRACTOR.
FORCE MAJEURE
Force Majeure. Neither party shall hold the other responsible for damages or for delays in
performance caused by force majeure, acts of God, or other acts or circumstances beyond the
control of a party or that could not have been reasonably foreseen, prevented or
avoided. For this purpose, such acts or circumstances shall include, but not be limited to,
weather conditions affecting performance, floods, epidemics, war, riots, strikes, lockouts, or
other industrial disturbances, or protest demonstrations. Should such acts or circumstances
occur, the parties shall use their best efforts to overcome the difficulties and to resume the work
as soon as reasonably possible.
CONTRACTOR:
LAZ FLORIDA PARKING, LLC
iL__ s !.i
r
CITY OF SOUTH MIAMI:
BY: - , C't _'I-� 0— wL
Shari Karnali, City Manager
Effective Date: is W J 20
APPROVED AS TO FORM, LEGALITY, LANGUAGE AND
EXECUTION THEREOF:
City Attorney
EXHIBIT No. I
SCOPE OF SERVICES
Attachment A
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PK2019-12
BACKGROUND:
The City has historically contracted for professional parking management and operating services
to manage and operate public parking within the City of South Miami, and meet the goals of
enhancing customer service, revenue collection and improving overall operations/efficiencies. It
is the intention of the City to award a five (5) year contract.
RESPONSIBILITIES OF THE PARTIES
CITY RESPONSIBILITIES:
The City has approximately 764 metered parking spaces within the City, one (1) Municipal
Garage, with approximately 328 spaces, and an off-street parking lot with approximately
55 parking spaces. All of these metered spaces and parking lot spaces are included in the
scope of this RFP. Refer to Exhibit #1, Attachment B, "Link to GIS Maps of South
Miami Metered Parking Spaces." Over the last three fiscal years, the parking revenue
has been as follows:
2018/2019: $1,778,925 (Projected)
2017/2018: $1,780,717
2016//2017: $1,763,899
The City will provide the computer equipment, a designated workspace, enforcement
equipment involving the parking enforcement, supplies required to operate and maintain
the Multi -Space and Single Meter -Heads, enforcement vehicle decals, street markings, use
of a City vehicle which has License Plate Recognition system, and the shared use of City
owned electric charging stations.
CONTRACTOR RESPONSIBILITIES:
The CONTRACTOR's operation of the Parking System shall include conducting all
necessary and proper services required for the Parking System' operations to established
industry standards.
The CONTRACTOR's maintenance of the Parking System shall include conducting
routine inspections and preventative maintenance services. The CONTRACTOR shall
take a proactive approach to maintenance so that the Parking System shall always function
in the most efficient and proper manner.
The CONTRACTOR shall submit, with its submittal, its proposed Operations
Program (Program), which shall include, among other matters, hours of operation,
personnel schedules, including enforcement, collection and maintenance schedules for the
Parking System, number of personnel, number of vehicles, scheduling, and temporary
back-up plan for vehicles. Once accepted by the City, any modifications must be approved
by the City.
Note: Please refer to the current enforcement hours and staffing levels, which will
continue to be maintained, as a minimum.
The CONTRACTOR shall maintain accurate and complete records detailing all parking
violations issued and parking enforcement staff hours. The CONTRACTOR shall provide
copies of all such records to the CITY quarterly each fiscal year and shall allow the CITY
and its representatives to examine, review and audit any and all such records, books, and
other documents upon request for a period commencing upon the execution of this
Agreement and ending two (2) years following the expiration or termination of this
Agreement.
CONTRACTOR must provide the necessary management and supervisory staff sufficient
to oversee the day-to-day operation of the Parking System, including Customer Service.
Customer Service shall be available, by phone, throughout current parking enforcement
hours and staffing levels, as contained in the plan approved by the CITY.
CONTRACTOR must provide a sufficient number of vehicles, white in color, to be affixed
with decals and markings by the City. A minimum of three (3) vehicles are
required, for enforcement, collections and maintenance of the related
equipment (i.e. pay stations, single meter -heads, parking signage, etc.). In
addition to the minimally required three (3) vehicles, the CITY currently has one (1)
vehicle equipped with a License Plate Recognition System (LPR) that will be
provided for use by the CONTRACTOR. The LPR installed on the vehicle is provided
by Miami -Dade County and has access to the Miami -Dade County database for Scofflaws.
Vehicles provided by CONTRACTOR for parking enforcement, collections and
maintenance shall be used exclusively for parking enforcement, maintenance and
collections for the City and, affixed with "Parking Enforcement" markings, and City logo
that will be provided by the CITY, and, the vehicles must remain within the boundaries of
the City of South Miami at all times; unless approved by the City in advance.
CONTRACTOR shall have access to the Electric Vehicle Charging Station located at City
Hall, 6130 Sunset Drive, 33143, for ALL electric vehicles operated by CONTRACTOR
that are associated with parking enforcement and collections for the City, as available.
CONTRACTOR shall enforce parking restrictions, through the issuance of citations and
the ordering of vehicle towing in accordance with City requirements.
CONTRACTOR shall collect, and deposit with the City's Banking Institution, all currency
generated from the parking pay stations and single meter -heads, under the supervision of
City personnel.
CONTRACTOR shall issue residential parking permits per City guidelines and
authorization by the City Manager.
CONTRACTOR shall install, maintain, relocate and replace single meter -head meters
when the City Manager deems it necessary.
CONTRACTOR shall Maintain Multi -Space Parking Meters when the City Manager deems
it necessary.
CONTRACTOR shall monitor parking program effectiveness, including quality, and with
regard to the City staff recommended changes to meter locations or enforcement hours
and make Quarterly recommendations to City staff.
CONTRACTOR shall maintain a local office with at least one (1) senior level Manager or
Executive that possesses a minimum of 10 years of on -street parking management and
Traffic Engineering experience, as well as a regional office, both of which must be within
twenty -miles (20) of the City, and provide an internet site, as approved by the City and
accessible to the public, for the purpose of issuing permits, collecting revenues, and
providing public information. CONTRACTOR shall respond within 24 hours of all
parking complaints and public inquiries about all facets of the parking program, using the
City's web platform; or a platform provided by CONTRACTOR and approved by the
City Manager, and in accordance with the City's policies regarding customer service.
CONTRACTOR shall provide customers with a toll -free phone number that always has
a live operator during City parking enforcement hours to provide the City's parking
customers with assistance.
The CITY has regulated parking spaces located throughout the City of South Miami.
These parking spaces may be changed from time to time, but at all times any such spaces
will be included as parking within the Parking System and will be subject to the terms of
this Agreement.
Throughout the term of this Agreement, the CONTRACTOR shall assign sufficient
personnel to properly perform parking management services. The CITY shall not have
any responsibility whatsoever for any personnel who shall be employees of the
CONTRACTOR and for whom CONTRACTOR shall be responsible. If at any time the
CITY is not reasonably satisfied with the performance of any of CONTRACTOR's
personnel, such personnel shall be promptly replaced, within forty-eight (48) hours, by
the CONTRACTOR to the reasonable satisfaction of the CITY.
Listed below are the current enforcement hours and staffing levels, which will
continue, as a minimum:
Current Hourly
Enforcement Officers Schedule
Parking
Monday
Tuesday
Wednesday
Thursday
Friday
Saturday
Sunday
Enforcement
gam to
gam to 12
9am to 12
9am to
gam to 2
9am to 2
9am to
Officers
12 am
am
am
12 am
am
am
12 am
HOURS
Hours
Is
Is
Is
Is
17
17
Is
Enforcement
8
8
8
8
8
40
Officer I
Enforcement
8
8
8
8
8
40
Officer 2
Enforcement
8
7
7
8
30
Officer 3
Enforcement
8
6
8
22
Officer 4
16
16
16
16
29
23
16
132
NOTE. Hours & Staffing Levels are subject to change by the City over the term of the
agreement.
Christmas Eve & New Years' Eve; 9:00 am - 6:00 pm
Thanksgiving, Christmas & New Years' Day; No Operational or
Enforcement Hours
*A11 other Holidays, regular staffing hours will apply
During the weekly collection period, CONTRACTOR must be able to provide at a minimum
two people for an estimated 6-hours collection day, per week, to help expedite the collection
of the Multi -Pay Stations and Single Meter -Heads. As stated previously, the contractor is
responsible for the collection vehicle.
The CONTRACTOR understands that certain elements of the Parking System are subject to
pre-existing private legal obligations including those created by means of leases, License
Agreements and Condominium Documents, as an example. The CONTRACTOR shall apprise
itself of such obligations and shall comply with all applicable terms and requirements related to
its services.
The CONTRACTOR's performance shall at all times be subject to review and approval of the
CITY, acting by and through its designated staff representatives.
IT IS UNDERSTOOD that CONTRACTOR is retained solely for the purposes of the Project
described herein and only to the extent set forth in this RFP. The CONTRACTOR'S relationship
to the CITY shall be that of an independent contractor. Neither the CONTRACTOR nor any
of its employees shall be considered as having an "employee" status or as being entitled to
participate in any benefits accrued by or given to CITY employees.
Senior management staff of the CONTRACTOR shall be available to meet with the CITY staff
as may be required by the City with regard to the services performed hereunder.
CONTRACTOR shall work with downtown businesses, and make presentations to those
businesses, neighborhood groups and other organizations, as needed.
CONTRACTOR is required to submit the following reports throughout the duration of the
Project:
■ Monthly Violation Summary Report, on or before the 15`' of the subsequent month.
■ One Marketing Plan, annually throughout the duration of the contract, at the City's
request. The purpose of the marketing plan is to clearly show what steps or actions will
be taken to achieve increase parking customer's experience and how to attract new
parking customers.
■ Two City of South Miami Parking Studies bi-yearly throughout the duration of the
contract, at and in accordance with the City's request.
0 Conduct customer surveys once a year as approved by City staff.
Submit by May I of every year a Meter Rate Survey, which reflects current rates from
all public parking systems in Miami -Dade County, and associated recommendations for
the City's Current Hourly Parking Rates.
Submit by May I of every year an Annual Condition Appraisal Report and Strategic Plan
which reflects current conditions of City's parking infrastructure.
■ Submit by May I of every year the Company Annual Audited Financial Report
Service Level Agreement (SLA)
1. Monday thru Friday — CONTRACTOR must repair multi -space parking meters within
6-hours of being notified of the need for repair. A single meter -head meter must be
repaired within 24 hours of receipt of notice of the need for repair.
2. Weekends & Holidays - A multi -space parking meter must be repaired within 24-hour
of receipt of notice of the need for repair. All single meter -head meters must be
repaired within 48-hour of receipt of notice of the need for repair.
PRICING
Respondents shall submit their price proposal as an "All Inclusive Price" for each year of the
agreement and a total for the five (5) year term. In addition, Respondents shall submit their
Hourly Rates for Parking Enforcement Officers and Collection personnel and shall be legally
bound by those rates should enforcement and/or collection hours and staffing levels be adjusted
by the City in its sole and absolute discretion, either more or less hours, over the term of the
PARKING ENFORCEMENT MANAGEMENT SERVICES AGREEMENT. The Hourly Rates
submitted by Respondents in Exhibit 4, "Respondents Cost and Technical Proposal" will be
used to make adjustments to the coverage hours and fee paid to CONTRACTOR throughout
the term of the agreement.
Respondents must complete and submit Exhibit 3, "Respondent's Bid Proposal," and, Exhibit
4, "Respondent's Cost and Technical Proposal." Failure to do so, may render a
Respondent's proposal as non -responsive.
MINIMUM QUALIFICATIONS
■ Respondent must have experience in programming, implementation and management
of at least three (3) on -street contracts of similar or larger in size and scope as the
City of South Miami for the last five (5) years, at a minimum.
■ As stated above under CONTRACTOR responsibilities, Respondent shall maintain
a local office with at least one (1) senior level Manager or Executive that possesses
a minimum of 10 years of on -street parking management and Traffic Engineering
experience, as well as a regional office, both of which must be within twenty -miles
(20) of the City.
■ Respondent must be a business in good standing and have good credit.
Experience
(1) Describe Respondents established on -street parking management experience that is
related to the services to be provided under the proposed agreement and in cities similar to
the City of South Miami.
(2) Provide a minimum of three (3) references with current enforcement senior staff with
entities with whom the Respondent has contracted to provide on -street parking management
services similar to those specified herein.
(3) Detail any on -street parking management contracts that have been terminated in the past
10 years for any reason, or no reason, other than the expiration of their term, and describe
the basis for termination.
RESPONDENTS PROPOSAL MUST INCLUDE THE FOLLOWING
Describe in detail the capability and skill of Respondents organization to provide the services
specified herein. The description of Respondents capability and skill should include, at a minimum,
the following:
(1) Background information about the organization, e.g., philosophy, ownership, size,
facilities, location(s), etc.
(2) Respondents management structure both at the corporate level and at the
project level - e.g. number of each of the following: management, supervisory,
non -supervisory personnel.
(3) Respondents qualifications to perform the services, including all resources
available to Respondent for the performance of the contract.
(4) Qualifications of management and/or supervisors who will be assigned to this
contract and business location.
(5) Description of Respondents financial stability and other resources that most
adequately ensure the delivery of services acceptable to the City.
(6) Provide organizational chart and staffing schedule showing maximum use of full-
time permanent employees servicing this account including contact information
of those servicing the account.
(7) Provide information on employee compensation packages that are available to
project employees, to include, at a minimum, hourly wage, leave programs,
employee performance incentives, health insurance, etc. which all full-time
permanent employees receive.
(8) Provide a detailed description of training, safety and certifications programs given
to all employees servicing this account. Include excerpts from training manual
for enforcement and collections personnel.
Subcontracting
If Respondent intends to subcontract any part of the work under this contract, indicate which
parts and the subcontractors to be used. For each subcontract, detail the subcontractor's
capability and skill, including the information requested in (1) through (6) above. Prior to hiring
a subcontractor, the Contractor must secure approval, in writing, from the City. No
subcontractor may be hired without prior approval, in writing, from the City.
END OF SECTION
EXHIBIT No. I
SCOPE OF SERVICES
Attachment B
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PR2019-12
"Link to GIS Maps of South Miami Metered Parking Spaces."
http://mdc.maps.arcgis.com/apes/webappviewer/index.html?id=eeedfb4d5ad5482fb
eda721be5c0010
EXHIBIT 2
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PR2019-12
Insurance & Indemnification Requirements
Insurance
A. Without limiting its liability, the contractor, consultant or consulting firm (hereinafter referred to as
"FIRM" with regard to Insurance and Indemnification requirements) shall be required to procure and
maintain at its own expense during the life of the Contract, insurance of the types and in the minimum
amounts stated below as will protect the FIRM, from claims which may arise out of or result from the
contract or the performance of the contract with the City of South Miami, whether such claim is against
the FIRM or any sub -contractor, or by anyone directly or indirectly employed by any of them or by
anyone for whose acts any of them may be liable.
B. No insurance required by the CITY shall be issued or written by a surplus lines carrier unless authorized
in writing by the CITY and such authorization shall be at the CITY's sole and absolute discretion. The
FIRM shall purchase insurance from and shall maintain the insurance with a company or companies
lawfully authorized to sell insurance in the State of Florida, on forms approved by the State of Florida, as
will protect the FIRM, at a minimum, from all claims as set forth below which may arise out of or result
from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whether
such operations be by the FIRM or by a Subcontractor or by anyone directly or indirectly employed by
any of them, or by anyone for whose acts any of them may be liable: (a) claims under workers'
compensation, disability benefit and other similar employee benefit acts which are applicable to the Work
to be performed; (b) claims for damages because of bodily injury, occupational sickness or disease, or
death of the FIRM's employees; (c) claims for damages because of bodily injury, sickness or disease, or
death of any person other than the FIRM's employees; (d) claims for damages insured by usual personal
injury liability coverage; (e) claims for damages, other than to the Work itself, because of injury to or
destruction of tangible property, including loss of use resulting there from; (f) claims for damages because
of bodily injury, death of a person or property damage arising out of ownership, maintenance or use of a
motor vehicle; (g) claims for bodily injury or property damage arising out of completed operations; and
(h) claims involving contractual liability insurance applicable to the FIRM's obligations under the Contract.
Firm's Insurance Generally, The FIRM shall provide and maintain in force and effect until all the Work to be
performed under this Contract has been completed and accepted by CITY (or for such duration as is otherwise
specified hereinafter), the insurance coverage written on Florida approved forms and as set forth below.
Workers' Compensation Insurance at the statutory amount as to all employees in compliance with the
'Workers' Compensation Law" of the State of Florida including Chapter 440, Florida Statutes, as presently written
or hereafter amended, and all applicable federal laws. In addition, the policy (ies) must include: Employers' Liability
at the statutory coverage amount. The FIRM shall further insure that all of its Subcontractors maintain appropriate
levels of Worker's Compensation Insurance.
Commercial Comprehensive General Liability insurance with broad form endorsement, as well as
automobile liability, completed operations and products liability, contractual liability, severability of interest with
cross liability provision, and personal injury and property damage liability with limits of $1,000,000 combined single
limit per occurrence and $2,000,000 aggregate, including:
• Personal Injury: $1,000,000;
• Medical Insurance: $5,000 per person;
• Property Damage: $500.000 each occurrence;
Umbrella Commercial Comprehensive General Liability insurance shall be written on a Florida approved
form with the same coverage as the primary insurance policy but in the amount of $1,000,000 per claim and
$2,000,000 Annual Aggregate. Coverage must be afforded on a form no more restrictive than the latest edition of
the Comprehensive General Liability policy, without restrictive endorsements, as fled by the Insurance Services
Office, and must include:
(a) Premises and Operation
(b) Independent Contractors
(c) Products and/or Completed Operations Hazard
(d) Explosion, Collapse and Underground Hazard Coverage
(e) Broad Form Property Damage
(f) Broad Form Contractual Coverage applicable to this specific Contract, including any hold harmless
and/or indemnification agreement.
(g) Personal Injury Coverage with Employee and Contractual Exclusions removed, with minimum limits of
coverage equal to those required for Bodily Injury Liability and Property Damage Liability.
Business Automobile Liability with minimum limits of One Million Dollars ($1,000,000.00) plus an additional
One Million Dollar ($1,000,000.00) umbrella per occurrence combined single limit for Bodily Injury Liability and
Property Damage Liability. Umbrella coverage must be afforded on a form no more restrictive than the latest
edition of the Business Automobile Liability policy, without restrictive endorsements, as filed by with the state of
Florida, and must include:
(a) Owned Vehicles.
(b) Hired and Non -Owned Vehicles
(c) Employers' Non -Ownership
Subcontracts: The FIRM agrees that if any part of the Work under the Contract is sublet, the subcontract shall
contain the same insurance provision as set forth in these insurance and indemnification requirements, other than
the Fire and Extended Coverage Insurance and substituting the word Subcontractor for the word FIRM where
applicable.
Fire and Extended Coverage Insurance (Builders' Risk), IF APPLICABLE:
A. In the event that this contract involves the construction of a structure, the CONTRACTOR shall
maintain, with an Insurance Company or Insurance Companies acceptable to the CITY, "Broad" form/All
Risk Insurance on buildings and structures, including Vandalism & Malicious Mischief coverage, while in the
course of construction, including foundations, additions, attachments and all permanent fixtures belonging
to and constituting a part of said buildings or structures. The policy or policies shall also cover
machinery, if the cost of machinery is included in the Contract, or if the machinery is located in a building
that is being renovated by reason of this contract The amount of insurance must, at all times, be at least
equal to the replacement and actual cash value of the insured property. The policy shall be in the name of
the CITY and the CONTRACTOR, as their interest may appear, and shall also cover the interests of all
Subcontractors performing Work.
B. All of the provisions set forth in the Miscellaneous section below shall apply to this coverage unless it
would be clearly not applicable.
Miscellaneous:
A. If any notice of cancellation of insurance or change in coverage is issued by the insurance company or
should any insurance have an expiration date that will occur during the period of this contract, the FIRM
shall be responsible for securing other acceptable insurance prior to such cancellation, change, or
expiration so as to provide continuous coverage as specified in this section and so as to maintain
coverage during the life of this Contract.
B. All deductibles must be declared by the FIRM and must be approved by the CITY. At the option of the
CITY, either the FIRM shall eliminate or reduce such deductible or the FIRM shall procure a Bond, in a
form satisfactory to the CITY covering the same.
C. The policies shall contain waiver of subrogation against CITY where applicable, shall expressly provide
that such policy or policies are primary over any other collectible insurance that CITY may have. The
CITY reserves the right at any time to request a copy of the required policies for review. All policies
shall contain a "severability of interest" or "cross liability" clause without obligation for premium
payment of the CITY as well as contractual liability provision covering the Contractors duty to indemnify
the City as provided in this Agreement.
D. Before starting the Work, the FIRM shall deliver to the CITY and CONSULTANT certificates of such
insurance, acceptable to the CITY, as well as the insurance binder, if one is issued, the insurance policy,
including the declaration page and all applicable endorsements and provide the name, address and
telephone number of the insurance agent or broker through whom the policy was obtained. The insurer
shall be rated A.VII or better per A.M. Best's Key Rating Guide, latest edition and authorized to issue
insurance in the State of Florida. All insurance policies must be written on forms approved by the State
of Florida and they must remain in full force and effect for the duration of the contract period with the
CITY. The FIRM may be required by the CITY, at its sole discretion, to provide a "certified copy" of the
Policy (as defined in Article I of this document) which shall include the declaration page and all required
endorsements. In addition, the FIRM shall deliver, at the time of delivery of the insurance certificate, the
following endorsements:
(1) a policy provision or an endorsement with substantially similar provisions as follows:
"The City of South Miami is an additional insured. The insurer shall pay all sums that the City of
South Miami becomes legally obligated to pay as damages because of `bodily injury", `property
damage', or "personal and advertising injury" and it will provide to the City all of the coverage
that is typically provided under the standard Florida approved forms for commercial general
liability coverage A and coverage B";
(2) a policy provision or an endorsement with substantially similar provisions as follows:
"This policy shall not be cancelled (including cancellation for non-payment of premium),
terminated or materially modified without first giving the City of South Miami ten (10) days
advanced written notice of the intent to materially modify the policy or to cancel or terminate
the policy for any reason. The notification shall be delivered to the City by certified mail, with
proof of delivery to the City."
E. If the FIRM is providing professional services, such as would be provided by an architect, engineer,
attorney, or accountant, to name a few, then in such event and in addition to the above requirements,
the FIRM shall also provide Professional Liability Insurance on a Florida approved form in the amount of
$1,000,000 with deductible per claim if any, not to exceed 5% of the limit of liability providing for all
sums which the FIRM shall become legally obligated to pay as damages for claims arising out of the
services or work performed by the FIRM its agents, representatives, Sub Contractors or assigns, or by
any person employed or retained by him in connection with this Agreement. This insurance shall be
maintained for four years after completion of the construction and acceptance of any Project covered by
this Agreement However, the FIRM may purchase Specific Project Professional Liability Insurance, in the
amount and under the terms specified above, which is also acceptable. No insurance shall be issued by a
surplus lines carrier unless authorized in writing by the city at the city's sole, absolute and unfettered
discretion.
Indemnification Requirement
A. The Contractor accepts and voluntarily incurs all risks of any injuries, damages, or harm which might
arise during the work or event that is occurring on the CITY's property due to the negligence or other fault of the
Contractor or anyone acting through or on behalf of the Contractor.
B. The Contractor shall indemnify, defend, save and hold CITY, its officers, affiliates, employees,
successors and assigns, harmless from any and all damages, claims, liability, losses, claims, demands, suits, fines,
judgments or cost and expenses, including reasonable attorneys fees, paralegal fees and investigative costs
incidental there to and incurred prior to, during or following any litigation, mediation, arbitration and at all
appellate levels, which may be suffered by, or accrued against, charged to or recoverable from the City of South
Miami, its officers, affiliates, employees, successors and assigns, by reason of any causes of actions or claim of any
kind or nature, including claims for injury to, or death of any person or persons and for the loss or damage to any
property arising out of a negligent error, omission, misconduct, or any gross negligence, intentional act or harmful
conduct of the Contractor, its contractor/subcontractor or any of their officers, directors, agents, representatives,
employees, or assigns, or anyone acting through or on behalf of any of them, arising out of this Agreement,
incident to it, or resulting from the performance or non-performance of the Contractor's obligations under this
AGREEMENT.
C. The Contractor shall pay all claims, losses and expenses of any kind or nature whatsoever, in
connection therewith, including the expense or loss of the CITY and/or its affected officers, affiliates, employees,
successors and assigns, including their attorney's fees, in the -defense of any action in law or equity brought against
them and arising from the negligent error, omission, or act of the Contractor, its Sub -Contractor or any of their
agents, representatives, employees, or assigns, and/or arising out of, or incident to, this Agreement, or incident to
or resulting from the performance or non-performance of the Contractor's obligations under this AGREEMENT.
D. The Contractor agrees and recognizes that neither the CITY nor its officers, affiliates, employees,
successors and assigns shall be held liable or responsible for any claims, including the costs and expenses of
defending such claims which may result from or arise out of actions or omissions of the Contractor, its
contractor/subcontractor or any of their agents, representatives, employees, or assigns, or anyone acting through
or on behalf of the them, and arising out of or concerning the work or event that is occurring on the CITY's
property. In reviewing, approving or rejecting any submissions or acts of the Contractor, CITY in no way assumes
or shares responsibility or liability for the acts or omissions of the Contractor, its contractorlsubcontractor or any
of their agents, representatives, employees, or assigns, or anyone acting through or on behalf of them.
E. The Contractor has the duty to provide a defense with an attorney or law firm approved by the City
of South Miami, which approval will not be unreasonably withheld.
F. However, as to design professional contracts, and pursuant to Section 725.08 (1), Florida Statutes,
none of the provisions set forth herein above that are in conflict with this subparagraph shall apply and this
subparagraph shall set forth the sole responsibility of the design professional concerning indemnification. Thus,
the design professional's obligations as to the City and its agencies, as well as to its officers and employees, is to
indemnify and hold them harmless from liabilities, damages, losses, and costs, including, but not limited to,
reasonable attorneys' fees, to the extent caused by the negligence, recklessness, or intentionally wrongful
conduct of the design professional and other persons employed or utilized by the design professional in the
performance of the contract.
END OF SECTION
EXHIBIT 3
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PR2019-12
RESPONDENTS
BID FORM
THIS PROPOSAL IS SUBMITTED TO:
Steven Alexander
City Manager
City of South Miami
6130 Sunset Drive
South Miami, FL 33143
I . If this Proposal is accepted, the undersigned Respondent agrees to enter into a Contract with the City of
South Miami in the form included in this Solicitation Package and to perform and furnish all work as specified
or indicated in this Solicitation, including as set forth in Exhibit 1 (Scope of Services, Attachment A, &
0) for the Proposed Price as set forth below, within the Contract Time and in accordance with the other
terms and conditions of the Solicitation Package.
2. Respondent accepts all of the terms and conditions of the Solicitation and Instructions to Respondents,
including without {imitation those dealing with the disposition of Proposal/Bid Bond, if required. This
Proposal will remain subject to acceptance for 180 calendar days after the day of the Proposal Opening.
The Respondent, by signing and submitting this proposal, agrees to all of the terms and conditions of the
form of contract that is a part of the Solicitation package with appropriate changes to conform to the
information contained in this Bid Form. Respondent agrees to sign and submit the Bonds, if required by
this Solicitation, required insurance documents, and other documents required by the Solicitation,
including the Contract if not already submitted, within ten (10) calendar days after the date of the City's
Notice of Award.
3. In submitting this Proposal, Respondent represents that:
a. Respondent has examined copies of all the Solicitation Documents and of the following Addenda, if any
(receipt of all which is hereby acknowledged.)
Addendum No. Dated: / Z % 7 ! I
b. Respondent has familiarized himself with the nature and extent of the Contract Documents, the proposed
work, site, locality, and all local conditions and laws and regulations that in any manner may affect cost,
progress, performance or furnishing of the Work.
c. Respondent has given the City written notice of all conflicts, errors or discrepancies that it has discovered
in the Contract Documents and, if any conflicts, errors or discrepancies have been found and notice
given, the Respondent represents, by submitting its proposal to the City, that the Respondent has
received sufficient notice of the resolution thereof from the City, that such resolution is acceptable to
Respondent and that the Respondent waives any claim regarding the conflicts, errors or discrepancies.
d. This Proposal is genuine and not made in the interest of or on behalf of any undisclosed person, firm or
corporation and is not submitted pursuant to any agreement or rules of any group, association,
organization, or corporation; Respondent has not directly or indirectly induced or solicited any other
Respondent to submit a Use or sham Proposal; Respondent has not solicited or induced any person, firm
or corporation to refrain from responding, and Respondent has not sought by collusion or otherwise to
obtain for itself any advantage over any other Respondent or over the CITY.
4. Respondent understands and agrees that the Contract Price is the amount that it needs to furnish all of the
Work complete and in place. The hourly rates are provided for the purpose of Proposal Evaluation and
when initiated by the CITY, it shall form the basis for calculating the pricing of change orders. As such, the
Respondent shall furnish all labor, materials, equipment, tools, superintendence and services necessary to
provide the Work for the Proposal Price. If this Solicitation requires the completion of a Respondents
Cost and Technical Proposal, Exhibit 4 as may be set forth in in an exhibit to this Solicitation, such
proposal must be attached to this Respondents Bid Form and will take the place of the Lump
Sum Price, otherwise, the Contract Price for the completed work is as follows:
"Refer to Exhibit 4, Respondents Cost and Technical Proposal"
A fee breakdown for each task included in the lump sum contract price, if applicable, must be provided.
Failure to provide this information shall render the proposal non -responsive.
S. The ENTIRE WORK shall be completed, in full, within HIA from the commencement date set forth in the
NOTICE TO PROCEED. Failure to complete the entire work during the described time period shall result
in the assessment of liquidated damages as may be set forth in the Contract
6. Insert the following information for future communication with you concerning this Proposal:
RESPONDENT: ZAZ 7:�-J_017 /Dn- PAQk,a LZ e-
Address: SI o q wAs O i T aJ Aj i S v fry a M 1 A,:,r " 3erAt N Fc., 3 3 r 3
Telephone: C 3 4_0 el 8 3 - $LI 4 Y 7--
Facsimile: 13 0 + 3 - '-$ �0
Contact Person C /a-cz i.). w A t-S N
7. The terms used in this Proposal which are defined in the Contract shall have the same meaning as is assigned
to them in the Contract Documents, unless specifically defined in the Solicitation Package.
8. If a Respondent's Cost & Technical Proposal is required by the Solicitation, Respondent hereby certifies
that all of the facts and responses to the questions posed in the Cost & Technical Proposal, if such an exhibit
is made a part of the Solicitation, are true and correct and are hereby adopted as part of this Respondent's
Bid Form, and are made a part of this proposal, by reference.
9. By submitting this proposal, I, on behalf of the business that I represent, hereby agree to the terms of the
form of contract contained in the Solicitation package and I agree to be bound by those terms, with any
appropriate blank boxes, if any, checked and any blank lines filled in with the appropriate information
contained in the Solicitation Documents and this Proposal, or such information that the City and I have
agreed upon in the course of contract negotiations and which have been confirmed by the City in writing,
including e-mail confirmation, if any. I hereby certify under penalty of perjury that I am the lawful
representative of the business entity referenced in this Bid Form, that I have authority to bid for that entity,
that I have authority to sign contracts for that entity and bind it to those contract terms and that all of the
information and representations contained herein are true and correct to the best of my knowledge,
information and belief.
IIq 4L
SUBMITTED THIS DAY OF 20_j�
PROPOSAL SUBMITTED BY:
L A,z Ft orz,:sA L ` e—
Company
1OAkrov J,: w4hLs N
Na on Auth�to Proposal
Signatur
Tide
636s )c13-'1�-iZ
Telephon Number
C 3 C r)'71, _ 4 Y, 1
Fax Number
C' w ac.s N
Email Address
END OF SECTION
EXHIBIT 4
RESPONDENT'S COST AND TECHNICAL PROPOSAL
PARKING ENFORCEMENT MANAGEMENT SERVICES
RFP #PR2019-12
"RESPONDENTS SHALL COMPLETE AND SUBMIT THE "RESPONDENT'S
COST AND TECHNICAL PROPOSAL IN ITS ENTIREITY, IN ACCORDANCE
WITH EXHIBIT 1, SCOPE OF SERVICES, ATTACHMENTS A, & B. FAILURE TO
DO SO, MAY RENDER A RESPONDENT'S PROPOSAL AS NON -RESPONSIVE"
1) ALL INCLUSIVE PRICE
Year 1
$ 271615.00
Year 2
$ 279,764.00
Year 3
$ 288,157.00
Year 4
$ 296,801.00
Year 5
$ 305,705.00
5-Year Total
$ 1,442,042.00
2) Hourly Rate for Parking Enforcement
$ 16.00 + tax and benefits
3)
Hourly Rate for Collections
$ 17.00 + tax and benefits
SUBMITTED THIS 9th DAY OF
PROPOSAL SUBMITTED BY:
LAZ Florida Parking, LLC
Company
Christopher Walsh
Nam�P on Authorized t� it Proposal
Signature
Regional Vice President
Title
END OF SECTION
305-913-4882
Telephone Number
305-913-4887
Fax Number
CWalsh@lazparking.com
Email Address
2020 .
ADDENDUM No. I
Professional Services Contract
PARKING ENFORCEMENT SERVICES
RFP #PR2019-12
The Professional Services Contract for Parking Enforcement Services is hereby amended to
include Amendment #2 with the following term, "Sale of City Owned Fleet Vehicles" Both
parties, CITY and CONTRACTOR agree Amendment #2 shall be a part of the Professional
Services Contract for Parking Enforcement Services upon the "effective date" of Amendment #2
and executed by CITY and CONTRACTOR.
SALE OF CITY OWNED VEHICLES
Sale of City Owned Fleet Vehicles: CITY and CONTRACTOR agree should
CONTRACTOR offer to purchase CITY owned fleet vehicles designated for parking
enforcement; the vehicles shall be sold in an "As -Is" condition, and in accordance with the City's
Surplus Ordinance Sec. 2-4-7 "Surplus City -Owned Property," the purchase price shall be
determined by the current Kelly Blue Book "Private Party" value. CONTRACTOR agrees to
purchase the following CITY owned vehicles for the "Private Party" values listed herein:
2013 Nissan Leaf S
VIN # I N4AZOCPSDC419412
Current Mileage at the time of sale: 63,224
Kelly Blue Book Private Party Value Dated 6/9/2020, Copy
Attached: $5,164
2014 Nissan Leaf S
VIN # I N4AZOCP8EC330516
Current Mileage at the time of sale: 45,408
Kelly Blue Book Private Party Value Dated 6/9/2020, Copy
Attached: $5,428
TOTAL SALE AMOUNT: $10, 592
LESS CREDIT REPLACEMENT
OF THREE (3) DOOR HANDLES
@ $130 EACH: ($390.00)
NET SALE TOTAL AMOUNT: $10,202.00
CONTRACTOR:
LAZ FLORIDA PARKING, LLC
CITY OF SOUTH IAMI:
BY: L aQeLC,
Shari Karnali, City Manager
Effective Date: C_G 1 11 I Z�
619/2020 2013 Nissan LEAF S Hatchback 4D Trade In Values I Kelley Blue Book
Kelley Blue Book"
Instant Cash Offer
Use this fixed Offer to easily trade-in
or sell your car fast. *
Not Submitted
Condition: Good
Average Time to Redeern
1-3
DAYS
How Much to Expect:
Level of Effort:
OC�O
Low
Kelley Blue Book'
Trade-in Value
This estimated value helps you
confidently negotiate with cealers. *•
5---,492
Condition: Good
Average Time to Trade -In:
1-7
DAYS
How Much to Expect:
Level of Effort
OOt�
Medium
'Offer valid at Participating Dealers for up to 3 days (not counting Sundays)
"Values are updated weekly
Kelley Blue Book
Private Party VALUE
Lever age this value to set your price
and negotiate with private -party
buyers *'
ti7, It Cy
Condition: Good
Average Time to St-11-
30
DAYS
How Much to Expect:
Level of Effort:
High
Donate
Have a big heart? Feel good donating
your old car and get a healthy tax
break,
Tax Benef.t
Average Time to Donate:
1-7
DAYS
How Much to Expect:
IV
Level of Effort:
ODO
Low
https://www.kbb.com/nissanAeafl2013/s-hatchback-4d/?vehicleid=384672&mileage=45708&modalview=false&intent=trade-in-sell&pricetype=private-p ... 2/5
619/2020 2013 Nissan LEAF S Hatchback 4D Trade In Values I Kelley Blue Book
r
Hom 's My Car Worth >Style > Options ✓V Condition > 5 Hatchback 4D
Private Party
$5,164
mportar
8 & dcO nn
PRIVATE PARTY VALUE
Leverage this value to set your price
and negotiate vnih pnva:e-parry
buyers.
r. gage Te,e U 51 11
30
DAYS
Level of Effort
r�oa
k this High
slues --- - -- -- -
See Overview of Values
Condition'. Good
Valid for ZIP Code 33143 through 06/09/2020
Overall Consumer Rating 4.6 / 5
90 Ratings
Write a review
How to Sell Your Car In A Coronavirus
Environment
Read article
Sell It Yourself with an Online Ad
And until May 30. 2020, save 50%off the cos: I , .
Basic Featured
$1250 $2500
Premium
$4500
590.98
Buying or Leasing a Car During
Coronavirus: Here's what to consider
n..,)..i .{q.
hltps:/Avww.kbb.com/nissanAeafl2013ls-hatchback4d/?vehicleid=384672&mileage=45708&modalview=false&intent=trade-in-sell&pricetype=private-p... 1 /5
6/9/2020 2014 Nissan LEAF S Hatchback Q Trade In Values I Kelley Blue Book
Kelley Blue Book'
Instant Cash Offer
Use this fixed Offer to easily trade-in
or sell your car fast. *
Not SubmitteO
Condition: Good
Average Time to Redeem:
1-3
DAYS
How Much to Expect:
Level of Effort:
Low
'N Kelley Blue Book'
,W4 Trade-in Value
This estimated value helps you
confidently negotiate with dealer s. "
Sa,12?
Condition: Good
Average Time to T rade-In
1-7
DAYS
How Much to Expect:
Level of Effort:
Medium
*Offer valid at Participating Dealers for up to 3 days (not counting Sundaes)
"•values are updated weekly
Kelley Blue Book'
.. Private Party VALUE
Leverage this value to set your price
and negotiate with private -party
buyers.
Condition Good
Averag: Time to Sell:
30
DAYS
How Much to Expect:
Level of Effort:
0 l�
High
Donate
Have a big heart? Feel good donating
your old car and get a healthy tax
break.
Tax Eienefti
Average Terre to Dunate
1-7
n
DAYS
How Much to Expect:
V
Level of Effort:
DOD
Low
https://www.kbb.com/nissan/leaf/2Ol4/s-hatchback-4d/?vehicleid=395784&mileage=63224&modalview=false&intent=trade-in-sell&pricetype=trade-in&... 1 /5
6/9/2020 2014 Nissan LEAF 5 Hatchback 4D Trade In Values I Kelley Blue Book
r
He. 'MM's My Car worth > Style > Options & Condition : S Hatchback 4D
Private.
S5,42a
mpmtan
& dOn't,
PRIVATE PARTY VALUE
Leverage this value In se: your once
and negotiate vnth private -party
buyers.
Average Time to $ell'.
30
DAYS
Level of Effort'.
oot7-7
t, this High
values - -
See Overview of Values
Condition: Gone
valid for ZIP Code 33143 through 06/09/202D
Overall Consumer Rating 4.6 / 5
90 Ratings
tvrae a rev,ev+
How to Sell Your Car In A Coronavirus
Environment
Reid erode
Sell It Yourself with an Online Ad
And until May 30, 2020. save Cf - e,„, �;,nyad
Basic Featured
$1250 $2500
:J
Premium
$4500
590..09
Buying or Leasing a Car During
Coronavirus: Here's what to consider
P ,.,, r d=
htlps://www.kbb.con/nissanAeaf/2014/s-hatchback-4d/?vehicleid=395784&mileage=63224&modalview=false&intent=trade-in-sell&pricetype=private-p... 1/5
Resolution No. 70-19-15342
Section 2. Severability. If any section, clause, sentence, or phrase of this
resolution is for any reason held invalid or unconstitutional by a court of competent
jurisdiction, this holding shall not affect the validity of the remaining portions of this
resolution.
Section 3. Effective Date: This resolution shall take effect immediately upon
adoption.
PASSED AND ADOPTED this 21st day of May12019.
ATTEST:
ary cue�c
APPROVED:
J14J'346
MAYO
COMMISSION VOTE: 5-0
READ AND APPROV11TY
ED AS TO FORM,
LANGUAG� , G AND TION Mayor Stoddard: Yea
Harris:
THEIZ�.0 � � Vice Mayor Y Yea
Commissioner Welsh: Yea
Commissioner Liebman:
Yea
CITY (TORNEY % Commissioner Gil: Yea
KC
Page 2 of 2
1/10/2020 Detail by Entity Name
DIVISION OF C"PGHATION5
JfI tjjD.: Jf
pSQjgment of Stage / Division o! Corpwatlons / Search Records / Detail 9y Document Number /
Detail by Entity Name
Foreign Limited Liability Company
LAZ PARKING LTD, LLC
mjpg Information
Dtocument Number
M18000001737
FEI/EIN Number
26-1172116
Date Filed
02119/2018
State
CT
Status
ACTIVE
Last Event
LC AMENDMENT
Event Date Filed
04/30/2018
Event Effective Date
NONE
Principal Address
15 LEWIS ST
HARTFORD, CT 06103
Mailing Address
'5 LEWIS ST
HARTFORD, CT 06103
Hggistered Agent Name & Address
CORPORATION SERVICE
COMPANY
1201 HAYS STREET
TALLAHASSEE, FL 32301-2525
Authorized Person la,) Detall
Name & Address
Title MBR
LAZ KARP ASSOCIATES, LLC
' 5 LEWIS ST
HARTFORD, CT 06103
—ttle CEO
Lazowski, ALAN B
15 LEWIS ST
HARTFORD, CT 06103
70
Tite COO
search.sunbiz.orgllnquiry/CorporationSeamh/SearchResultDetail7inquirytype=EntityName&directionType=lnibal&searchNameOrder-LAZPARKING M... 1l2
1 /10/2020
Detail by Entity Name
71
search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetaii?inquirytype=EntityName&directionType=lnitial&searchNameOrder-LAZPARKING M... 2/2
2019 FOREIGN LIMITED LIABILITY COMPANY ANNUAL REPORT
DOCLMENT# M18000001737
Entity Name: LAZ PARKING LTD, LLC
Current Principal Place of Business:
15 LEMAS ST
HARTFORD, CT 06103
Current Mailing Address:
15 LEWIS ST
HARTFORD, CT 06103 US
FEI Number: 26.1172116
Name and Address of Current Registered Agent:
CORPORATION SERVICE COMPANY
1201 HAYS STREET
TALLAHASSEE, FL 32301-2525 US
FILED
Feb 07, 2019
Secretary of State
5089639028CC
Certificate of Status Desired: No
The aeeve named entity submits this statement for the purpose of changing its registered once orregistered agent, or both, in the State of Flodda.
SIGNATURE:
Electronic Signature of Registered Agent
Authorized Person(s) Detail:
Title
MBR
Name
LAZ KARP ASSOCIATES, LLC
Addrem
15 LEWIS ST
C4Stete-Zip:
HARTFORD CT 06103
Tile
COO
Name
KUZIAK, MICHAEL
Address
15 LEWIS ST
CityState-Zip:
HARTFORD CT 06103
Tdle
CHIEF CULTURE OFFICER
Name
HARTH, MICHAEL
Address
15 LEWIS ST
City -State -Zip:
HARTFORD CT 06103
Title
SENIOR VP TREASURY
Name
SKOGLUND, RAYMOND
Address
15 LEWIS ST
City -Slate -Zip:
HARTFORD CT 06103
Title
CEO
Name
LAZOWSKI, ALAN B
Address
15 LEWIS ST
City -State -Zip:
HARTFORD CT 06103
Tile PRESIDENT
Name KARP,JEFF
Address 15 LEWIS ST
City -State -Zip: HARTFORD CT 06103
Title
CFO
Name
OWEN. NATHAN
Address
15 LEWIS ST
CityState-Zip:
HARTFORD CT 06103
I herabpaartlfy thel the intimation 1nWceled on eda report or supplamantabo➢ort is tmo and aocu®la and that my electronic signature shell have the Sam legal affad a$ It made insist
mlh: me? I am a menegirrg member a menegar of lint timavd bebik'ly conpony or the recetve-a tmstee em➢awered to sweuta this report as rtpubed by Chapter aeS Nature Salutes; and
that myneme appears above, or. an attachment with all mherfike empeapred.
SIGNATURE:ALAN B LAZOWSKI CEO 02/07/2019
Electronic Signature of Signing Authorized Person(s) Detail
Date
06