Loading...
Res No 070-24-16175l RESOLUTION NO. 070-24-16175 A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING THA CONSULTING, INC. FOR PARKING STUDY SERVICES PURSUANT TO REQUEST FOR PROPOSAL (RFP) NO. FN2024-03 IN AN AMOUNT NOT TO EXCEED $48,800; PROVIDING FOR AUTHORIZATION; IMPLEMENTATION; CORRECTIONS; AND AN EFFECTIVE DATE. WHEREAS, the City of South Miami (the "City") issued Request for Proposal No. FN2024-03 ("RFP'') for Parking Study Services (the "Services"); and WHEREAS, four (4) sealed proposals were received by the RFP deadline; and WHEREAS, on May 24, 2024, an Evaluation Committee appointed by the City Manager short listed firms and ranked THA Consulting, Inc. (the "Consultant") as the highest-ranked responsive and responsible proposer to provide the Services for the City; and WHEREAS, the Consultant was also the lowest bidder with a bid price of $48,800; and WHEREAS, the City Manager recommends that the City Commission select the Consultant to perform the Services; and WHEREAS, the City Commission desires to select the Consultant for the provision of the Services and authorize the City Manager to negotiate and enter into an agreement in substantially the form attached hereto as Exhibit "A" (the "Agreement") with the Consultant; and WHEREAS, the cost of the Services shall be charged to Contractual Services -Parking Account Number 001-1410-513-3450, which has a current balance of $153,301 prior to this request; and WHEREAS, the City Commission finds that this Resolution is in the best interest and welfare of the residents of the City. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AS FOLLOWS: Section 1. Recitals. That each of the above-stated recitals are hereby adopted, confirmed, and incorporated herein. Section 2. Selection. That the City Commission hereby selects the Consultant for the Services. Section 3. Authorization. That the City Commission hereby authorizes the City Manager to negotiate and execute the Agreement, in substantially the form attached hereto as Res . No. 070-24-16175 Exhibit "A," \\~th the Consultant in an amount not to exceed $48,800, consistent with the proposal of the Consultant at1ached hereto as Exhibit "B", subject to the final approval of the City Attorney as to form , content, and legal sufficiency. The cost of the Sen1 ices shall be charged to the Contractual Services -Parking Account No.001-1410-513-3450, which has a current fund balance of $153,301 prior to this request, or such other funding source as determined by the City Manager to be in the best interest of the City. If an agreement cannot be reached with the Consultant, the City Manager is authorized to negotiate and execute an agreement with the next highest ranked firm until an agreement in the best interes t of the City is reached. Section 4. Implementation. The City Manager is hereby authorized to take any and all action necessary to implement the Agreement and the purposes of this Resolution. Section 5. Corrections. Conforming language or technical scrivener-type corrections may be made by the City Attorney for any conforming an1endments to be incorporated into the final resolution for signature. Section 6. adoption. Effective Date. This Resolution shall become effective immediately upon PASSED AND ADOPTED this 4th day of June, 2024. ATTEST: READ AND APPROVED AS TO FORM, LANGUAGE, LEGALITY AND EXECUTION THEREOF MAN COLE ' CITY ATTORNEY Page 2 of2 APPROVED: MAYOR COMMISSION VOTE: Mayor Fernandez: Vice Mayor Boni ch: Commissioner Calle: Commissioner Liebman: Com.missioner Corey : 3-1 Yea Yea Yea Nay Absent Agenda Item No:2. City Commission Agenda Item Report Meeting Date: June 4, 2024 Submitted by: Steven Kulick Submitting Department: Finance Department Item Type: Resolution Agenda Section: Subject: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, SELECTING THA CONSULTING, INC. FOR PARKING STUDY SERVICES PURSUANT TO REQUEST FOR PROPOSAL (RFP) NO. FN2024-03 IN AN AMOUNT NOT TO EXCEED $48,800; PROVIDING FOR AUTHORIZATION; IMPLEMENTATION; CORRECTIONS; AND AN EFFECTIVE DATE. 3/5 (CITY MANAGER) Suggested Action: Attachments: v2CM_Memo_Parking_Study_Services.docx 48W3584-Resolution Selecting THA Consulting for Parking Study Services.DOCX 48W3709-Exhibit A - PSA - THA Consulting - Parking Study.DOCX Exhibit B - THA Timothy Haas Bidding Document.PDF FINAL RFP Parking Study Services 3.25.24.pdf Bid Tabulation Parking Consultant 4.17.24.pdf SP Plus Bidding Document.PDF Parking Network Bidding Document.PDF Walker Consultants Bidding Document.PDF Demand Star Results RFP FN2024-03 4.16.24.pdf Parking Study RFP AD.pdf Sun biz THA Consulting.pdf Score & Rank RFP FN2024-03 May 20, 2024.pdf 1 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM TO:The Honorable Mayor, Vice Mayor, and Members of the City Commission FROM:Genaro “Chip” Iglesias,City Manager DATE:JUNE 4,2024 SUBJECT:Parking Study Services RECOMMENDATION:Approval of the Parking Study Services contract with THA Consulting, Inc. for $48,800. BACKGROUND:The Town Center Committee requested a parking study be initiated by the City to create a greater parking master plan and to evaluate existing Town Center (City) parking inventory (i.e., on-street, off-street, and garage) and determine if the City’s parking operation within the Town Center is working efficiently and effectively (i.e., rates, parking inventory, enforcement, etc.). The Scope of Services published in the RFP is provided below for your review: 3.1 INTENT In an effort to create a greater parking master plan, the City is seeking a vendor to evaluate the City’s existing parking inventory (i.e., on-street, off- street, and garage) and determine if the City’s parking operation, particularly within the Town Center is working efficiently and effectively (i.e., rates, parking inventory, enforcement, etc.).The proposal must consider the current conditions and the anticipated development as well as consider whether centralized valet parking would be practicable/viable. 3.2 SITE DESCRIPTION/CURRENT PARKING INVENTORY & CONDITIONS The City has responsibility for approximately 1168 paid parking spaces within the borders of the City. In addition to the metered parking spaces, the South Miami Municipal Garage located at 5829 SW 73rd Street, South Miami, FL 33143, includes approximately 440 spaces and three (3) ChargePoint Dual charging stations for use by the public. In the Town Center, there are approximately 378 spaces. 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 2 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM meet the goals of enhancing customer service, revenue collection and improving overall operations/efficiencies. Note: Refer to Attachment D, “Town Center City Map and Parking Locations,” and Attachment E, “Link to City Parking Map” and “Breakdown of Parking Spaces.” Over the last three (3) fiscal years, the reported parking revenue is as follows: 2020/2021: $1,542,644 2021/2022: $2,295,002 2022/2023: $3,440,110 2023/2024: $823,028 (thru December 2023) The City has transitioned to all cashless parking meters that utilize the Pay- By-Phone app for payments of the metered spaces. In addition, parking enforcement is contracted out to Laz Parking, a copy of the management agreement is included as Attachment F, whose function includes, but not limited to: Conduct all necessary and proper services required for the Parking System’ operations to established industry standards. The contractor handles the collection of parking fees when properly due either through cash, coin and/or credit card payments or by parking validation. The contractor management of the Parking System shall include financial and planning functions and shall conduct audits as necessary and appropriate for the proper administration of the Parking System and present the City with financial statements. The contractor shall also develop 1 year and 5 year strategic plans that include operating and capital budgets; recommend and implement improvements to the operational procedures currently in place; provide the City with management reports as often as requested but in no case less often than once a month; perform annual rate studies to determine proper pricing for the Parking System; use technology – including green technologies whenever possible- to enhance and improve customer services and 3 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM operational efficiencies; and report on the status of any Parking System related project as directed by the City. 3.3 SCOPE OF SERVICES The Services provided by the Respondent shall determine parking supply and demand, and to ensure quality controls are in place to protect the integrity of the City’s parking asset. The parking study should focus on several dimensions of the parking operation, but not limited to: Review of Existing Parking Inventory & Future Demands Based on Current/Planned/Future Development and recommendations related to same. Detailed analysis of the specifications for parking spaces based on their location within the City (i.e. size, striping, markings, signage, etc.) and recommendations. Based on current inventory and demand, a recommendation for the Hourly Parking Rate, possible usage of dynamic pricing, and Hours for the City’s Parking Program. Operations Efficiency Overview and Recommendations for Improvement. Recommend Parking Program Enforcement Days & Hours with an emphasis on encouraging visitors to the City’s Town Center. Viability of Centralized Valet. Recommendation for opportunities using Internet of Things (IOT) to facilitate parking customers by easily identifying available parking spaces. A detailed assessment of the City’s existing Residential Zones and Program and any Recommendations (i.e., Locations, rates, number of passes, etc.) to help improve the program taking into account Current/Planned/Future Development. A detailed assessment of the City’s existing Commercial Zones and Program and any Recommendations (i.e., Locations, rates, 4 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM number of passes, etc.) to help improve the program taking into account Current/Planned/Future Development. 3.4 PROGRAM EXECUTION AND DELIVERABLES The Respondent shall conduct an Initial Meeting with City staff and representatives from the City’s Parking Enforcement vendor, Laz Parking prior to an onsite review of the Town Center. After completion of the initial meeting, the Respondent shall perform an onsite review of the Town Center, its parking locations and the South Miami Municipal Parking Garage located. The onsite review will be attended by City staff and representatives from the City’s Parking Enforcement vendor, Laz Parking. The Respondent shall conduct interviews of City and parking staff during the onsite review and collect data necessary for the completion of the Parking Study and Analysis. Upon completion of the onsite review and required data collection, Respondent shall provide the Parking Study and Analysis. Included in the review will be an Executive Summary and Recommended Action Plan. The Recommended Action Plan is a summary of the most important findings and will be used as a guide to work with the City to evaluate the findings and prepare to implement the findings. 3.5 MILESTONE DATES Respondents will be expected to deliver the Parking Study and Analysis within forty-five (45) working days from the Initial Meeting with the City. Therefore, the City issued the RFP for Parking Study Services on March 25 with a proposaldue of April 17, 2024. Four proposals were received prices are summarized below along with the bid price: 1. THA Consulting, Inc.:$48,800 2. SP Plus: $49,750 3. Walker Consultants: $59,980 4. Parking Network: $62,500 A Selection Committee comprised of Chairperson Alfredo Riverol, Chief Financial Officer, Samantha Fraga-Lopez, Deputy City Manager, and 5 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Alejandro Vadia, Town Center Committee and Midtown Development met on May 20, 2024 to review rank and score the four proposals. In accordance with the published Selection Criteria, Sections 1.8 & 1.9 in the RFP, “….. the Committee shall select in order of preference and rank the firms (s) it deems qualified to perform the required services. The highest ranked three (3) Proposers will be short listed any may be called for oral presentations…”In addition, the City reserves the right to short list additional Proposals. The Committee decided not to interview the Proposers and proceeded to score and rank. Based on the scoring criteria the Selection Committee’s short-list rankings of the top three highest ranked Proposers are listed below: Respondent Short List Scores PROPOSER A. RIVEROL A. VADIA S. FRAGA- LOPEZ SCORES TOTAL RANK TIMOTHY HAAHS (THA) 100 95 98 293 1 SP PLUS 95 85 96 276 2 PARKING NETWORK 80 80 92 252 3 While the Selection Committee felt that all four Proposers were more than capable of performing the Parking Study, THA Consulting, the low bidder, was the unanimous highest ranked Proposer by the Selection Committee. THA Consulting, Inc. has extensive experience in providing parking consulting and related studies nationwide and more specifically, in South Florida. Parking consulting and analysis has been performed by THA Consulting for the City of Miami Springs, various projects in downtown Miami, Miami Beach, Coral Gables, Fort Lauderdale and various locations throughout Florida. The ongoing engagement for the City of Miami Springs most resembles the scope and deliverables for the City. In addition to the City’s usual advertising sources for solicitations which includes publications in the Miami Herald local section, City website and 6 CITY OF SOUTH MIAMI OFFICE OF THE CITY MANAGER INTER-OFFICE MEMORANDUM Demand Star; a subscriber service that connects business and government, the City advertised in two of the largest parking association sites; the Florida Parking & Transportation Association, and the International Parking & Mobility Institute to ensure the parking industry was notified and aware of the solicitation. FUNDING:Account No. 001-1410-513-3450, Contractual Services – Parking with a current balance of $153,301 ATTACHMENTS:Resolution RFPNO. FN2024-03 Bid Tabulation Report Selection Committee Short List Scores and Rank Proposals Submitted Demand Star Results Miami Herald Advertisement Sun Biz Registration 7 PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF SOUTH MIAMI AND THA CONSULTING, INC. THIS AGREEMENT (this “Agreement”) is made effective as of the day of , 2024 (the “Effective Date”), by and between the CITY OF SOUTH MIAMI, a Florida municipal corporation, (hereinafter the “City”), and THA CONSULTING, INC., a Pennsylvania corporation authorized to do business in Florida, (hereinafter, the “Consultant”). WHEREAS,the City of South Miami (the “City”) issued Request for Proposal No. FN2024-03 (“RFP”) for Parking Study Services (the “Services”); and WHEREAS, on June 4, 2024, the City Commission adopted Resolution No. 2024-XX, selecting the Consultant to perform the Services for the City; and WHEREAS, the Consultant will perform the Services on behalf of the City all as further set forth in the Scope of Services attached hereto as Exhibit “A” and the Consultant’s Proposal, attached hereto as Exhibit “B”; and WHEREAS, Consultant shall be compensated for the Services in accordance with the Proposal attached hereto as Exhibit “B”; and WHEREAS, the Citydesires to engage the Consultant to perform the Services and provide the deliverables as specified below. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Consultant and the City agree as follows: 1. Scope of Services. 1.1.Consultant shall provide the Services set forth in the Scope of Services attached hereto as Exhibit “A” and the Consultant’s Proposal attached hereto as Exhibit “B.” The Services shall comply with the terms and conditions of the RFP. 1.2.Consultant shall furnish all reports, documents, and information obtained pursuant to this Agreement, and recommendations during the term of this Agreement (hereinafter “Deliverables”) to the City. 2. Term/Commencement Date. 2.1.The term of this Agreement shall be from the Effective Date through one (1) year thereafter, unless earlier terminated in accordance with Paragraph 8. 2.2.Consultant agrees that time is of the essence and Consultant shall complete the Services within the term of this Agreement, unless extended by the City Manager. 10 3. Compensation and Payment. 3.1.Consultant shall be compensated a flat rate lump sum fee in the amount of $48,800.00 for the Services in accordance with the Consultant’s Proposal attached hereto as Exhibit “B.” 3.2.Consultant shall deliver an invoice to City no more often than once per month detailing Services completed and the amount due to Consultant under this Agreement. Fees shall be paid in arrears each month, pursuant to Consultant’s invoice, which shall be based upon the percentage of work completed for each task invoiced. The City shall pay the Consultant in accordance with the Florida Prompt Payment Act after approval and acceptance of the Services by the City Manager. 4. Subconsultants. 4.1.The Consultant shall be responsible for all payments to any subconsultants and shall maintain responsibility for all work related to the Services. 4.2.Consultant may only utilize the services of a particular subconsultant with the prior written approval of the City Manager, which approval may be granted or withheld in the City Manager’s sole and absolute discretion. 5. City’s Responsibilities. 5.1.City shall make available any maps, plans, existing studies, reports, staff and representatives, and other data pertinent to the Services and in possession of the City, and provide criteria requested by Consultant to assist Consultant in performing the Services. 5.2.Upon Consultant’s request, City shall reasonably cooperate in arranging access to public information that may be required for Consultant to perform the Services. 6. Consultant’s Responsibilities; Representations and Warranties. 6.1.The Consultant shall exercise the same degree of care, skill and diligence in the performance of the Services as is ordinarily provided by a consultant under similar circumstances. If at any time during the term of this Agreement or within two (2) years from the completion of this Agreement, it is determined that the Consultant’s Deliverables or Services are incorrect, not properly rendered, defective, or fail to conform to City requests, the Consultant shall at Consultant’s sole expense, immediately correct its Deliverables or Services. 6.2.The Consultant hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications and permits required under Federal, State and local laws applicable to and necessary to perform the Services for City as an independent contractor of the City. Consultant further warrants and represents that it has the required knowledge, expertise, and experience to perform the Services and carry out its obligations under this Agreement in a professional and first class manner. 11 6.3.The Consultant represents that is an entity validly existing and in good standing under the laws of Florida. The execution, delivery and performance of this Agreement by Consultant have been duly authorized, and this Agreement is binding on Consultant and enforceable against Consultant in accordance with its terms. No consent of any other person or entity to such execution, delivery and performance is required. 7. Conflict of Interest. 7.1.To avoid any conflict of interest or any appearance thereof, Consultant shall not, for the term of this Agreement, provide any consulting services to any private sector entities (developers, corporations, real estate investors, etc.), with any current, or foreseeable, adversarial issues in the City. 8. Termination. 8.1.The City Manager, without cause, may terminate this Agreement upon five (5) calendar days written notice to the Consultant, or immediately with cause. 8.2.Upon receipt of the City's written notice of termination, Consultant shall immediately stop work on the project unless directed otherwise by the City Manager. 8.3.In the event of termination by the City, the Consultant shall be paid for all work accepted by the City Manager up to the date of termination, provided that the Consultant has first complied with the provisions of Paragraph 8.4. 8.4.The Consultant shall transfer all books, records, reports, working drafts, documents, maps, and data pertaining to the Services and the project to the City, in a hard copy and electronic format within fourteen (14) days from the date of the written notice of termination or the date of expiration of this Agreement. 9. Insurance. 9.1.Consultant shall secure and maintain throughout the duration of this agreement insurance of such types and in such amounts not less than those specified below as satisfactory to City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents, and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Consultant’s insurance and shall not contribute to the Consultant’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the City as it deems necessary or prudent. 9.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion withrespect to property under the care, custody and control of Consultant. The General Aggregate Liability limit 12 and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 9.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident.No employee, subcontractor or agent of the Consultant shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker’s Compensation insurance. 9.1.3. Business Automobile Liability with minimum limits of $1,000,000 per occurrence, combined single limit for Bodily Injury and Property Damage. 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 the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 9.1.4. Professional Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) per occurrence, single limit. 9.2. Certificate of Insurance. Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured (except with respect to Professional Liability Insurance and Worker’s Compensation Insurance), no later than ten (10) days after award of this Agreement and prior to the execution of this Agreement by City and prior to commencing Services. Each certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. The Consultant shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Agreement, including any extensions or renewals that may be granted by the City. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Agreement and shall state that such insurance is as required by this Agreement. The City reserves the right to inspect and return a certified copy of such policies, upon written request by the City. If a policy is due to expire prior to the completion of the Services, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the City before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the City. 9.3. Additional Insured. Except with respect to Professional Liability Insuranceand Worker’s Compensation Insurance, the City is to be specifically included as an Additional Insured for the liability of the City resulting from Services performed by or on behalf of the Consultant in performance of this Agreement. The Consultant’s insurance, including that applicable to the City as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute to the Consultant’s insurance. The Consultant’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance 13 shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 9.4. Deductibles.All deductibles or self-insured retentions must be declared to and be reasonably approved by the City. The Consultant shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 9.5.The provisions of this section shall survive termination of this Agreement. 10. Nondiscrimination.During the term of this Agreement, Consultant shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and to abide by all Federal and State laws regarding nondiscrimination. 11. Attorneys Fees and Waiver of Jury Trial. 11.1.In the event of any litigation arising out of this Agreement, the prevailing party shall be entitled to recover its attorneys’ fees and costs, including the fees and expenses of any paralegals, law clerks and legal assistants, and including fees and expenses charged for representation at both the trial and all appellate levels. 11.2.IN THE EVENT OF ANY LITIGATION ARISING OUT OF THIS AGREEMENT, EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVES ITS RIGHT TO TRIAL BY JURY. 12. Indemnification. 12.1.Consultant shall indemnify and hold harmless the City, its officers, agents and employees, from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, arising from Consultant’s performance or non- performance of any provision of this Agreement, including, but not limited to, liabilities arising from contracts between the Consultant and third parties made pursuant to this Agreement. Consultant shall reimburse the City for all its expenses including reasonable attorneys’ fees and costs incurred in and about the defense of any such claim or investigation and for any judgment or damages arising from Consultant’s performance or non-performance of this Agreement. 12.2.Nothing herein is intended to serve as a waiver of sovereign immunity by the City nor shall anything included herein be construed as consent to be sued by third parties in any matter arising out of this Agreement or any other contract. The City is subject to section 768.28, Florida Statutes, as may be amended from time to time. 12.3.The provisions of this section shall survive termination of this Agreement. 13. Notices/Authorized Representatives.Any notices required by this Agreement shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addressed to the parties (or their successors) at the addresses listed on the signature 14 page of this Agreement or such other address as the party may have designated by proper notice. 14. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any proceedings arising out of this Agreement shall be proper exclusively in Miami-Dade County, Florida. 15. Entire Agreement/Modification/Amendment. 15.1.This writing contains the entire Agreement of the parties and supersedes any prior oral or written representations. No representations were made or relied upon by either party, other than those that are expressly set forth herein. 15.2.No agent, employee, or other representative of either party is empowered to modify or amend the terms of this Agreement, unless executed with the same formality as this document. 16. Ownership and Access to Records and Audits. 16.1.Consultant acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the City which are conceived, developed or made by Consultant during the term of this Agreement (“Work Product”) belong to the City. Consultant shall promptly disclose such Work Product to the City and perform all actions reasonably requested by the City (whether during or after the term of this Agreement) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 16.2.Consultant agrees to keep and maintain public records in Consultant’s possession or control in connection with Consultant’s performance under this Agreement. The City Manager or her designee shall, during the term of this Agreement and for a period of three (3) years from the date of termination of this Agreement, have access to and the right to examine and audit any records of the Consultant involving transactions related to this Agreement. Consultant additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Consultant shall 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 Agreement, and following completion of the Agreement until the records are transferred to the City. 16.3.Upon request from the City’s custodian of public records, Consultant shall provide the Citywith 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 by Chapter 119, Florida Statutes, or as otherwise provided by law. 16.4.Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the City. 15 16.5.Upon completion of this Agreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the Consultant shall be delivered by the Consultant to the City Manager, at no cost to the City, within seven (7) days. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City’s information technology systems. Once the public records have been delivered upon completion or termination of this Agreement, the Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 16.6.Any compensation due to Consultant shall be withheld until all records are received as provided herein. 16.7.Consultant’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the City. 16.8.Notice Pursuant to Section 119.0701(2)(a), Florida Statutes.IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM Mailing address:6130 Sunset Drive South Miami, FL 33143 Telephone number:305-663-6340 Email:NPayne@southmiamifl.gov 17. Nonassignability.This Agreement shall not be assignable by Consultant unless such assignment is first approved by the City Manager. The City is relying upon the apparent qualifications and expertise of the Consultant, and such firm’s familiarity with the City’s area, circumstances and desires. 18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law. 19. Independent Contractor.The Consultant and its employees, volunteers and agents shall be and remain an independent contractor and not an agent or employee of the City with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking, enterprise or venture between the parties. 16 20. Compliance with Laws.The Consultant shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencies to perform the Services under this Agreement at its own expense. 21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct. 22. Survival of Provisions.Any terms or conditions of either this Agreement that require acts beyond the date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. 23. Prohibition of Contingency Fees.The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s), company, corporation, individual or firm, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 24. Public Entity Crimes Affidavit.Consultant shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 25. Counterparts.This Agreement may be executed in several counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. 26. Conflicts; Order of Priority.This document without exhibits is referred to as the “Base Agreement.” In the event of a conflict between the terms of this Agreement and any exhibits or attachments hereto, or any documents incorporated herein by reference, the conflict shall be resolved in the following order of priorities and the more stringent criteria for performance of the Services shall apply: 26.1.First Priority: Base Agreement; 26.2.Second Priority: the RFP; 26.3.Third Priority: Scope of Services, Exhibit “A”; and 26.4.Fourth Priority: Consultant’s Proposal, Exhibit “B.” 27. E-Verify Affidavit.In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide its proof of enrollment in E-Verify. For instructions on how to 17 provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e- verify. By entering into this Agreement, the Contractor acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E-Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E-Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. [Remainder of page intentionally left blank. Signature page and E-Verify Affidavit follows.] 18 E-VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the Cityto register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E-Verify requirements imposed by it, including but not limited to obtaining E-Verify affidavits from subcontractors. ☐Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification:) Did take an oath; or Did not take an oath 19 Page 11 of 15 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year as first stated above. CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager Attest: By: Nkenga “Nikki” Payne, CMC, FCRM City Clerk Approved as to form and legal sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. City Attorney Addresses for Notice: Genaro “Chip” Iglesias City of South Miami Attn: City Manager 6130 Sunset Drive South Miami, FL 33143 305-668-2510 (telephone) 305-663-6345 (facsimile) chip@southmiamifl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Lillian Arango, Esq. City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com (email) CONSULTANT By: Name: Title: Entity: Addresses for Notice: (telephone) (facsimile) (email) With a copy to: (telephone) (facsimile) (email) 20 EXHIBIT “A” SCOPE OF SERVICES SECTION 3. SCOPE OF SERVICES,SPECIFICATIONS,AND REQUIREMENTS 3.1.INTENT In an effort to create a greater parking master plan, the City is seeking a vendor to evaluate the City’s existing Town Center (City) parking inventory (i.e., on-street, off-street, and garage) and determine if the City’s parking operation within the Town Center is working efficiently and effectively (i.e., rates, parking inventory, enforcement, etc.).The proposal must consider the current conditions and the anticipated development as well as consider whether centralized valet parking would be practicable/viable. 3.2.SITE DESCRIPTION/CURRENT PARKING INVENTORY &CONDITIONS The City has responsibility for approximately 1168 paid parking spaces within the borders of the City.In addition to the metered parking spaces, the South Miami Municipal Garage located at 5829 SW 73rd Street,South Miami,FL 33143,includes approximately 440 spaces and three (3) ChargePoint Dual charging stations for use by the public.In the Town Center, there are approximately 378 spaces.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.Note:Refer to Attachment D, “Town Center City Map and Parking Locations,”and Attachment E,“Link to City Parking Map”and “Breakdown of Parking Spaces.” Over the last three (3) fiscal years, the reported parking revenue is as follows: 2020/2021:$1,542,644 2021/2022:$2,295,002 2022/2023:$3,440,110 2023/2024:$823,028 (thru December 2023) The City has transitioned to all cashless parking meters that utilize the Pay-By-Phone app for payments of the metered spaces.In addition,parking enforcement is contracted out to Laz Parking, a copy of the management agreement is included as Attachment F,whose function includes,but not limited to: Conduct all necessary and proper services required for the Parking System’ operations to established industry standards.The contractor handles the collection of parking fees when properly due either through cash,coin and/or credit card payments or by parking validation. The contractor management of the Parking System shall include financial and planning functions and shall conduct audits as necessary and appropriate for the proper administration of the Parking System and present the City with financial statements. The contractor shall also develop 1 year and 5 year strategic plans that include operating and capital budgets; recommend and implement improvements to the operational 21 EXHIBIT “A” SCOPE OF SERVICES procedures currently in place; provide the City with management reports as often as requested but in no case less often than once a month; perform annual rate studies to determine proper pricing for the Parking System; use technology –including green technologies whenever possible-to enhance and improve customer services and operational efficiencies; and report on the status of any Parking System related project as directed by the City. 3.1.SCOPE OF SERVICES The Services provided by the Respondent shall determine parking supply and demand, and to ensure quality controls are in place to protect the integrity of the City’s parking asset.The parking study should focus on several dimensions of the parking operation, but not limited to: Review of Existing Parking Inventory & Future Demands Based on Current/Planned/Future Development and recommendations related to same. Detailed analysis of the specifications for parking spaces based on their location within the City (i.e. size, striping, markings, signage, etc.) and recommendations. Based on current inventory and demand, a recommendation for the Hourly Parking Rate, possible usage of dynamic pricing, and Hours for the City’s Parking Program. Operations Efficiency Overview and Recommendations for Improvement. Recommend Parking Program Enforcement Days & Hours with an emphasis on encouraging visitors to the City’s Town Center. Viability of Centralized Valet. Recommendation for opportunities using Internet of Things (IOT) to facilitate parking customers by easily identifying available parking spaces. A detailed assessment of the City’s existing Residential Zones and Program and any Recommendations (i.e., Locations, rates, number of passes, etc.) to help improve the program taking into account Current/Planned/Future Development. A detailed assessment of the City’s existing Commercial Zones and Program and any Recommendations (i.e., Locations, rates, number of passes, etc.) to help improve the program taking into account Current/Planned/Future Development. 3.2.PROGRAM EXECUTION AND DELIVERABLES The Respondent shall conduct an Initial Meeting with City staff and representatives from the City’s Parking Enforcement vendor, Laz Parking prior to an onsite review of the Town Center. After completion of the initial meeting,the Respondent shall perform an onsite review of the Town Center, its parking locations and the South Miami Municipal Parking Garage located. The onsite review will be attended by City staff and representatives from the City’s Parking Enforcement vendor, Laz Parking.The Respondent shall conduct interviews of City and parking staff during the onsite review and collect data necessary for the completion of the Parking Study 22 EXHIBIT “A” SCOPE OF SERVICES and Analysis. Upon completion of the onsite review and required data collection, Respondent shall provide the Parking Study and Analysis.Included in the review will be an Executive Summary and Recommended Action Plan.The Recommended Action Plan is a summary of the most important findings and will be used as a guide to work with the City to evaluate the findings and prepare to implement the findings. 3.5 MILESTONE DATES Respondents will be expected to deliver the Parking Study and Analysis within forty-five (45) working days from the Initial Meeting with the City. END OF SECTION 3 23 EXHIBIT “B” CONSULTANT’S PROPOSAL 24 Prepared By: THA Consulting, Inc. 40 NW 3rd Street, Suite 1102Miami, FL 33128(484) 342-0200 PROPOSAL TO CITY OF SOUTH MIAMIRFP NO. FN2024-03 FOR “PARKING STUDY SERVICES” April 17, 2024 City of South Miami Jim Zullo, President(732) 816-4407jzullo@tha-consulting.com Roamy Valera, Executive Vice President(954) 559-1744rvalera@tha-consulting.com 25 Letter of Interest Proposal Form Package Proof of Experience Proposed Scope of Services Previous Projects Proposer’s Qualifications Personnel Qualifications/Key Staff Insurance Certificate 1 2 3 4 5 6 7 8 SECTION SECTION SECTION SECTION SECTION SECTION SECTION SECTION TABLE OF CONTENTS 26 SECTION 1 Letter of Interest 27 THA Consulting, Inc. 40 NW 3rd Street, Suite 1102 Miami, FL 33128 April 17, 2024 Steven Kulick Chief Procurement Officer City of South Miami 6130 Sunset Drive City of South Miami, FL 33143 RE: South Miami Parking Study – Letter of Interest Dear Mr. Kulick: THA Consulting, Inc. (THA) is thrilled to provide the City of South Miami (the City) with our capabilities, experience, and methodology in response to your Request for Proposals (RFP) seeking a qualified parking consultant. THA has undertaken multiple parking studies and assessments for similar municipalities throughout Florida and the United States and we believe that our submittal clearly demonstrates our robust capabilities and an effective approach to undertake this important study. THA, a nationally recognized consulting, planning, engineering, and architectural firm specializing in parking, has a uniquely qualified team of dedicated parking specialists and planners highly familiar with the City of South Miami. THA Consulting (THA) is a leading consulting, planning, design, and engineering firm that specializes in parking. In addition to our parking expertise, we provide exceptional service and practical solutions to complex parking issues for our municipal clients. THA has outstanding capabilities and hands-on municipal parking management experience to successfully work with the City and its stakeholders to undertake this study and to identify solutions that are specific and appropriate for South Miami. THA’s experience in both performing comprehensive studies of this nature, our expertise in emerging trends of smart parking operations, and in the actual management of municipal parking systems gives us the knowledge to identify and help the City implement an enhanced parking system master plan with management, technology, and operational strategies that are both innovative and practical. THA understands that the City’s curb space and parking facilities are dynamic and valuable assets whose use has evolved significantly over recent years. Through this study, we will work collaboratively with the City to identify, augment, and refine parking strategies to support the goals of the City and to help promote a well-functioning public parking system to support quality of life, safety and economic vitality of the City of South Miami. THA is fully versed in parking management, operations, payment systems, and technology “best practices” and is keenly aware of the sensitivities and concerns of local stakeholders, government officials, residents, and merchants related to City parking operations, improvements, fees, and planning. THA is dedicated to providing the City of South Miami with valuable assistance, observations, insights, and recommendations to enhance the City’s parking system. We embrace the goals and requirements of this parking study, and we will strive to not only meet them, but to exceed them! 28 In closing, our goal pertaining to this project is to assist the City with the identification and implementation of parking strategies appropriate for South Miami. We will work collaboratively with City staff and stakeholders, provide exceptional service, and identify effective and implementable parking strategies and practices that will support the City’s economic development and residential quality of life. THA stands ready to undertake the study as per the schedule outlined in the RFP document. Thank you for the opportunity to submit our proposal. If I can provide you with any further information, please do not hesitate to contact me at (732) 816-4407 or jzullo@tha-consulting.com. Sincerely, Jim Zullo, AICP, PP, CAPP Roamy Valera, CAPP President Executive Vice President 29 SECTION 2 Proposal Form Package 30 31 32 33 FORMl PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) THA Consulting, Inc. NAME OF PROPOSER FIRM ~16&d ~ ()F PROPOSER Janice Haahs, CFO NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS 470 Norristown Road, Suite 200 Blue Bell, PA 19422 ( 484) 342-0200 TELEPHONE NUMBER State of Pennsylvania County of Montgomery The foregoing instrument was acknowledged before me by means of_X_ physical presence or_ online notarization, this ___!§_ day of April 2024 , by Janice Haahs _____ (name of person) as CFO (type of authority) for THA Consulting, Inc. (name of party on behalf of whom instrument is executed). Commonwealth of Pennsylvania• Notary Seal Jean Choi, Notary Public Montgomery County My commission expires March 9, 2028 Commission number 1362391 Member, Pen,, 1 lvania Association of Notaries X Personally known to me; or No " Public (Print, Stamp, or Type as Commissioned) ___ Produced identification (Type ofldentification: ____________ _ ___ ) ___ Did take an oath; or ___ Did not take an oath 25 of 94 34 FORM2A PROPOSER'S CERTIFICATION {if Company or Corporation) CERTIFICATE STATE OF Pennsylvania ) ) ss COUNTY OF Montgomery ) I HEREBY CERTIFY that a meeting of the Board of Directors of THA Consulting, Inc. a corporation or company existing under the laws of the State of Pennsylvania held on TBD , 2023, the following resolution was duly passed and adopted: RESOLVED, that, as CFO of the Corporation/Company, be and is hereby authorized to execute the Proposal dated, 3/25/24 , 2024 to the City of South Miami for RFP No. FN2024-03 "Parking Study Services," and that this execution thereof, attested by the Secretary of the Corporation/Company, and with the Corporate/Company Seal affixed, shall be the official act and deed of this Corporation/Company. I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of corporation/company on this the 16 of April , 2024. Janice Haahs 26 of 94 35 36 Public Entity Crimes Affidavit I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means 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 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 misrepresentations. I 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 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defmed in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. 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 another person, or a pooling of equipment or income among persons when not for fair 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 convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate . I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, 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 proposals or applies to 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, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WIDCH 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 ad 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 29 of 94 37 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 to July 1, 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 identified in paragraph 1 above is for that public entity only and that this form is valid 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 Statutes for category two of any change in the information contained in this form. Proposer Initials No Conflict of Interest or Contingent Fee Affidavit Proposer warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Proposer also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances. Further, Proposer acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Proposer should the Proposer be selected for the performance of this contract. Proposer Initials Business Entity Affidavit Proposer hereby recognizes and certifies that no elected official, board member, or employee of the City of South Miami (the " City") shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City board members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Proposer or Vendor, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Proposer. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Proposer. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Proposer recognizes that with respect to this transaction or Proposal, if any Proposer violates or is a party to a violation of the ethics 30 of 94 38 39 Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 3. The Proposer agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this RFP . As provided in Subsection 287 .135(8), F.S ., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. Proposer Initials Drug-Free Workplace Affidavit Proposer hereby recognizes that, pursuant to F.S. § 287 .087, preference shall be given to businesses with drug-free workplace programs when two proposals/Proposal are equal with respect to price, quality, and service . Proposer understands that in order to qualify as a drug -free workplace, Proposer must: a) 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 will be taken against employees for violations of such prohibition. b) Inform employees about the dangers of drug abuse in the workplace, the Proposer's 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 . 1) Give each employee engaged in providing commodities or contractual services under the RFP a copy of the statement specified in subsection (1). 2) Notify employees that, as a condition of working on the commodities or contractual services under the RFP , the employee must abide by the terms of the statement and will notify the employer 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) days after such conviction. 3) 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. 4) Make a good faith effort to continue to maintain a drug-free workplace through the implementation of this section. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) □ The entity submitting this sworn statement is a drug-free workplace and 1s m full 32 of 94 40 compliance with the requirements set forth under F.S. § 287.087. □ The entity submitting this sworn statement is not a drug-free workplace. Proposer Initials City Non-Discrimination Requirements Affidavit Proposer understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City will not enter into or award a contract to an entity engaged in a boycott. Proposer understands that "Boycott" as defined under Section 3-1.1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, embargoes, trade restrictions, or divestments that are specifically authorized or required by federal law or state law. Proposer certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1.1 of the Code of the City of South Miami. Proposer Initials Acknowledgment, Warranty, and Acceptance 1. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations . 2. Contractor warrants that it has read, understands, and is willing to comply with all requirements ofRFP No. FN2024-03 and any addendum/addenda related thereto . 3. Contractor warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City Commission or City Manager, as applicable. 4. Contractor warrants that all information provided by it in connection with this Proposal is true and accurate. Proposer Initials [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 33 of 94 41 In the presence of: Signed, sealed and delivered by: Ciw; Witness 1 Print N e: ·'" ~~~d Pri~=e}i Tit e: CFO Witness #2 Print Name:C/WJ4: SrJW ACKNOWLEDGMENT State of Pennsylvania County of Montgomery The foregoing instrument was acknowledged before me by means of_X_ physical presence or_ online notarization, this ...16_ day of April , 20 24 , by Janice Haahs _____ (name of person) as CFO (type of authority) for THA Consultin Inc. of party on behalf of whom instrument is executed). . o e h f pe11nsyNanta • commonwealt co1-101 Notary Public Jean 1 • ty Montgomery c~;rch 9 • 2028 MY commlssi~n ex.plriser 1362391 Commlss1on num . of NOtarles '----=--:::-· • I ,t.ssociatlOn ~• penu ~wan a _x __ .Personally known to me; or Public (Print, Stamp, or Type as Commissioned) ___ Produced identification (Type of Identification: ____________ _ ) ___ Did take an oath; or Did not take an oath --- 34 of94 42 FORM4 DISPUTE DISCLOSURE Answer the following questions by placing an "X" after "Yes" or "No". If you answer "Yes", please explain in the space provided, or on a separate sheet attached to this form. 1. Has your firm or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? YES NO X ---------- 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? YES NO X ---------- 3. Has your firm had against it or filed any requests for equitable adjustment, contract claims, Proposal protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES ____ NO __ x __ If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts of extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation of falsification of facts shall be cause for forfeiture of rights for further consideration of this Proposal or Proposal for the City of South Miami. ACKNOWLEDGMENT ~~:,:;,'orPen~st~:~~ery w IJuL The foregoing instrument was acknowledged before me by means of [}a physical presence or D online notarization, this _1.fi_ day of April , 2024 , by Janice Haahs (name of person) as CFO (type of authority) for THA Consulting, Inc. (name of party on behalf of whom instrument is executed). Commonwealth of Pennsylvania • Notary Seal Jean Chol, Notary Public Montgomery County My commission expires March 9, 2028 Commissi"') number 1362391 Member, Pen,, 1 wania Association of Notanes __ X __ Personally known to me; or Public (Print, Stamp, or Type as Commissioned) ___ Produced identification (Type of Identification: ______________ ) ___ Did take an oath; or ___ Did not take an oath 35 of 94 43 FORMS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). Copies of the regulations are available from local offices of the U.S. Small Business Administration. (1) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three -year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; ( c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1 )(b) of this certification; and ( d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Statement of Qualifications . Business Name -------------------------- Date ----------- 36 of 94 By: zf ~~rized Representative Name and Title of Authorized Representative 44 45 46 Insurance Carrier Address Telephone No. Email Has the Firm filed any insurance claims in the last five (5) years? □ No □ Yes If yes, please identify the type of claim and the amount paid out under the claim: __________ _ FIRM OWNERSHIP Please identify all Firm owners or partners, their title, and percent of ownership: Owner/Partner Name Title Ownership (%) Please identify whether any of the owners/partners identified above are owners/partners in another entity: □ No □ Yes If yes, please identify the name of the owner/partner, the other entity's name, and percent of ownership held by the stated owner/partner: Owner/Partner Name Other Entity Name Ownership (%) RECENT CONTRACTS Please identify the five (5) most recent contracts in which your Firm has provided services to other public entities: Public Entity Contact Person Telephone No. Email Address Date Awarded Name By signing below, Proposer certifies that the information contained herein is complete and accurate to the best of Proposer's knowledge. Firm: --------------------------------- Authorized Signature : ---"?:f-'==~-4!("--,~1--~-? ..... //cs--"-=----- Print or Type Name:___________ Title: _____ _ Date: --------- 39 of 94 47 48 49 50 51 52 53 54 SECTION 3 Proof of Experience 55 PARKING PLANNING & DESIGN SERVICES ENGINEERING & ARCHITECTUREASSET MANAGEMENTPLANNING FOR PARKINGTHA Consulting, Inc., understands the important role parking plays in development. THA is a multi- disciplined engineering, design, and mobility consulting firm specializing in the planning, design, operation, and restoration of parking and mixed-use facilities, as well as master planning for campuses, urban and high density areas, and transit related projects. Since our inception in 1994, we have completed close to 1,000 parking projects and almost 1,000,000 spaces. Our expertise has been cultivated by extensive experience with unique issues and requirements associated with parking facilities, including pedestrian connectivity, safety and security, and amenities. We provide exceptional service and strategic solutions for complex parking issues to a variety of clients. Our approach to parking planning & design is to successfully integrate the parking facility with the overall project, campus, or downtown, thereby enhancing the pedestrian experience, user-comfort, and helping to create active and vibrant places. Our primary focus is to design efficient, user-friendly, and aesthetically enhanced parking facilities that serve as gateways to destinations and other development components. We think outside of the four walls of the garage to understand how the facility will integrate with other uses and how the use of the facility can be maximized to create efficiency and economy. Our design and engineering experience has created value for our clients for the past 30 years through our considerable project experience and practical knowledge of these unique project types. THA CONSULTING, INC. MIAMIATLANTAPHILADELPHIANEW BRUNSWICK PROJECT AWARDS Green Street Parking Garage, Newark, NJAward of ExcellenceInternational Parking Institute, 2023 Guntzer Street Parking Garage, Fort Lee, NJAward of MeritInternational Parking Institute, 2023 University of Kentucky Parking Garage, Lexington, KYAward of ExcellenceInternational Parking Institute, 2022 Incyte Corporation Parking Garage, Wilmington, DEMid-Rise Garage Category,Eastern Pennsylvania and Delaware Chapter of ACI, 2019 Master Planning Site Analysis Supply/Demand Analysis Feasibility Studies Shared Parking Analysis Due Diligence Reports Parking Consulting Financial Analysis Parking Structure DesignMixed-Use Structure DesignProject Design ManagementFunctional DesignFacade & Aesthetic DesignStructural EngineeringDesign Build ServicesSustainable Design Condition AppraisalRestoration EngineeringLife Cycle Cost AnalysisOperational ConsultingOwner RepresentationGraphics & WayfindingMaintenance Programs 56 FLORIDA PARKING CONSULTING & STUDY EXPERIENCE Miami Springs Parking Analysis Miami Springs MIMO 2nd Avenue Parking Study Miami MIMO Biscayne Blvd Parking Study Miami Coconut Grove Post Office Site Analysis Miami Miami Performing Arts Center Parking Study Miami Brickell View Center Parking Study Miami Miami Beach Parking Rate Analysis Miami Beach Green Cove Springs Parking Analysis Green Cove Springs Harry P Leu Gardens Parking Study Orlando Broward County Convention Center Parking Study Fort Lauderdale North Fort Lauderdale Parking Study Fort Lauderdale North Fort Lauderdale Parking Study Fort Lauderdale City of Clearwater Aquarium Parking Study Clearwater City of Clearwater Pelican Walk Parking Study Clearwater City of Clearwater Financial Study Clearwater City of Clearwater Owner's Rep Services Clearwater City of Clearwater Parking Study Clearwater City of Clearwater Beach Hotel Study Clearwater Coral Gables Pay Stations Study Coral Gables City of Coral Gables Parking Study Coral Gables University of Miami Shared Use Parking Study Coral Gables University of Miami Health Parking Study Coral Gables City of Jacksonville Study Jacksonville Mayo Clinic Parking Supply/Demand Study Jacksonville City of Ormond Beach Parking Study Ormond Beach City of Pensacola Parking Study Pensacola City of Dunedin Parking Study Dunedin City of Treasure Island Parking Study Treasure Island Kravis Center for Performing Arts Parking Study West Palm Beach Palm Beach Convention Center Parking Study Palm Beach Pensacola Mixed Use Parking Study Pensacola North Bay Village Parking Study North Bay Village University of Tampa Parking Study Tampa City of Tampa Parking Study Tampa 57 PARKING STUDY & PLANNING EXPERIENCE City of Athens Parking Demand Study Athens, GA City of Dahlonega Parking Study Dahlonega, GA City of Rome Parking Study Rome, GA City of Richmond Downtown Parking Assessment Richmond, VA Arlington County Parking Consulting Arlington, VA City of Wrighstville Beach Parking Study Wrightsville, NC Kennesaw State University Parking Master Plan Kennesaw, GA Lancaster General Hospital Parking Study Lancaster, PA Allentown Parking Authority Feasibility Study Allentown, PA East Liberty District-Wide Parking Study Pittsburgh, PA Borough of Jenkintown Master Plan Jenkintown, PA Norristown Feasibility Study Norristown, PA Villanova University Parking Study Villanova, PA 51st Street Lot-Parking Study West New York, NJ Asbury Park Parking Planning and Design Asbury Park, NJ Bergen County Parking Demand Study Hackensack, NJ Bloomfield Parking Study Bloomfield, NJ City of Summit Parking Consulting Summit, NJ Croton on Hudson LPR Study Croton on Hudson, NY East Brunswick Commuter Parking Demand East Brunswick, NJ East Orange Brick Church Shared Parking East Orange, NJ Great Falls Parking Facility Feasibility Paterson, NJ Hamilton Development Parking Analysis Somerset, NJ Metuchen Dowtown Parking Study Metuchen, NJ Metuchen District Development Shared Parking Study Metuchen, NJ Newark Greent Street Mixed-Use Parking Study Newark, NJ Newark On-Street Meter Study Newark, NJ Pier Place Mixed-Use Parking Structure Long Branch, NJ Plainfield On-Call Parking Consultant,Plainfield, NJ Plainfield Master Plan Plainfield, NJ Avalon West Windsor Parking Consulting Princeton Junction, NJ Plainfield The Green Building Plainfield, NJ Princeton Lake Campus Garage Concepts Princeton, NJ 58 SECTION 4 Proposed Scope of Services 59 CITY OF SOUTH MIAMI PARKING STUDY PROPOSED SCOPE OF SERVICES / METHODOLOGY Study Administration, Data Gathering, and Meetings 1. Data Request and Review - THA will obtain all relevant information regarding the conditions that are specific to the study. We will provide an information request to the City for pertinent information to the parking study including but not limited the following:  Map of all existing public parking areas including rates, capacity, user restrictions, time-limits, hours of operation, and equipment installed.  Map of desired study area.  Organizational Chart (Parking Operations and Management)  Parking rates by location.  Historical parking and citation revenue and operational expenses.  Existing technology (hardware and software) used to operate the parking system including details on how the technologies are integrated into the City's enforcement, permitting, and revenue control systems.  Zoning Ordinance regarding parking in the study area – parking design requirements and policies.  Planned new development projects in the study area.  Previous parking studies. 2. Project Kick-Off Meeting – THA will meet with the City representatives managing the study to discuss and confirm the study area / sites, scope of work, study schedule, procedures, and concerns about parking in the study area. Confirm the expectations and goals for the study. THA will prepare an agenda in advance of the meeting and take minutes to define action items which we will share shortly after each meeting. Some of the issues to be covered at the Kick-Off Meeting include:  What are the existing parking challenges in the study area?  What are the most critical parking issues from the perspective of City staff, developers, residents, merchants, visitors, and other stakeholders?  What are the opportunities to improve the existing parking regulations, conditions, policies, etc.? 3. Project Management and Monitoring - We anticipate that we will meet virtually every two (2) weeks with the City to update the City staff on the status of the study and maintain the project schedule, coordinate any outstanding items, and discuss any questions or issues regarding the study. THA will take minutes to define action items which we will share shortly after each meeting. 4. Stakeholder Meeting - THA will coordinate with the City to conduct a stakeholder focus group meeting, if desired, to discuss parking issues and opportunities. The focus group may include downtown merchants, 60 2 downtown representatives, developers, and nearby residents. These stakeholder sessions will allow THA to investigate and evaluate concerns in the study area. Parking Demand and Future Adequacy Analysis THA will conduct a parking adequacy analysis to identify existing and future parking demand and to understand existing parking conditions, dynamics, and challenges in the study area. The intent of this analysis is to accurately measure the actual parking demand and project the future need. This analysis will inventory existing parking resources in the study area, measure the existing demand and estimate how parking demand may change in the future. THA will consider anticipated development in the study area, lease up of vacant retail space, and modifications to any of the existing parking resources to project the need for additional parking in the near future (5-7 years). To undertake the Parking Demand and Future Adequacy Analysis we will perform the following: 1. Parking Inventory - THA will compile a comprehensive inventory of the parking in the study area to include on-street parking and public off-street facilities. We will also inventory private parking resources of adequate size to be potentially shared or utilized as public parking. The inventory will include number of spaces, location, time limits, user restrictions, rates (if any), and hours of operation, etc. We will also inventory bus stops, loading zones, electric vehicle charging stations, reserved spaces, and ADA-accessible parking. We will work with the City to confirm the supply, its users, and any unique issues associated with both the on- and off-street parking supply. We will summarize the results of the parking inventory and present them graphically on maps and charts. The data will also be presented on maps and spreadsheets in the final report. 2. Occupancy Counts – THA will perform occupancy counts for all on-street parking and public off-street lots and private parking facilities (as referenced in item #5) within the study area on a typical busy day, evening, and weekend. The occupancy analysis will determine the pattern of parking utilization throughout the day / evenings / and weekend. We will work with the City to select data collection days and times which are appropriate to provide meaningful, typical, and accurate information as the parking demand may fluctuate. We anticipate conducting five (5) total counts throughout each day. Our proposed schedule, subject to City input and approval, is as follows: Data Collection Day Data Collection Time Typical Weekday 10am-8pm Typical Weekend 10am-8pm We will observe and note any general observations of on-street and off-street parking patterns such as areas most impacted by high parking demand, as well as locations and times that are inundated with particular types of parkers, including business employees, residents, restaurant patrons, visitors, etc. This analysis will categorize any specific areas that have parking shortages and surpluses or unique conditions like high levels of illegal parking. 61 3 3. Future Parking Demand - To assess future parking demand in the study area, THA will meet with the City to review and confirm any anticipated development projects. We will document the amount of anticipated new development by square footage, land use, tenant mix, number of units, amount of parking, etc. We will then estimate the potential parking demand associated with any proposed developments to determine the probable parking needs. We will identify the amount of parking to be provided as part of the new development and project any anticipated shortages associated with the new projects. To determine the increase in parking demand from changes in normal growth (population, etc.), we will perform historical population research by census tracts in the study area and the City. 4. Parking Demand and Future Adequacy Analysis Presentation and Summary – The findings of the analysis will be summarized as follows:  Existing parking demand and utilization (average and peak parking occupancy) using charts and a “heat map”, to visually illustrate and summarize the parking demand data, delineating areas and times with high and low utilization. The results of the occupancy survey analysis will also be summarized in color coded graphics, maps, and tables to clearly identify areas and facilities that are at capacity or underutilized.  Future demand based on anticipated development projects and normal growth and any modifications to the existing public parking inventory.  We will work with the City to quantify and confirm anticipated future parking supply and demand changes within the study areas based on any new development and reuse of existing parking resources.  We will project the parking shortage or surplus (adequacy) of parking in the study area over the next 5- 7 years. Parking Operations, Ordinance, Policy, Wayfinding, and Communications THA will undertake a review of the study areas parking operations, policies, ordinances, wayfinding, communications and TDM strategies as follows: 1. Parking Operations and Policy Review - THA will review the operations and management of the City’s public parking system and identify opportunities for enhancement and adoption of best practices to maximize the utilization of existing parking resources. We will perform a review of the City’s parking management, strategies, and enforcement to identify opportunities for enhancement. Our objective is to identify any strategies to improve the City’s parking conditions including user convenience, enhanced availability, the sharing of private parking assets, expanded residential permit parking (RPP)areas, and the ability to implement and support alternative TDM / mobility initiatives such as bike share, scooter share, etc. THA will make recommendations to improve utilization and oversight of the parking system including:  Study area parking ordinances, regulations, and restrictions. 62 4  Existing parking enforcement and any recommended adjustments.  Improvements to the organizational and administrative structure of parking management functions.  Review of parking related operating expenses.  Identification of training and certifications that parking staff should obtain to successfully carry out their responsibilities. 2. Residential Zones and Program Review – THA will review the existing Residential Permit Parking Program (RPP) and locations and provide recommendations as to the following:  Potential expansion of RPP areas based on existing conditions and future development.  Potential fee for permits and number to be issued per household.  A summary of peer community RPP regulations and policies applicable to South Miami. 3. Shared Parking Opportunities – THA will evaluate opportunities to share private parking resources to mitigate the present and future need for new parking facilities and look specifically for sites of adequate size with excess availability to share with the general public or other land uses. We will outline the necessary action steps for the municipality to administer, formalize, and induce private property owners to participate in a municipally sanctioned shared parking initiative. 4. Parking Fee Review – THA will evaluate opportunities to amend the City’s parking fee structure to incentivize the wider use of all parking locations and generate revenue to support enhanced parking operations and facilities, and other downtown improvements. THA will outline parking pricing recommendations based on demand, location, users, length of stay, parking fees of peer municipalities, etc. THA will evaluate the opportunities and benefits of both demand based pricing and progressive pricing models to help better distribute parking demand. 5. Parking Technology Review – THA will review parking fee payment, enforcement, pay-by-cell, occupancy monitoring, and permitting technologies based on the following criteria and make any recommendations regarding upgrades.  Capital and operating cost.  Convenience for users.  Ease of price adjustments and merchant validations.  Ease of integration with enforcement.  Data collection to inform future parking pricing and management strategies. 6. Centralized Valet Review – Based on the parking Demand and Future Adequacy Analysis, THA will develop a preliminary analysis of the viability of a centralized valet in the study area to include the following:  Parking demand / needs assumptions.  Recommended days of the week and hours of operation to meet parking needs.  Valet plan to include number of staff, location of storage of vehicles. 63 5  Expenses projections to include payroll and benefits, operating expenses, and management fee.  Revenue projections to offset the valet operating costs. 7. Commercial Loading Zone Program Review – Curb space is a valuable municipal asset and well-functioning public right of way is critical to supporting the quality of life, safety, and economic vitality of the city of South Miami. The high demands for loading zones given commercial activity, e-commerce, micro mobility, etc. are rapidly changing how curbs are used. Accordingly, THA will perform an assessment of the City’s commercial loading zone program as follows:  The location of loading zones to best serve the study area.  The observed occupancy of loading during our field work and occupancy counts.  Number of permits issued per business.  The opportunity to implement “smart loading zones” and monitor occupancy in real time occupancy and session data to enhance city staff's operational capabilities, as currently being deployed by other public parking entities including the Miami Parking Authority and Miami-Dade County. 8. Parking Wayfinding Review - A proper wayfinding and signage program can greatly improve all aspects of a coordinated parking program for the City including assisting visitors to find downtown parking facilities and thereby reduce frustration and extraneous vehicular circulation. For this task, THA will:  Review the existing parking signage to determine the extent to which it conveys an identifiable style or “brand” for the City, is clear and understandable, and represents the character of the City.  Perform a field audit of the study area to identify existing wayfinding signage and map any additional or replacement signage at the most effective locations in directing travelers to public parking facilities. 9. Parking Communications Review – THA will evaluate the City’s communications program to inform its residents, downtown merchants, employees, shoppers, commuters, and the public on how parking operates in South Miami. The objective of promoting a parking system is to transform what can often be perceived as a negative image into a positive one. THA will evaluate existing communication materials and mediums related to the parking system and recommend opportunities to improve parking-related communications, the use of social media, and web-based communications mediums, parking FAQ’s, maps, etc. Parking Design and Standards Review 1. Parking Geometrics and Signage Review - THA will conduct a review of the City’s zoning requirements and the actual public parking supply in the study area related to the specifications for parking geometrics including stall and drive aisles dimensions, accessibility signage, and other related information relevant to the design of public parking. THA will undertake review on-street parking, surface lots and the public parking garage in the study area. 64 6 Draft and Final Report / Public Presentation 1. Draft Report - THA will prepare a DRAFT report summarizing findings and recommendations of the study for the City’s review and comment. We will also include an implementation summary outlining the recommendations and the necessary actions to implement parking recommendations and strategies. The report will include charts, graphs, tables, photos, illustrations, and narratives necessary to communicate the study findings and recommendations. 2. Final Report - Upon review of the DRAFT and the provision of comments by the City regarding the study, THA will prepare and submit the FINAL report. 3. Final Presentation - THA will coordinate with the City to undertake a presentation of the report. 65 SECTION 5 Previous Projects 66 City of Green Cove Springs Downtown and US 17 Corridor Parking Study THA Consulting, Inc. (THA) was retained by the City of Green Cove Springs to perform a parking supply and demand study in the downtown area along the US 17 Corridor. The intent of the study was to inventory and assess the availability of public and private parking in the Downtown area, and to provide targeted recommendations to help address real and perceived parking concerns, and to support the City’s resurgence, enhance its residential quality of life, encourage community core growth, and increase the downtown vibrancy. Green Cove Springs has 29 major event days throughout the year, which triggers significant impact on parking. THA made recommendations specifically for event parking, including use of a trolley or circulator-type transit service during medium to large events and approaching private parking resource for use of their facilities on event days. Other recommendations included striping all existing on-street parking spaces within the study area, replacing faded and weathered signs throughout the City, implementing time restrictions for on-street spaces to restrict overnight parking, and installing “No Parking” signage on certain blocks to avoid the creation of additional vehicular/pedestrian conflicts from illegal parking in this area. CLIENTCity of Green Cove Springs LOCATIONGreen Cove Springs, FL PROJECT DATESOctober 2021 - February 2022 REFERENCEMichael Daniels, AICPPlanning and Zoning DirectorCity of Green Cove Springs, FLmdaniels@greencovesprings.com(904) 297-7049 67 City of Miami Springs Parking Analysis THA Consulting, Inc. (THA) was retained by the City of Miami Springs to perform a Parking Analysis in efforts to develop a strategic plan to increase the safety and accessibility of the City’s transportation facilities and to improve parking access within the study area. THA reviewed the existing on and off-street parking options and identified any deficiencies, surpluses, and opportunities to enhance connections to public transportation and support multi-modal transportation. After assessing the city’s current parking inventory and present utilization, our team determined future parking demand based on retail lease up, any pending development, and natural growth of the area and project future parking adequacy. THA identified opportunities to maximize the utilization of existing parking assets and expand the parking supply as needed. Additionally, THA provided parking management and operational recommendations to support access to Miami Spring’s vibrant downtown and adjacent residential areas within the study area. CLIENTCity of Miami Springs LOCATIONMiami Springs, FL PROJECT DATESJanuary 2023 - August 2023 REFERENCETammy RomeroAssistant City ManagerCity of Miami Springs(786) 229-9758romerot@miamisprings-fl.gov 68 City of Clearwater Parking Management Support Services THA was retained by the City of Clearwater to provide Parking Management Support Services. THA served the City of Clearwater by providing support to the Assistant Parking Manager during the vacancy of their Parking Manager position. Responsibilities included: development and implementation of parking system programs to improve efficiencies and provide city-wide standardizations that would be easier to manage, recommended parking policies, researched and analyzed parking data to present detailed and comprehensive financial impacts and revenue forecasting for the City. THA also prepared bid specifications for the City’s new parking management software and license plate recognition (LPR) systems, and assisted with troubleshooting the integration of the parking management and LPR systems. CLIENTCity of Clearwater LOCATIONClearwater, FL PROJECT DATESJuly 2020 - January 2021 REFERENCESue TellierAdministrative AnalystCity of Clearwater(727) 562-4750sue.tellier@myclearwater.com 69 City of Coral Gables Parking Study The City of Coral Gables engaged THA Consulting, Inc. (THA) to evaluate the potential impact on parking, should the City decide to move forward with one of three streetscape improvements. THA teamed with Chance Management (CMA) to perform this complex study. Downtown Coral Gables is comprised of retail, restaurant, office, residential and civic land uses. The City plans to improve the appearance of downtown and create a ‘people place’ that is more pedestrian friendly. One of the proposed streetscape improvements will expand the sidewalk, improve lighting and streetscape fixtures, and convert angled parking to parallel parking. The change in parking will result in a loss of approximately 70 parking spaces. The City was interested in understand the impact from the loss of those spaces, and whether or not other parking facilities in the area had excess capacity to compensate for the displaced spaces now and in the future. Along with evaluating the current and future parking adequacy, THA conducted a review of the existing trolley system, security, wayfinding and signage, conditions of the parking facilities, operational and management practices, and the financial performance of the parking system. This multi-faceted approach allowed THA to develop a macro view of the entire parking system and how it relates to the downtown area. Public involvement and partnerships played a key role in the success of this study. The THA team had regular contact with City staff, the Business Improvement District, the Coral Gables Chamber of Commerce, the Parking Advisory Board, residents, visitors, and downtown business owners. Public opinion was elicited through downtown pedestrian surveys and a business owner survey. Further, THA conducted a formal public presentation at the conclusion of each study phase to maintain open communication channels between the team and the general public. CLIENTCity of Coral Gables LOCATIONCoral Gables, FL PROJECT DATESApril 2018 REFERENCEKevin KinneyDirector, Parking DepartmentCity of Coral Gables(305) 460-5540kkinney@coralgables.com 70 Town of Westfield On Call Parking Consulting Services THA was retained by the Town of Westfield to provide parking consulting services to assist the Town with the identification, evaluation, and development of parking planning, utilization, and strategies to support redevelopment initiatives adjacent to the train station. THA evaluated the pre-COVID and existing parking utilization and redistributed the proposed parking supply to different user groups based on the projected parking demand. THA also proposed different strategies to reduce the parking demand to accommodate the Town’s goal for the future development project. A new parking rate structure was developed for on and off- street parking to address the Town’s need for adequate revenue generation to support parking management improvements, parking facility capital maintenance, and the development of new parking facilities or other mobility options. THA continues to provide the Town with On-Call parking consulting services as needed. CLIENTTown of Westfield LOCATIONWestfield, NJ PROJECT DATESSeptember 2021 - Present REFERENCEJames GildeaTown AdministratorTown of Westfield(908) 789-4041administrator@westfieldnj.gov 71 SECTION 6 Proposer’s Qualifications 72 WW W. T HA - C O N S U L T I N G . C O M PROPOSER’S QUALIFICATIONS THA Consulting (formerly known as Timothy Haahs and Associates) is a nationally recognized consulting, planning, design, and engineering firm that specializes in parking and urban mobility. THA Consulting (THA) has completed over 1,000 parking projects and 1,00,000 spaces in the past 30 years and has a proven record of providing outstanding parking planning and study services that exceed client expectations. THA has outstanding capabilities and hands-on municipal parking management experience to successfully work with the City of South Miami (the “City”) and its stakeholders to undertake the requested Study, THA’s experience in both performing parking studies of this nature, our hands-on management of municipal parking systems, and our present provision of on-call consulting services to several municipal parking systems provides us with outstanding capabilities to assist the City with this Study. In addition to our extensive municipal parking management and consulting experience, THA is committed to providing the City with exceptional service and innovative, yet practical, recommendations related to the Study. We will work collaboratively with City staff and stakeholders to undertake the project and identify recommendations that are specific to South Miami. Lastly, in addition to our technical and professional capabilities, responsiveness and client service are the hallmarks of the THA Team. Our management approach includes keeping our clients informed and engaged throughout the Study and going the extra mile and making every effort to exceed expectations. THA’s extensive experience with numerous similar projects facilitates responsiveness and quality-yielding coordination. THA is aware of the importance of effective parking planning, management, and development for our clients, including universities, medical institutions, transit agencies, developers, and municipalities. THA regularly performs supply and demand analyses, functional design studies, financial feasibility studies, site analysis studies, shared parking analyses, and due diligence reports. We seek to provide our clients with these services to evaluate and support their parking systems, as well as provide recommendations for improvement. Roamy Valera will serve as THA’s Project Manager for the South Miami Parking Study, with the support of the other THA personnel presented in this submission. Please refer to the resumes in Section 7 for further detail. 1.7.5.1 Service and Incorporation THA Consulting, Inc. has been in business and continuous operation and service and incorporated in the State of Florida for 27 years. Prior to 2020, our firm was operating under the business name Timothy Haahs & Associates, Inc. 1.7.5.2 Licenses THA is appropriately licensed in the State of Florida to perform the services outlined in the RFP. 73 74 State of Florida Department of State I certify from the records of this office that THA CONSULTING, INC. is a Pennsylvania corporation authorized to transact business in the State of Florida, qualified on April 14, 1997. The document number of this corporation is F97000001910. I further certify that said corporation has paid all fees due this office through December 31, 2024, that its most recent annual report/uniform business report was filed on January 17, 2024, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-third day of February, 2024 See,ref(1ry of Tracking Number: 7235740573CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication SECTION 7 Personnel Qualifications /Key Staff 75 Principal In Charge/Project ManagerRoamy Valera, CAPPExecutive Vice President / Project Manager ORGANIZATION CHART - PROJECT TEAM Parking SpecialistJim Zullo, CAPP, PP, AICPPresident Assistant Project ManagerVicky Gagliano, CAPP, LEED AP, AICPDirector of Parking Planning Parking AnalystEric MenzelParking & Mobility Specialist 76 ROAMY VALERA, CAPPExecutive Vice President/Project Manager EXPERIENCE Roamy Valera, CAPP, serves THA Consulting’s Miami and Atlanta offices as a parking specialist, focusing on providing industry leading planning, design and parking consulting services. He leads strategic planning initiatives to identify new market opportunities, develop business relationships, and expand the firm’s client base. This involves assessing emerging trends in urban development, transportation, and parking technology to stay ahead of industry shifts. An internationally respected leader with more than 34 years of industry experience including 11 years as a public administrator. A results-oriented professional with a proven success and track record in developing market verticals in the technology, parking, mobility and transportation industry. Critical thinker and adept negotiator who can apply extensive knowledge of industry trends, coupled with institutional and private sector expertise and contacts to develop business relations and growth opportunities. Consistently building and leading high performing teams. He has also served as president of Automotus, a leading curb-management and climate-tech company helping cities monetize increased commercial vehicle traffic at the curb. Roamy also led PayByPhone as its Chief Client Officer responsible for overseeing the leading mobile payments provider global market client’s growth and client’s retention. He originally joined the company as the CEO of US & Canada where he excelled in growing and expanding the company’s NA footprint, users and annual transactions. In 2017, Roamy founded NewTown Advisors, a boutique executive management and business growth consulting practice representing a long list of national and international clients. He built his reputation in the municipal and institutional markets as a senior executive with SP Plus. Roamy is also known throughout the industry as an industry visionary. As past chair of the International Parking and Mobility’s board of directors, he has been instrumental in the industry’s evolving focus on Mobility as a Service (MaaS), and he brings this expertise and a commitment to reducing the friction and removing the pain associated with parking and mobility. Before founding NewTown Advisors he served as a senior executive with SP+ , where he was responsible and accountable for the municipal, higher-education and healthcare vertical markets. He also has extensive parking operations and management experience in both the private and public sectors. YEARS OF EXPERIENCE 34 Years EDUCATION Barry University, BA Public Administration, 1989 PREVIOUS EXPERIENCE Miami Parking Authority, Deputy Director SP+, Senior Executive PayByPhone, Chief Client Officer Automotus, President PROFESSIONAL AFFILIATIONS Florida Parking and Transportation Association (FPTA) International Parking & Mobility Institute (IPMI) - Past Chairman of the Board CERTIFICATIONS Certified Administrator of Public Parking (CAPP) CONTACT INFORMATION (954) 559-1744 rvalera@tha-consulting.com PROJECT ROLEPrincipal In Charge/Project Manager 77 VICKY M. GAGLIANO, MBA, CAPP, LEED AP, AICP, PARKSMARTDirector of Parking Planning & Mobility Consulting RELEVANT PROJECT EXPERIENCE City of Miami Springs Parking AnalysisMiami Springs, FLProject Manager. THA Consulting, Inc. (THA) was retained by the City of Miami Springs to perform a Parking Analysis in efforts to develop a strategic plan to increase the safety and accessibility of the City’s transportation facilities and to improve parking access within the study area. After assessing the city’s current parking inventory and present utilization, THA determined future parking demand based on retail lease up, any pending develop-ment, and natural growth of the area and project future parking adequacy. THA also identifyied opportunities to maximize the utilization of existing parking assets and expand the parking supply as needed. City of Green Cove Springs Downtown and US 17 Corridor Parking StudyGreen Cove Springs, FLProject Manager. THA Consulting, Inc. (THA) was retained by the City of Green Cove Springs to perform a park-ing supply and demand study in the downtown area along the US 17 Corridor. The intent of the study was to in-ventory and assess the availability of public and private parking in the Downtown area, and to provide targeted recommendations to help address real and perceived parking concerns, and to support the City’s resurgence, enhance its residential quality of life, encourage community core growth, and increase the downtown vibrancy. City of Jacksonville Parking StudyJacksonville, FLProject Manager. THA was retained by the City of Jacksonville for the purpose of developing short and long-range solutions to the City of Jacksonville’s Downtown parking and provide recommendations as to the feasibility of establishing residential on-street parking programs. The study area was roughly a 300-block zone surrounding Downtown Jacksonville, and was divided into eleven separate sub-areas. The sub areas allowed THA to focus on the unique characteristics and challenges faced within individual districts. City of Coral Gables Parking Study Coral Gables, FLProject Manager. For the City of Coral Gables, THA evaluated the potential impact on parking of the City’s po-tential plans to three streetscape improvements. THA conducted a review of the existing trolley system, security, wayfinding and signage, conditions of the parking facilities, operational and management practices, and the financial performance of the parking system. This multi-faceted approach allowed THA to develop a macro view of the entire parking system and how it relates to the downtown area. City of Clearwater Parking Consulting ServicesClearwater, FLProject Manager. For the City of Clearwater, THA performed parking consulting services to evaluate the impact of new improvements to the downtown parking system. THA reviewed and updated the City’s previous down-town parking study, as these improvements were not in place prior to its completion. Improvements included increased retail and restaurant establishments along the Cleveland Street District, and a higher downtown office occupancy rate. The parking study determined that current parking system can support the anticipated future growth of all downtown features. MiMo Second Avenue Parking StudyMiami, FLProject Manager. For the Miami Parking Authority (MPA), THA conducted a comprehensive supply/demand analysis, transportation analysis along the City’s Second Avenue, as well as a preliminary financial analysis which addresses the financial impact of the study’s recommendations. THA assessed that the Second Avenue district did not have a current or future shortage of parking. THA also recommended that the City and the MPA monitor the area, and reassess the progress of development, growth, and revitalization regularly over the next five to ten years. YEARS OF EXPERIENCE 24 Years EDUCATION University of Florida, Bachelor of Business Administration, 1997 University of South Florida, Master of Business Administration, 2000 PROFESSIONAL AFFILIATIONS Florida Parking and Transportation Association (FPTA) American Planning Association (APA) International Parking & Mobility Institute (IPMI) CERTIFICATIONS Certified Administrator of Public Parking (CAPP) LEED Accredited Professional Certified Parking Professional (CPP) (National Parking Association) VEFS (SAE) American Institute of Certified Planners (AICP) PUBLICATIONS Into the Unknown, Parking & Mobility, July 2022 How to Create Quality Linkages, The Parking Professional, March 2011 Win-Win Parking Strategies, Planning Magazine, May/June 2010 CONTACT INFORMATION (813) 990-7733 vgagliano@tha-consulting.com PROJECT ROLEAssistant Project Manager 78 JAMES M. ZULLO, AICP, PP, CAPP, LEED APPresident RELEVANT PROJECT EXPERIENCE City of Miami Springs Parking AnalysisMiami Springs, FLProject Manager. THA Consulting, Inc. (THA) was retained by the City of Miami Springs to perform a Parking Analysis in efforts to develop a strategic plan to increase the safety and accessibility of the City’s transportation facilities and to improve parking access within the study area. After assessing the city’s current parking inventory and present utilization, THA determined future parking demand based on retail lease up, any pending development, and natural growth of the area and project future parking adequacy. THA also identifyied opportunities to maximize the utilization of existing parking assets and expand the parking supply as needed. City of Green Cove Springs Downtown and US 17 Corridor Parking StudyGreen Cove Springs, FLProject Manager. THA Consulting, Inc. (THA) was retained by the City of Green Cove Springs to perform a parking supply and demand study in the downtown area along the US 17 Corridor. The intent of the study was to inventory and assess the availability of public and private parking in the Downtown area, and to provide targeted recommendations to help address real and perceived parking concerns, and to support the City’s resurgence, enhance its residential quality of life, encourage community core growth, and increase the downtown vibrancy. New Brunswick Parking Authority Advisory ServicesNew Brunswick, NJPrincipal in Charge. THA provides the New Brunswick Parking Authority with professional parking consulting and advisory services on a regular basis. THA represents and advises the Authority throughout design and construction of various parking related projects. Services begin in the preliminary schematic design phase and continue through the end of construction, including 11th month walkthroughs. THA also provides comprehensive Owner’s Representative services, to protect the interests of the Authority during each phase of the planning, design and construction process. Township of Woodbridge Parking Study ServicesWoodbridge, NJProject Manager THA was retained by the Township of Woodbridge to provide a number of parking study services. A parking adequacy study was performed to provide an analysis of the existing parking supply and identify strategies to maximize parking utilization. This study looked at existing parking conditions on a normal day, as well as anticipated parking demand associated with proposed future developments. THA also evaluated two potential sites for possible development of a new parking facility. This study addressed a number of garage feasibility issues including size, cost, aesthetics, and feasibility of mixed-use integration. In addition, the parking study included the development of a preliminary financial / break even analysis to estimate the potential project financing and operational costs for the new parking facility in the Township. City of Malden Downtown Parking StudyMalden, NJProject Manager. For the City of Malden, THA provided parking consulting services as a sub consultant to Weston & Sampson to undertake a Parking Adequacy Study; Parking Operations Review; Parking Site Feasibility Study; and Existing Parking Facilities Façade Enhancement. The parking adequacy study included an analysis for the existing parking supply in the study area and the identification of strategies to reduce on-street parking utilization and increase overall garage usage. This assessment looked at existing parking conditions, as well as anticipated parking demand associated with proposed future developments. Borough of Metuchen Downtown Parking AssessmentMetuchen, NJPrincipal in Charge. For the Borough of Metuchen, THA performed a parking assessment to plan for the future growth of the downtown area. THA analyzed the current parking supply, its users, and unique issues associated with the Borough’s various facilities. THA also performed occupancy counts for all spaces within the study area, and identified areas of shortages and the number of new spaces required to meet them. The study helped to address future parking demands, as well as determine proactive methods to alleviate these issues. YEARS OF EXPERIENCE 36 Years EDUCATION Tulane University, Bachelor of English and Communications, 1983 New York University, Real Estate Institute, Diploma in Real Estate, Investment Analysis Concentration, 1989 Rutgers University, Master of City and Regional Planning, 1996 PROFESSIONAL AFFILIATIONS American Planning Association International Parking & Mobility Institute New Jersey Parking Institute New York State Parking and Transportation Association Urban Land Institute PUBLICATIONS Parking and Transit Oriented Development - Has COVID Cooled a Hot Market? IPMI Magazine, 2021 Parking Planning for Transit Oriented Development, Urban Land Institute Magazine, 2011 CONTACT INFORMATION (732) 816-4407 jzullo@tha-consulting.com PROJECT ROLEParking Specialist 79 ERIC MENZELParking Planning & Mobility Specialist RELEVANT PROJECT EXPERIENCE Bethlehem Parking Authority On-Street Dynamic PricingBethlehem, PAParking Planning & Mobility Specialist. THA assisted the Bethlehem Parking Authority with the evaluation and development of on-street parking pricing strategies to maximize the utliization and the availability of the City’s on-street parking assets for intended users. The purpose of the iniative was to identify and review “best practice” parking pricing strategies appropriate for Bethlehem, including demand-based pricing, progressive pricing, and dynamic pricing models. The intent was to encourage better use of the city’s on-street parking for downtown business patrons and short-term parkers. City of Plainfield Parking StudyPlainfield, NJParking Planning & Mobility Specialist. THA conducted a comprehensive review of the City’s parking conditions and operations to identify and recommend parking strategies and potential ordinance chages to help support the City’s economic development, future growth, and residential quality of life. THA provided a summary of recommendations to improve utilization, availability, and oversight of the parking system including modifications to parking ordinances, regulations, and restrictions, parking rates, and organizational/administrative structure of parking management functions. Metuchen Parking Authority Interim ManagementMetuchen, NJParking Planning & Mobility Specialist. THA is providing Interim Parking Management & Consulting services to facilitate the transition of the management of MPA’s activities and operations resulting from the retirement of its Director. THA will undertake these interim management and consulting services for appoximately six months while the MPA secures a new Parking Operator. Metuchen Parking Authority OutsourcingMetuchen, NJParking Planning & Mobility Specialist. THA assisted the Metuchen Parking Authority in developing an RFP to outsource components of their parking operations to third party parking management entities. The MPA and Brougouh of Metuchen sought to procure the services of a parking operator to operate the parking system and to improve efficiency and user convenience throughout the Borough. Key components for outsourcing included administration, meter and pay station management, enforcement, facility maintenance, and patron convenience related to existing Borough parking assets. Little Falls Master Plan Parking AnalysisLittle Falls, NJParking Planning & Mobility Specialist. THA provided parking consulting services as part of the Little Falls Master Plan development. THA identified and recommended appropriate parking and mobility planing and management initiatives to effecitvely maximize the utilization of existing parking assets and ensure parking is planned, managed, and developed in accordance with the Township’s expectations. AvalonBay Middletown Shared Parking Middletown, NJParking Planning & Mobility Specialist. THA is conducting a shared parking anlaysis related to the parking component of the River Centre Redevelopment project in Middletown, NJ. The developmen program consists of the River Centre Office Complex, 340 residential units, a retail pad site, and a parking structure. The shared parking analysis will assess whether the site’s parking component provides adequate parking to replace the office surface parking displaced by the redevelopment plans, and the parking necessary for the new residential units and retail space. YEARS OF EXPERIENCE 1 Year EDUCATION Rutgers University, BS Urban Planning and Design, 2023 CONTACT INFORMATION (609) 351-5406 emenzel@tha-consulting.com PROJECT ROLEParking Analyst 80 SECTION 8 Insurance Certificate 81 12/8/2023 Fenner & Esler Agency, Inc 467 Kinderkamack Road P. O. Box 60 Oradell NJ 07649-0060 Timothy P. Esler (201)262-1200 (201)262-7810 certs@fenner-esler.com THA Consulting, Inc. 470 Norristown Rd. Suite 200 Blue Bell PA 19422 Continental Casualty Company 20443 Nat'l Fire Ins. Co of Hartford 20478 American Casualty Co of Reading, PA 20427 Berkley Insurance Company 32603 Master 23-24 A X X X includes contractual liability & XCU X X 4024368244 12/31/2023 12/31/2024 coverage per policy terms & conditions Includes coverage within 50' of RR 2,000,000 300,000 10,000 2,000,000 4,000,000 4,000,000 B X 4024368258 12/31/2023 12/31/2024 1,000,000 A X X X 0 B4024368339 12/31/2023 12/31/2024 5,000,000 5,000,000 C N WC 424368275 12/31/2023 12/31/2024 X 1,000,000 1,000,000 1,000,000 D Professional & Contractor's AEC-9068004-02 6/30/2023 6/30/2024 Per Claim Limit $5,000,000 Pollution Liability Per Claim Deductible: $75k Aggregate Limit $5,000,000 Additional Insured - Certificate Holder as respects general liability where required by written contract. Cyber Liability, Policy No. H23NGP220769-01, Eff: 12/31/23-12/31/24; Tokio Marine HCC; Lim: $2M. PL Retroactive Date: March 24, 1994. Evidence of Coverage Timothy Esler/KATHY The ACORD name and logo are registered marks of ACORD CERTIFICATE HOLDER ©1988-2014 ACORD CORPORATION.All rights reserved. ACORD 25 (2014/01) AUTHORIZED REPRESENTATIVE CANCELLATION DATE (MM/DD/YYYY)CERTIFICATE OF LIABILITY INSURANCE LOCJECTPRO-POLICY GEN'L AGGREGATE LIMIT APPLIES PER: OCCURCLAIMS-MADE COMMERCIAL GENERAL LIABILITY PREMISES (Ea occurrence)$DAMAGE TO RENTED EACH OCCURRENCE $ MED EXP (Any one person)$ PERSONAL &ADV INJURY $ GENERAL AGGREGATE $ PRODUCTS - COMP/OP AGG $ $RETENTIONDED CLAIMS-MADE OCCUR $ AGGREGATE $ EACH OCCURRENCE $UMBRELLA LIAB EXCESS LIAB DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (ACORD 101, Additional Remarks Schedule, may be attached if more space is required) INSRLTR TYPE OF INSURANCE POLICY NUMBER POLICY EFF(MM/DD/YYYY)POLICY EXP(MM/DD/YYYY)LIMITS PER STATUTE OTH- ER E.L.EACH ACCIDENT E.L. DISEASE - EA EMPLOYEE E.L. DISEASE - POLICY LIMIT $ $ $ ANY PROPRIETOR/PARTNER/EXECUTIVE If yes,describe under DESCRIPTION OF OPERATIONS below (Mandatory in NH) OFFICER/MEMBER EXCLUDED? WORKERS COMPENSATION AND EMPLOYERS' LIABILITY Y / N AUTOMOBILE LIABILITY ANY AUTO ALL OWNED SCHEDULED HIRED AUTOS NON-OWNED AUTOS AUTOS AUTOS COMBINED SINGLE LIMIT BODILY INJURY (Per person) BODILY INJURY (Per accident) PROPERTY DAMAGE $ $ $ $ THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSD ADDL WVD SUBR N / A $ $ (Ea accident) (Per accident) OTHER: THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). COVERAGES CERTIFICATE NUMBER:REVISION NUMBER: INSURED PHONE(A/C, No, Ext): PRODUCER ADDRESS: E-MAIL FAX (A/C, No): CONTACTNAME: NAIC # INSURER A : INSURER B : INSURER C : INSURER D : INSURER E : INSURER F : INSURER(S)AFFORDING COVERAGE SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. INS025 (201401)82 CITY OF SOUTH MIAMI REQUEST FOR PROPOSALS (RFP) No. FN2024-03 PARKING STUDY SERVICES City of South Miami Commission Mayor Javier Fernández Commissioner Lisa Bonich Commissioner Steve Calle Commissioner Josh Liebman Commissioner Brian Corey City of South Miami City Hall 6130 Sunset Drive South Miami, Florida 33143 ISSUE DATE: March 25, 2024 PROPOSAL DUE DATE: April 17, 2024 PROPOSAL DUE TIME: 10:00 A.M. PROPOSAL OPENING TIME: 10:30 AM 1 of 94 83 PUBLIC NOTICE REQUEST FOR PROPOSALS (RFP) No. FN2024-03 PARKING STUDY SERVICES NOTICE IS HEREBY GIVEN that the City of South Miami (“City”) is soliciting proposals for Parking Study Services (the “Services”). Interested companies, firms, and individuals (“Proposers”) may obtain a copy of Request for Proposals No. FN 2024-03 (the “RFP”) to be issued on March 25, 2024 at the City of South Miami 6130 Sunset Drive, South Miami, FL 33143 or on the City’s website at www.southmiamifl.gov, or via DemandStar at https://network.demandstar.com/. The RFP contains detailed information about the scope of Services, submission requirements, and selection procedures. All notices and any addenda issued by the City with respect to the RFP will be made available on the City’s website. It is the Proposer’s sole responsibility to ensure receipt of any issued notice or addenda relating to this RFP once posted to the website. The Proposal submission shall be submitted electronically via DemandStar, and marked “Proposal to City of South Miami, RFP No. FN2024-03 for “PARKING STUDY SERVICES.” Proposals must be received by the City by no later than April 17, 2024 at 10:00 AM. Proposals will be publicly opened through video conferencing using the Zoom platform. Members of the public are invited to view the Proposal opening meeting through Zoom at https://zoom.us/j/3056636339 on April 17, 2024 at 10:30 AM or by listening to the Proposal opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. Any Proposal submission received after this time and date will be rejected and returned unopened. Proposers are responsible for ensuring that their Proposal is received in the City by the deadline. The City hereby provides notice to all Proposers of the imposition of a Cone of Silence for this solicitation, as set forth in Section 8A-7 of the City Code. “Cone of Silence," as used herein, means a prohibition on communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or request/invitation for Proposal between a potential vendor, service provider, proposer or Proposer, or agent, representative, lobbyist or consultant for the potentia l Proposer; and (i) members of the City commission; (ii) the City's professional staff; or (iii) any member of the City's selection, evaluation or negotiation committee. Please contact the City Clerk and/or City Attorney with any qu estions on the Cone of Silence. Date Issued: March 25, 2024 2 of 94 84 TABLE OF CONTENTS Section Page Section 1: Information for Proposers 4 Section 2: Terms and Conditions 14 Section 3. Scope of Services, Specifications, and Requirements 20 Section 4: Proposal Form Package 23 Attachments: Attachment A - Sample Agreement Attachment B – Declaration/Affidavit of Representation Attachment C – ARPA (American Rescue Plan Act) Addendum Attachment D – Town Center (City) Map & Identified Parking Locations Attachment E – City Parking Map Attachment F – Parking Enforcement Agreement, Laz Parking 3 of 94 85 SECTION 1. INFORMATION FOR PROPOSERS 1.1. INTRODUCTION/GENERAL BACKGROUND. The City of South Miami, Florida (the “City”) is soliciting proposals from qualified companies, firms, and individuals (“Proposers”) for PARKING STUDY SERVICES, including all labor, materials, equipment, and all incidentals necessary, as set forth in Section 3 of this RFP (the “Services”). The Services will include the evaluation of the City’s (Town Center) existing parking operations and assist in the effort of creating a greater parking master plan. The Services shall be in full accordance with the specifications, terms and conditions contained in this Request for Proposal (RFP). The City intends to award a contract to the lowest, most responsive and responsible Proposer whose Proposal is most advantageous to the City and which meets the requirements and criteria set forth in this RFP for the Services described in this RFP. 1.2. SCHEDULE OF EVENTS. The following schedule is anticipated for this RFP process, but is subject to change by the City, in its sole discretion, at any time during the RFP procurement process. No. Event Date* Time* (EST) 1 Advertisement/ Distribution of RFP March 25, 2024 Noon 2 Pre-Proposal Conference NONE SCHEDULED 3 Deadline to Submit Questions / Requests for Clarification April 9, 2024 10:00 AM 4 City Issues Addenda and Responds to Questions April 12, 2024 10:00 AM 5 Deadline to Submit Sealed Proposals – Submission Deadline April 17, 2024 10:00 AM 6 Proposal Opening via Zoom at https://zoom.us/j/3056636339 April 17, 2024 10:30 AM 7 Evaluation of Proposals April 26, 2024 10:00 AM 8 City Manager issues recommendation to City Commission May 7, 2024 7:00 PM 9 Award Proposal(s) and Agreement(s) at City Commission Meeting May 7, 2024 7:00 PM 4 of 94 86 1.3. PROPOSAL DUE DATE. Sealed Proposals must submitted electronically through the DemandStar Electronic Proposal System at https://network.demandstar.com/. All sealed proposals must be received by 10:00 a.m. E.S.T. on April 17, 2024 (the “Submission Deadline”). Sealed proposals will be publicly opened through video conferencing using the Zoom platform on April 17, 2024 at 10:30 AM. Members of the public are invited to view the Proposal opening meeting through Zoom at https://zoom.us/j/3056636339 or by listening to the Proposal opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. 1.4. PRE-PROPOSAL CONFERENCE AND SITE(S) VISIT. A pre-proposal conference will NOT be held for this RFP. Prior to submitting a Proposal, each Proposer should be familiar with the City of South Miami’s and Town Center and the conditions that may, in any manner, affect the Services to be performed by the awarded contractor or the equipment, materials and labor required. The Proposer is also required to examine carefully the Scope of Services set forth in Section 3 of this RFP and be thoroughly informed regarding any requirements or conditions that may in any manner affect the Services to be performed under the Agreement. No allowances will be made because of lack of knowledge of any conditions or requirements. 1.5. ADDENDA, CHANGES, OR REQUESTS FOR INTERPRETATION DURING PROPOSAL PROCESS. The City will not respond to oral inquiries or questions concerning this RFP. All written inquiries, requests for interpretation or clarification shall be sent to: Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 E-Mail: skulick@southmiamifl.gov Facsimile: (305)669-2636 Any written inquiry or request for interpretation or clarification must be sent by e-mail or written correspondence and received by the City no later than April 9, 2024 at 10:00 AM. All such interpretations or clarifications will be made in writing in the form of an Addendum to this RFP issued by the City to all known and/or registered prospective Proposers. Each prospective Proposer shall acknowledge receipt of such Addenda by including it in the Proposal Form. All Addenda shall be a part of this RFP and a part of the Agreement and each Proposer will be bound by such Addenda, whether or not received. It is the responsibility of each prospective Proposer to verify that it has received all Addenda issued before Proposal are submitted and opened. 1.6. SUBMISSION OF PROPOSAL. Sealed Proposals must submitted electronically through the DemandStar Electronic Proposal System at https://network.demandstar.com/ by the Submission Deadline and must be marked as 5 of 94 87 “Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services” and addressed to: Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, FL 33143 E-Mail: skulick@southmiamifl.gov THE RESPONSIBILITY FOR OBTAINING AND SUBMITTING A PROPOSAL TO THE CITY ON OR BEFORE THE SUBMISSION DEADLINE IS SOLELY AND STRICTLY THE RESPONSIBILITY OF THE PROPOSER. THE CITY IS NOT RESPONSIBLE FOR ANY DELAYS THAT MAY OCCUR DURING THE SUBMISSION OF PROPOSALS. ANY PROPOSAL RECEIVED AFTER THE SUBMISSION DEADLINE STATED IN THIS RFP WILL NOT BE OPENED AND WILL NOT BE CONSIDERED. FACSIMILE AND EMAILED PROPOSAL SHALL NOT BE CONSIDERED. The Proposal must be signed by an authorized officer of the Proposer who is legally authorized to bind the Proposer and enter into a contractual relationship in the name of the Proposer. The submittal of a Proposal by a Proposer will be considered by the City as constituting an offer by the Proposer to perform the required Services, upon the terms and at the prices stated by the Proposer. Proposals will be publicly opened and read. All Proposers and their representative may be invited to be present. Proposals shall be typed or printed in ink. All blanks on the Proposal form(s) must be completed. Names must be typed or printed below the signature. Proposals submitted by hand- delivery, facsimile and/or email will not be accepted. Only one (1) Proposal from any individual, firm, partnership, or corporation, under the same or different names, will be considered. If the City determines that any Proposer has interest in more than one (1) Proposal for Services contemplated; all Proposals in which such a Proposer is interested will be rejected. Proposer by submitting the Proposal certifies that the Proposal is made without previous understanding, contract, or connection with any person, firm or corporation making a Proposal for the same material, supplies, equipment or services and is in all respects, fair and without collusion of fraud. 1.7. PROPOSAL REQUIREMENTS & FORMAT. Each Proposer must present its products, services, and applicable features in a clear and concise manner that demonstrates the Proposer’s capabilities to satisfy the requirements of this RFP. The emphasis should be on accuracy, clarity, comprehensiveness, and ease of identifying pertinent information and suitability of the Services. Proposals MUST include the following in this order: 1.7.1. Executive Summary. Proposer must provide an executive summary of the Proposal that covers the following elements: 1.7.1.1. Cover Page. Each Proposal submitted shall have a cover page with the Proposer’s business name, address, and telephone number; name and all contact information for individual that will serve as the Project Manager (PM); the date 6 of 94 88 and subject “Proposal to City of South Miami, RFP No. FN2024-03 for “Parking Study Services.” 1.7.1.2. Table of Contents. A Table of Contents that outlines in sequential order the major areas of the Proposal, including enclosures. All pages must be consecutively numbered and correspond to the Table of Contents and shall be in the order required by this RFP. 1.7.1.3. Letter of Interest. Letter describing the Proposer’s ability to meet the requirements of the RFP; commitment to the City; understanding of the Services to be performed, local conditions, and the City’s goals and objectives; the Proposer’s approach and philosophy in implementing the Services; and such other aspects of the Proposal. The Executive Summary must be single-spaced, 12-point font (regular typeface (e.g. Times New Roman, Arial, Calibri)), and shall not exceed three (3) pages in length. 1.7.2. Proposal Form Package. Proposer shall provide complete and accurate copies, with all required signatures and notarizations, for all the forms in the Proposal Package: Form 1. Proposal Form Package Acknowledgement. Form 2A. Proposer’s Certification (if Company or Corporation) Form 2B. Proposer’s Certification (if Partnership) Form 3. Single Execution Affidavits Form 4. Dispute Disclosure Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions Form 6. Proposer’s Qualifications Survey Form 7. Price Proposal Form Form 8. Reference List Form 9. Key Staff & Proposed Subcontractors 1.7.3. Proof of Experience. Provide documentation evidencing the experience of the Proposer and that the Proposer has successfully provided Services similar to those specified herein to other governmental entities, including municipalities of similar size and needs as the City. The Proposer firm shall be currently engaged in Services on a full-time basis and shall have been in existence and continuous operation providing the Services for a minimum of five (5) years. Proposer’s experience should demonstrate the Proposer’s: 1.7.3.1. Knowledge of the business operations and the legal requirements associated with the Services. 1.7.3.2. Experience and a strong background of performing similar parking study’s as a project lead, consultant or a sub-consultant and/or parking program experience with similar government organizations or agencies of similar size and scope as the City. The Respondent firm shall be currently engaged in the provision of the Services on a full-time basis and shall have been in existence and providing the Services for a minimum of ten (10) years, with a special preference for experience providing the Work in the State of Florida and especially South Florida. At least five (5) years of the Respondent firm’s experience shall be under its current business name. 7 of 94 89 1.7.4. Previous Projects. Respondent should demonstrate proof of completion for at least three (3) previously completed or ongoing parking study projects within the past five (5) years, as identified in the list of recent contracts provided under Form 6. 1.7.5. Proposer's Qualifications. Include name, function, and qualifications of the Proposer’s firm and Project Manager. The Project Manager or contact assigned to the Services shall within the past three (3) years have conducted and been responsible for providing Services in a similar project or environment. Please note, to receive further consideration, all Proposers must provide the necessary documentation to demonstrate that they meet the following minimum qualifications: 1.7.5.1. Service and Incorporation. Contractor shall have been in business and continuous operation and service and incorporated in the State of Florida for a minimum of five (5) years. 1.7.5.2. Licenses. Contractor must be fully licensed with any and all applicable and required licenses, certifications and permits for Services, including government licenses, certifications, and permits from the State of Florida, Miami-Dade County, the City, and any other governing governmental regulatory authorities or sports associations. 1.7.6. Personnel Qualifications/Key Staff. The Proposer must include the following information for this requirement: 1.7.6.1. Key Staff. Complete and submit Form 9, Key Staff and Proposed Subcontractors. Include a one-page resume with contact information for each Key Staff members. Resumes should include experience with similar services, specifying the role the individual employee served in the provision of the Services. 1.7.6.2. Organizational Chart. Provide an organizational chart showing reporting structure for all Key Staff, including any key subcontractors. 1.7.7. Insurance Certificates. Proposer shall provide certificates of insurance demonstrating compliance with the requirements set forth under Section 2 of this solicitation, including: 1.7.7.1. Commercial General Liability 1.7.7.2. Workers Compensation & Employer’s Liability 1.7.7.3. Business Automobile Liability THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR ADDITIONAL COVERAGE IF DEEMED NECESSARY. 1.7.8. Additional Information. Proposer may provide any additional information that highlights the Proposer’s experience, awards, or expertise that is relevant and directly applicable to this RFP. Additional information must not exceed two (2) pages, single-spaced and in 12-point font (regular typeface). 8 of 94 90 1.8. EVALUATION CRITERIA. Award shall be made to the Responsible Proposer(s) whose Proposal is determined to be the lowest, most responsive Proposal that is most advantageous to the City. Proposals will be evaluated according to the following criteria and respective weight: Category Criteria Maximum Points 1 Firm their Personnel and Experience: Includes evaluation of the expertise and reputation of the Proposer and the Project Manager in providing the Services, and the Proposer’s required and/or relevant licenses, certifications, and permits and; includes the evaluation of firm’s experience providing the Services to other governmental entities, especially municipalities of similar size and needs as the City. 50 Points 2 Price Proposal: Analysis of the competitiveness of the proposed fee to the City pursuant to this RFP. 50 Points TOTAL MAXIMUM POINTS 100 1.9 SELECTION PROCESS The City shall evaluate responses received by the submission deadline in accordance with the evaluation procedures outlined below. Phase I. Staff Level Review for Compliance with Minimum Requirements. A member of City Staff shall review and evaluate the Responses submitted to ensure the minimum requirements of the RFP have been met. The City Manager or designee may reject those Responses that do not meet the minimum requirements of the RFP. Phase II. Evaluation Selection Committee Review. The City Manager will appoint an Evaluation Selection Committee (“Committee”) to review and evaluate the responsive Proposals during a public meeting (the City will provide instructions on how to participate and access the meeting). The Committee shall select in order of preference and rank the firm(s) it deems to be qualified to perform the required services using the evaluation criteria set forth above. The highest ranked three (3) Proposers will be short-listed and may be called for oral presentations b efore the Committee as further detailed under Section 1.9.3 herein. The City reserves the right to short-list additional Proposers for oral presentations before the Committee. The Committee reserves the right to request additional information or seek clarifications as it deems necessary. Failure to comply with any mandatory requirements may disqualify a response. The Committee reserves the right to conduct additional interviews or require presentations prior to finally ranking the Proposers. 9 of 94 91 Phase III. Oral Presentations (if Required by Committee). The Committee may call the short-listed Proposers for oral presentations before the Committee regarding their Proposal, approach to the Services, and ability to furnish the required Services. All short-listed Proposers and subconsultants in their teams shall be present at the assigned time for a 20-minute presentation followed by up to a 10-minute question-and-answer session. The Proposers are encouraged to be represented only by the Project Manager and the staff identified in the Response. Additional details on the oral presentations may be provided to the short-listed Proposers. The City will notify the Proposers where the oral presentations, if any, will be conducted and whether the Proposers may appear virtually or must appear in- person. If oral presentations are requested by the Committee, the oral presentation will be worth a maximum of 25 additional points and shall be added to the Evaluation Committees Final Scoring for each Proposer. The City will notify the Proposers where the oral presentations, if any, will be conducted and whether the Proposers may appear virtually or must appear in- person. The Committee shall rank the Proposers and provide its written recommendations to the City Manager. Phase IV. Recommendation to City Commission. After short-listing of the top three Proposers deemed to be responsible by the Evaluation Committee, the City Manager will present a recommendation to the City Commission with the Evaluation Committee’s rankings and recommendations for consideration by the City Commission and the City Manager’s recommendation for award or rejection of all proposals for approval at a Commission meeting. Phase V. City Commission Meeting to Select and Award Agreement to Responsible Proposer(s). Upon receipt of the City Manager’s recommendation for award, the City Commission may select the Proposal of the Responsible Proposer(s) that it determines is the lowest, most responsive Proposal that is most advantageous to the City, taking into consideration all aspects of the Proposer’s Proposal and authorize the City Manager to execute a professional services agreement with the selected Proposer(s). The City Commission shall have the final authority to select the Proposer(s) and award any Professional Services Agreement(s). Should the Committee’s evaluation process result in a tie in the rankings, the tie will be resolved in favor of the Proposer with the greatest number of years in existence providing the Services. If the Proposer’s both have the same number of years in existence providing the Services, the tie shall be resolved in favor of the Proposer with the Project Manager with the most years of experience providing the Services. If a tie remains after evaluating the firm and the Project Manager’s years of experience providing the Services, the tie will be resolved by lot. 1.10. CITY’S RIGHTS; WAIVER OF IRREGULARITIES. The City reserves the right to reject any or all proposals which is in any way incomplete or irregular, reissue the entire solicitation, or enter into contracts with more than one Contractor. The City reserves the right to accept or reject any and/or all Proposal(s) or parts of a Proposal, to workshop or negotiate any and all Proposal(s), to select and award Proposer(s) for all or any of the Services, waive irregularities in Proposal, to cancel or discontinue this RFP process, and to request 10 of 94 92 new Proposal(s) for the required Services. The City Commission shall make the final determination and award of Proposal(s). All materials submitted in response to this Request for Proposals become the property of the City and will be returned only at the option of the City. The City has the right to use any or all ideas presented in any Proposal or responses to the RFP, whether amended or not, and selection or rejection of Proposal does not affect this right. 1.11. CODE OF ETHICS PROVISIONS. 1.11.1. Cone of Silence. The provisions of City’s Cone of Silence are applicable to this RFP. The City’s Cone of Silence provisions can be found under Section 8A-7 of the City Code of Ordinances. Questions regarding the Cone of Silence may be sent to: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov The Cone of Silence as used herein means a prohibition of any communication regarding a competitive solicitation such as a request for proposal, request for qualification, request for information or invitation/request for Proposal, between a potential vendor, service provider, proposer or Proposer (hereinafter referred to as the "potential Proposer"), or agent, representative, lobbyist or consultant for the potential Proposer; (hereinafter referred to as the "Proposer's representative"); and (i) Members of the City Commission; or (ii) City's professional staff; or (iii)Any member of the City's selection, evaluation or negotiation committee. The provisions of the Cone of Silence shall not apply to: (i) Communications at a duly noticed pre-Proposal conferences or at any duly noticed public selection or negotiation committee meeting or duly noticed public City commission meeting at which the City Manager has placed the subject of the solicitation on the agenda; (ii) Communication regarding the solicitation at recorded contract negotiations, recorded oral presentation or recorded oral question and answer session and recorded contract negotiation strategy sessions in compliance with the exemption in F.S. § 286.0113; (iii)Briefings made by the City Manager or his designee to the City Commissioners during a meeting following the completion of the selection or negotiation committee meetings; (iv) Written communication at any time with any City professional staff (not including selection, evaluation or negotiation committee members), unless specifically prohibited by the applicable competitive solicitation documents. This section shall not be construed to prevent written communication between City professional staff and any City selection, evaluation or negotiation committee. A copy of any written 11 of 94 93 communication made during the cone of silence shall be contemporaneously filed with the City clerk by the potential Proposer or Proposer's representative. The City clerk shall make copies available to any person upon request; (v) Communication that is strictly limited to matters of those processes or procedures that are contained in the corresponding solicitation document and which communication is between any person and the City's purchasing agent or the City employee who is designated as being responsible for administering the procurement process for such solicitation; (vi) Communications with the City attorney and his or her staff; (vii) Communications during any duly noticed site visits to determine the competency and responsibleness of Proposers regarding a particular Proposal during the time period between the opening of proposals and the time the City Manager makes a written recommendation; (viii) Any emergency procurement of goods or services pursuant to City code; (ix) Responses to a request made by the City's purchasing agent, or the City employee who is designated as being responsible for administering the procurement process for such solicitation, for clarification or additional information; (x) Communications prior to Proposal opening between City's professional staff and potential Proposers and/or Proposer's representatives to enable City staff to seek and obtain industry comment or perform market research, provided all communications related thereto between a potential Proposers and/or Proposer's representatives and any member of the City's professional staff including, but not limited to the City Manager and his or her staff, are in writing or are made at a duly noticed public meeting. 1.11.2. Lobbying Prohibited. All potential Proposers and their agents who intend to submit, or who submitted, a Proposal or response to this solicitation, are prohibited from lobbying, individually or collectively, any City Commissioner, candidate for City Commissioner, or any employee of the City in connection with this solicitation. The term "Lobbyist" means all persons (including officers and managers of a legal entity), firms, or legal entities such as a corporation, partnership or limited liability company, employed or retained by a principal (including an officer of the principal or an employee of the principal whose duties include marketing, or soliciting business, for the principal) who seeks to encourage the passage, defeat, or modifications of (1) ordinance, resolution, action or decision of the City Commission; (2) any action, decision, recommendation of the City Manager or any City board or committee; or (3) any action, decision or recommendation of City personnel during the time period of the entire decision-making process on such action, decision or recommendation which foreseeably will be heard or reviewed by the City Commission, or a City board or committee. Contact may only be made through regularly scheduled Commission meetings, or meetings scheduled through the Procurement Division, which is for the purpose of obtaining additional or clarifying information or as otherwise provided for in the 12 of 94 94 City’s Cone of Silence. Any presentation before a selection committee is considered to be lobbying; however, the presentation team may avoid formal registration by complying with section 8A-5(c)(9), of the City Code of Ordinances and completing Attachment B to this RFP. Any person who submits a proposal, whether solicited or unsolicited, on behalf of his or her principal or his or her employer is considered to be a lobbyist and must register. An officer or manager of a legal entity who is submitting a proposal, whether solicited or unsolicited, is considered to be a lobbyist. All Proposers are strongly encouraged to review Section 8A-5 of the City Code of Ordinances for further information. To register as a lobbyist, please contact the City Clerk at: Nkenga “Nikki” Payne, CMC, FCRM City Clerk City of South Miami 6130 Sunset Drive South Miami, Florida 33143 Npayne@southmiamifl.gov 13 of 94 95 SECTION 2. TERMS AND CONDITIONS 2.1. PURPOSE OF PROPOSAL. The City requests Proposals from qualified firms (“Proposers”) for Parking Study Services (the “Services”). The Services to be performed include, but are not limited to, for Respondents to evaluate the City ‘s existing Town Center parking inventory and assist in the City’s effort to create a greater parking master plan. as further detailed in the Scope of Services provided in Section 3 herein (the “Services”). 2.2. EQUIPMENT. Any equipment or products used by Contractor to provide Services pursuant to this RFP shall remain the property of the Contractor. In the event equipment or products used by the Contractor are found to be defective, of unsatisfactory quality, or do not conform to the requirements of this RFP or the Specifications, the City reserves the right to reject the equipment or product(s), at the Contractor’s expense. 2.3. PRICING. The Proposal form attached to this RFP under Section 4, Form 7 and to be included with each Proposal shall specify the Proposer’s pricing and/or fees for the equipment and Services requested herein. Proposer should include any and all applicable taxes in Proposal prices. If the Proposer is awarded an Agreement pursuant to this RFP, the prices and fees quoted in the Proposal shall remain fixed and firm during the term of the Agreement. 2.4. PROPOSAL COSTS. Proposers submitting Proposal do so entirely at their own cost and expense. There is no expressed or implied obligation by the City to reimburse any individual or firm for any costs or expenses incurred in preparing or submitting Proposal, providing additional information when requested by the City, or for participating in any selection interviews. 2.5. LICENSES AND PERMITS. Proposer shall secure any and all necessary and required licenses, certifications and permits to conduct the Services, including, but not limited to, all Federal, State, County and City licenses and permits. All Proposers must provide the necessary documentation to demonstrate that they meet all applicable licensing and permitting requirements. By submitting a Proposal in response to this RFP, Proposer represents and warrants to the City that it holds all licenses, certifications and permits (“Licenses”) required by applicable law and by any other governmental authority or agency to perform the Services. Proposer represents and warrants to the City that the Licenses shall be in full force and effect on the date of performance of the Services and further represents that it holds and will hold all Licenses throughout the term of the Agreement. Proposer shall provide the City with copies of all Licenses and any additional permits that may be required for performance of the Services with its Proposal and during the term of the Agreement. 14 of 94 96 Where the Contractor is required to enter onto City property, public rights-of-way or other property to deliver equipment or to perform the Services as a result of a Proposal award, the Contractor will assume the full duty, obligation and expense of obtaining all necessary approvals, licenses, permits, inspections and insurance required. The Contractor shall be liable for any damages or loss to the City property, or other property or persons, occasioned by the acts or omissions, or the negligence of the Proposer (or their agent) or any person the Proposer has designated in the performance of the Services, as a result of the Proposal. 2.6. INSURANCE. 2.6.1. If selected, the Contractor shall secure and maintain throughout the duration of the awarded contract insurance of such types and in such amounts not less than those specified below as satisfactory to City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Contractor’s insurance and shall not contribute to the Contractor’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the City as it deems necessary or prudent. Copies of Contractor’s actual Insurance Policies as required herein and Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured. Each Policy and certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. All coverage forms must be primary and non-contributory and the Contractor shall provide a waiver of subrogation for the benefit of the City. The Contractor shall be responsible for assuring that the insurance policies and certificates required by this Section remain in full force and effect for the duration of the Services. 2.6.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Contractor. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 2.6.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Contractor shall be allowed to provide Services pursuant to this RFP who is not covered by Worker’s Compensation insurance. 2.6.1.3. Business Automobile Liability with minimum limits of $1,000,000.00 per Occurrence, combined single limit for Bodily Injury and Property Damage. 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 the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 2.6.2. The Contractor agrees to indemnify, defend and hold harmless the City from and against any and all claims, suits, judgments, losses, damages, executions and/or 15 of 94 97 liabilities as to bodily injuries and/or property damage which arise or grow out of the Agreement or Contractor’s performance of the Services required by this RFP. 2.6.3. The Contractor shall also, upon request by the City, provide copies of all official receipts and endorsements as verification of Contractor's timely payment of each insurance policy premium as required by the Agreement. THE CITY MAY REQUIRE HIGHER LIMITS OF INSURANCE OR ADDITIONAL COVERAGE IF DEEMED NECESSARY. 2.7. BONDS. The selected Contractor must, prior to performing any portion of the Services and within three (3) days of the Effective Date of the Construction Contract, deliver to the City the Bonds required to be provided by Proposer hereunder and the Construction Contract(collectively, the “Bonds”). The City, in its sole and exclusive discretion, may also require other bonds or security, in order to guaranty that the awarded contract with the City will be fully and appropriately performed and completed. The surety providing such Bonds must be licensed, authorized, and admitted to do business in the State of Florida and must be listed in the Federal Register (Dept. of Treasury, Circular 570). The cost of the premiums for such Bonds shall be included in the contract price. If notice of any change affecting the scope of services, the contract price, contract time, or any of the provisions of the Construction Contract is required by the provisions of any bond to be given to a surety, the giving of any such notice shall be the selected Contractor’s sole responsibility, and the amount of each applicable bond shall be adjusted accordingly. If the surety is declared bankrupt or becomes insolvent or its right to do business in Florida is terminated or it ceases to meet applicable law or regulations, the selected Contractor shall, within five (5) days of any such event, substitute another bond (or Bonds as applicable) and surety, all of which must be satisfactory to the City. 2.7.1. Performance Bond. If this provision is selected, the selected Contractor must deliver to the City a performance bond in an amount equal to 100 percent of the price specified in the contract. The performance bond shall provide that the bonding company will complete the project if the selected Contractor defaults on the contract with the City by failing to perform the contract in the time and manner provided for in the contract. 2.7.2. Payment Bond. If this provision is selected, the selected Contractor must deliver to the City a payment bond in an amount equal to 100 percent of the price specified in the contract. The payment bond shall provide that the bonding company or surety will promptly pay all persons who supply labor, materials, or supplies used directly or indirectly in the performance of the Services provided for in the contract between the selected Contractor and the City if the selected Contractor fails to make any required payments only. 2.7.3. Waiver of Bonds. If this provision is selected, the City Manager has waived or limited the requirements contained herein for payment or performance bonds upon such circumstances as are deemed in the best interest of the City. If the requirement for a payment bond is waived, the City shall select this box: ☒ If the requirement for a performance bond is waived, the City shall select this box:☒ 2.8. PROPOSAL GUARANTY/PROPOSAL BOND. Each Proposal must be accompanied by a Proposal Bond or Cashier’s Check, in the amount of five percent (5%) of the Proposal, in the form provided in Form 10. The Proposal Guaranty shall be made by certified or cashier's check or 16 of 94 98 by a Proposal bond made payable to the City and provided by a surety company authorized to do business as a surety in the state. All Proposal Bonds shall be valid for a period of at least 90 days from the Proposal submission date. The Proposal Bonds for all unsuccessful proposals shall be returned after the 90-day period. The purpose of the Proposal bond is to ensure that proposals are honored and that they remain valid for the required period. Accordingly, Proposal bonds are subject to forfeiture any time Proposers refuse to honor their proposals for at least 90 days after Proposal opening. The Proposal Guaranty of the successful Proposer will be retained until such Proposer has executed a contract and furnished any payment and performance bonds, along with all insurance policies, licenses, or other documentation that may be required by the City. If the successful Proposer fails to furnish the required payment and performance bonds, fails to execute and deliver the contract, or fails to deliver the required insurance policies, licenses, or other documentation to the office of the purchasing agent within the time specified in the instructions to Proposers, the City may annul the notice of award and the entire sum of the Proposal Guaranty shall be forfeited to the City. All Proposal Guarantees of unsuccessful Proposers will be returned after the Contract is awarded and executed. If the requirement for a Proposal Guaranty/Proposal Bond is waived, the City shall select this box: ☒. 2.9. COMPLIANCE WITH LAW AND OTHER REQUIREMENTS. Contractor shall conduct its operations in compliance with all applicable federal, State, County and City laws and regulations in providing the Services required by this RFP. 2.10. ASSIGNMENT. The Contractor shall not transfer or assign the performance of the Services required by this RFP and the Agreement without the City’s prior written consent. Any award issued pursuant to this RFP and monies which may be payable by the City, are not assignable except with the City’s prior written approval. 2.11. ATTORNEY’S FEES. If the City incurs any expense in enforcing the terms of the Agreement, whether suit be brought or not, Contractor agrees to pay all such costs and expenses including, but not limited to, court costs, interest and reasonable attorney’s fees. 2.12. CONTRACTOR’S RELATION TO THE CITY. It is expressly agreed and understood that the Contractor is in all respects an independent contractor as to all Services hereunder, and that the Contractor is in no respect an agent, servant or employee of the City. This RFP specifies the Services to be performed by the Contractor, but the method to be employed to accomplish the Services shall be the responsibility of the Contractor, unless otherwise provided in the Agreement or by the City. 2.13. DISCRIMINATORY PRACTICES. The Contractor shall not discriminate or deny service, deny access, or deny employment to any person on the basis of race, color, creed, sex, sexual orientation, religion or national origin. The Contractor will strictly adhere to the equal employment opportunity requirements and any applicable requirements established by the State of Florida or the Federal Government. 17 of 94 99 2.14. CANCELLATION. Failure on the part of the Contractor to comply with the conditions, specifications, requirements and terms as determined by the City, shall be just cause for cancellation of the award, with the Contractor holding the City harmless. 2.15. INDEMNIFICATION. The Contractor shall indemnify, save harmless and defend the City, its officers, agents and employees from and against any claims, demands or causes of action of whatsoever kind or nature arising out of any act, error, omission, negligent act, conduct or misconduct of the Contractor, its agents, servants or employees, in the performance of the Services pursuant to this RFP and/or from any procurement decision of the City including without limitation, awarding the Agreement to a Contractor. 2.16. MULTIPLE /OTHER VENDORS. The City reserves the right to select and award multiple Proposers to provide one, some or all of the Services. If the selected contractors are unavailable, the City reserves the right to seek and obtain other sources. 2.17. PUBLIC ENTITY CRIME/DISQUALIFICATION. Pursuant to Section 287.133(3)(a), Florida Statute, all Proposers are advised as follows: “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 on a contract to provide any goods or services to a public entity, may not submit a Proposal on a contract with a public entity for the construction or repair of a public building or public work, may not submit proposals on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity and may not transact business with any public entity in excess of the threshold amount provided in s.287.017 for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list.” 2.18. NO CONTINGENCY FEE. Proposer shall warrant that it has not employed or retained any company or person, other than a bona fide employee working solely for the Proposer, to solicit or secure the Agreement and that it has not paid or agreed to pay any person, company, corporation, individual or firm, other than a bona fide employee working solely for the Proposer, any fee, commission, percentage, gift or other consideration contingent upon or resulting from the award or making the Agreement. For the breach or violation of this provision, the City shall have the right to terminate the Agreement, without liability, at its discretion. 2.19. PUBLIC RECORDS; CONFIDENTIALITY. Proposers are hereby notified that all information submitted as part of or in support of Proposal submitted pursuant to this RFP are public records subject to public disclosure in accordance with 18 of 94 100 Chapter 119, Florida Statutes. If there is any apparent conflict between Florida’s Public Records Law and this RFP, Florida Law will govern and prevail. All Proposals submitted in response to this RFP shall become the property of the City. Unless the information submitted is proprietary, copyrighted, trademarked, or patented, the City reserves the right to utilize any or all information, ideas, conceptions, or portions of any Proposal in its best interest. Acceptance or rejection of any Proposal shall not nullify the City’s rights hereunder. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE PROPOSER HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE PROPOSER’S DUTY TO PROVIDE PUBLIC RECORDS RELATING TO THIS SOLICITATION, CONTACT THE CUSTODIAN OF PUBLIC RECORDS: Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM Mailing address: 6130 Sunset Drive South Miami, FL 33143 Telephone number: 305-663-6340 Email: NPayne@southmiamifl.gov 2.20. AMERICAN RESCUE PLAN ACT PROVISIONS. Proposer acknowledges that the Services may be fully or partially funded utilizing Coronavirus State and Local Fiscal Recovery Funds allocated to the City pursuant to the American Rescue Plan Act (“ARPA”). The selected Contractor shall be required to comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by ARPA, as further detailed in the ARPA Addendum to this solicitation. If compliance with this section is required, the City shall select this box: . 2.21. GRANT FUNDING. By submitting a response to this solicitation, Proposers acknowledge that the Services may be fully or partially funded utilizing funds from the grants listed below (the “Grant”). Accordingly, by submitting a response to this competitive solicitation, the Proposer warrants and represents that it has reviewed the terms and conditions for each Grant and will perform the Services in accordance with the terms and conditions of the Grant(s). Grant Title Grant Agreement Attachment No. If the Services will be funded utilizing Grant funds, the City shall select this box:. END OF SECTION 2 19 of 94 101 SECTION 3. SCOPE OF SERVICES, SPECIFICATIONS, AND REQUIREMENTS 3.1. INTENT In an effort to create a greater parking master plan, the City is seeking a vendor to evaluate the City’s existing Town Center (City) parking inventory (i.e., on-street, off-street, and garage) and determine if the City’s parking operation within the Town Center is working efficiently and effectively (i.e., rates, parking inventory, enforcement, etc.). The proposal must consider the current conditions and the anticipated development as well as consider whether centralized valet parking would be practicable/viable. 3.2. SITE DESCRIPTION/CURRENT PARKING INVENTORY & CONDITIONS The City has responsibility for approximately 1168 paid parking spaces within the borders of the City. In addition to the metered parking spaces, the South Miami Municipal Garage located at 5829 SW 73rd Street, South Miami, FL 33143, includes approximately 440 spaces and three (3) ChargePoint Dual charging stations for use by the public. In the Town Center, there are approximately 378 spaces. 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. Note: Refer to Attachment D, “Town Center City Map and Parking Locations,” and Attachment E, “Link to City Parking Map” and “Breakdown of Parking Spaces.” Over the last three (3) fiscal years, the reported parking revenue is as follows: 2020/2021: $1,542,644 2021/2022: $2,295,002 2022/2023: $3,440,110 2023/2024: $823,028 (thru December 2023) The City has transitioned to all cashless parking meters that utilize the Pay-By-Phone app for payments of the metered spaces. In addition, parking enforcement is contracted out to Laz Parking, a copy of the management agreement is included as Attachment F, whose function includes, but not limited to: • Conduct all necessary and proper services required for the Parking System’ operations to established industry standards. The contractor handles the collection of parking fees when properly due either through cash, coin and/or credit card payments or by parking validation. • The contractor management of the Parking System shall include financial and planning functions and shall conduct audits as necessary and appropriate for the proper administration of the Parking System and present the City with financial statements. 20 of 94 102 • The contractor shall also develop 1 year and 5 year strategic plans that include operating and capital budgets; recommend and implement improvements to the operational procedures currently in place; provide the City with management reports as often as requested but in no case less often than once a month; perform annual rate studies to determine proper pricing for the Parking System; use technology – including green technologies whenever possible- to enhance and improve customer services and operational efficiencies; and report on the status of any Parking System related project as directed by the City. 3.3. SCOPE OF SERVICES The Services provided by the Respondent shall determine parking supply and demand, and to ensure quality controls are in place to protect the integrity of the City’s parking asset. The parking study should focus on several dimensions of the parking operation, but not limited to: • Review of Existing Parking Inventory & Future Demands Based on Current/Planned/Future Development and recommendations related to same. • Detailed analysis of the specifications for parking spaces based on their location within the City (i.e. size, striping, markings, signage, etc.) and recommendations. • Based on current inventory and demand, a recommendation for the Hourly Parking Rate, possible usage of dynamic pricing, and Hours for the City’s Parking Program. • Operations Efficiency Overview and Recommendations for Improvement. • Recommend Parking Program Enforcement Days & Hours with an emphasis on encouraging visitors to the City’s Town Center. • Viability of Centralized Valet. • Recommendation for opportunities using Internet of Things (IOT) to facilitate parking customers by easily identifying available parking spaces. • A detailed assessment of the City’s existing Residential Zones and Program and any Recommendations (i.e., Locations, rates, number of passes, etc.) to help improve the program taking into account Current/Planned/Future Development. • A detailed assessment of the City’s existing Commercial Zones and Program and any Recommendations (i.e., Locations, rates, number of passes, etc.) to help improve the program taking into account Current/Planned/Future Development. 3.4. PROGRAM EXECUTION AND DELIVERABLES The Respondent shall conduct an Initial Meeting with City staff and representatives from the City’s Parking Enforcement vendor, Laz Parking prior to an onsite review of the Town Center. After completion of the initial meeting, the Respondent shall perform an onsite review of the Town Center, its parking locations and the South Miami Municipal Parking Garage located. 21 of 94 103 The onsite review will be attended by City staff and representatives from the City’s Parking Enforcement vendor, Laz Parking. The Respondent shall conduct interviews of City and parking staff during the onsite review and collect data necessary for the completion of the Parking Study and Analysis. Upon completion of the onsite review and required data collection, Respondent shall provide the Parking Study and Analysis. Included in the review will be an Executive Summary and Recommended Action Plan. The Recommended Action Plan is a summary of the most important findings and will be used as a guide to work with the City to evaluate the findings and prepare to implement the findings. 3.5 MILESTONE DATES Respondents will be expected to deliver the Parking Study and Analysis within forty-five (45) working days from the Initial Meeting with the City. END OF SECTION 3 22 of 94 104 SECTION 4 PROPOSAL FORM PACKAGE As provided in the RFP, the following items must be attached to this Proposal: FORMS STATUS Form 1 – Proposal Form Package Acknowledgement ❑ Form 2A. Proposer’s Certification (if Company or Corporation) ❑ Form 2B. Proposer’s Certification (if Partnership) ❑ Form 3. Single Execution Affidavits ❑ Form 4. Dispute Disclosure ❑ Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions ❑ Form 6. Proposer’s Qualifications Survey ❑ Form 7. Price Proposal Form ❑ Form 8. Reference List ❑ Form 9. Key Staff & Proposed Subcontractors ❑ ATTACHMENTS This competitive solicitation incorporates the following attachments, which should be reviewed thoroughly and, if applicable, completed prior to submitting a response to this competitive solicitation. The City is attaching the following Attachments: Attachment A. Sample of Professional Services Agreement Attachment B. Declaration/Affidavit of Representation Attachment C. ARPA (American Rescue Plan Act) Addendum Attachment D. Town Center (City) Map Attachment E. City of South Miami Parking Map Attachment F. Parking Enforcement Agreement, Laz Parking 23 of 94 105 FORM 1 PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS I hereby propose to furnish the goods and services specified in the Request for Proposals, RFP No. FN2024-03. I agree that my Proposal will remain firm for a period of 180 days after opened by the City in order to allow the City adequate time to evaluate the Proposal. I certify that all information contained in this Proposal is truthful to the best of my knowledge and belief. I further certify that I am duly authorized to submit this Proposal on behalf of the Firm named as the Proposing Firm and that said Firm is ready, willing, and able to perform if awarded the Agreement. I further certify, under oath, that this Proposal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Proposal; no officer, employee or agent of the City of South Miami or any other Proposer has an interest in said Proposal. Furthermore, I certify that the undersigned executed this Proposal Form with full knowledge and understanding of matters therein contained and was duly authorized. I further certify that the Proposer acknowledges receipt of all Addenda issued by the City in connection with the RFP (Check the box next to each addendum received). ______ Addendum 1 Addendum 6 ______ Addendum 2 Addendum 7 ______ Addendum 3 Addendum 8 ______ Addendum 4 Addendum 9 _______ Addendum 5 Addendum 10 Attached hereto are the following forms/documents which form a part of this Proposal: Form 1. Proposal Form Package Acknowledgement. Form 2A. Proposer’s Certification (if Company or Corporation) Form 2B. Proposer’s Certification (if Partnership) Form 3. Single Execution Affidavits Form 4. Dispute Disclosure Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions Form 6. Proposer’s Qualifications Survey Form 7. Price Proposal Form Form 8. Reference List Form 9. Key Staff & Proposed Subcontractors 24 of 94 106 FORM 1 PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) ___________________________________________ NAME OF PROPOSER FIRM ____________________________________________ SIGNATURE OF PROPOSER ____________________________________________ NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS ____________________________________________ ____________________________________________ (____) ______________________________________ TELEPHONE NUMBER State of Florida County of The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 25 of 94 107 FORM 2A PROPOSER’S CERTIFICATION (if Company or Corporation) CERTIFICATE STATE OF _____________ ) ) SS COUNTY OF ___________ ) I HEREBY CERTIFY that a meeting of the Board of Directors of ___________________________________________________________________ a corporation or company existing under the laws of the State of _________________________, held on ______________________, 2023, the following resolution was duly passed and adopted: RESOLVED, that, as _____________of the Corporation/Company, be and is hereby authorized to execute the Proposal dated, __________, 2024 to the City of South Miami for RFP No. FN2024-03 “Parking Study Services,” and that this execution thereof, attested by the Secretary of the Corporation/Company, and with the Corporate/Company Seal affixed, shall be the official act and deed of this Corporation/Company. I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of corporation/company on this the _____________ of ___________, 2024. _______________________ Secretary (SEAL) 26 of 94 108 FORM 2B PROPOSER’S CERTIFICATION (if Partnership) CERTIFICATE STATE OF ____________ ) ) SS COUNTY OF __________ ) I HEREBY CERTIFY that a meeting of the Partners of ____________________ _____________________________________________________________________, a partnership existing under the laws of the State of _________________________, held on ____________________, 2024, the following resolution was duly passed and adopted: “RESOLVED, that _____________________________________________, as_____________________________________________________________of the Partnership, be and is hereby authorized to execute the Proposal dated ______________, 2024, to the City of South Miami for RFP No. FN2024-03 Parking Study Services from this partnership and that his execution of thereof, attested by the shall be the official act and deed of this Partnership.” I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand this _____, day of ________, 2024. _______________________ Secretary (SEAL) 27 of 94 109 FORM 3 SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE PROPOSER OR PROPOSER AND NOTARIZED BELOW. IN THE EVENT THE PROPOSER OR PROPOSER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE PROPOSER OR PROPOSER IS DEEMED TO BE NON- RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A PROPOSAL/PROPOSAL. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: By: For (Name of Proposing or Bidding Entity): Whose business address is: And (if applicable) its Federal Employer Identification Number (FEIN) is: (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: ) Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction. • The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.513, Florida Statutes: • The Rehabilitation Act of 1973, 229 USC Section 794; • The Federal Transit Act, as amended 49 USC Section 1612; • The Fair Housing Act as amended 42 USC Section 3601-3631. Proposer Initials 28 of 94 110 Public Entity Crimes Affidavit I understand that a “public entity crime” as defined in Paragraph 287.133(1)(g), Florida Statutes, means 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 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 misrepresentations. I 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 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an “affiliate” as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. 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 another person, or a pooling of equipment or income among persons when not for fair 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 convicted of a public entity crime in Florida during the preceding 36 months shall be co nsidered an affiliate. I understand that a “person” as defined in Paragraph 287.133(1)(e), Florida Statutes, 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 proposals or applies to 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, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations 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 ad 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 29 of 94 111 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 to July 1, 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 identified in paragraph 1 above is for that public entity only and that this form is valid 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 Statutes for category two of any change in the information contained in this form. Proposer Initials No Conflict of Interest or Contingent Fee Affidavit Proposer warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Proposer also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances. Further, Proposer acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Proposer should the Proposer be selected for the performance of this contract. Proposer Initials Business Entity Affidavit Proposer hereby recognizes and certifies that no elected official, board member, or employee of the City of South Miami (the " City”) shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City board members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Proposer or Vendor, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Proposer. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Proposer. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Proposer recognizes that with respect to this transaction or Proposal, if any Proposer violates or is a party to a violation of the ethics 30 of 94 112 ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-11.1, as applicable to City, or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Proposer may be disqualified from furnishing the goods or services for which the Proposal or Proposal is submitted and may be further disqualified from submitting any future proposals or Proposal for goods or services to City. Proposer Initials Anti-Collusion Affidavit 1. Proposer/Proposer has personal knowledge of the matters set forth in its Proposal/Proposal and is fully informed respecting the preparation and contents of the attached Proposal/Proposal and all pertinent circumstances respecting the Proposal/Proposal; 2. The Proposal/Proposal is genuine and is not a collusive or sham Proposal/Proposal; and 3. Neither the Proposer/Proposer nor any of its officers, partners, owners, agents, representatives, employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Proposer/Proposer, firm, or person to submit a collusive or sham Proposal/Proposal, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer/Proposer, firm, or person to fix the price or prices in the attached Proposal/Proposal or of any other Proposer/Proposer, or to fix any overhead, profit, or cost element of the Proposal/Proposal price or the Proposal/Proposal price of any other Proposer/Proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage against the City or any person interested in the proposed Contract. __________ Proposer Initials Scrutinized Company Certification 1. Proposer certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer or its subcontractors are found to have submitted a false certification; or if the Proposer, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the term of the Agreement. 2. If the Agreement that may result from this RFP is for more than one million dollars, the Proposer certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Proposer, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or 31 of 94 113 Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 3. The Proposer agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this RFP. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. Proposer Initials Drug-Free Workplace Affidavit Proposer hereby recognizes that, pursuant to F.S. § 287.087, preference shall be given to businesses with drug-free workplace programs when two proposals/Proposal are equal with respect to price, quality, and service. Proposer understands that in order to qualify as a drug-free workplace, Proposer must: a) 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 will be taken against employees for violations of such prohibition. b) Inform employees about the dangers of drug abuse in the workplace, the Proposer’s 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. 1) Give each employee engaged in providing commodities or contractual services under the RFP a copy of the statement specified in subsection (1). 2) Notify employees that, as a condition of working on the commodities or contractual services under the RFP, the employee must abide by the terms of the statement and will notify the employer 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) days after such conviction. 3) 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. 4) Make a good faith effort to continue to maintain a drug-free workplace through the implementation of this section. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) The entity submitting this sworn statement is a drug-free workplace and is in full 32 of 94 114 compliance with the requirements set forth under F.S. § 287.087. The entity submitting this sworn statement is not a drug-free workplace. Proposer Initials City Non-Discrimination Requirements Affidavit Proposer understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City will not enter into or award a contract to an entity engaged in a boycott. Proposer understands that “Boycott” as defined under Section 3 -1.1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, embargoes, trade restrictions, or divestments that are specifically authorized or required by federal law or state law. Proposer certifies that it is not engaged in a boycott, and is in full compliance with Section 3 -1.1 of the Code of the City of South Miami. Proposer Initials Acknowledgment, Warranty, and Acceptance 1. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 2. Contractor warrants that it has read, understands, and is willing to comply with all requirements of RFP No. FN2024-03 and any addendum/addenda related thereto. 3. Contractor warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City Commission or City Manager, as applicable. 4. Contractor warrants that all information provided by it in connection with this Proposal is true and accurate. Proposer Initials [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 33 of 94 115 In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of physical presence or online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 34 of 94 116 FORM 4 DISPUTE DISCLOSURE Answer the following questions by placing an “X” after “Yes” or “No”. If you answer “Yes”, please explain in the space provided, or on a separate sheet attached to this form. 1. Has your firm or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? YES __________ NO __________ 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? YES __________ NO __________ 3. Has your firm had against it or filed any requests for equitable adjustment, contract claims, Proposal protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES __________ NO __________ If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts of extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation of falsification of facts shall be cause for forfeiture of rights for further consideration of this Proposal or Proposal for the City of South Miami. ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 35 of 94 117 FORM 5 CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). Copies of the regulations are available from local offices of the U.S. Small Business Administration. (1) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; (c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1)(b) of this certification; and (d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Statement of Qualifications. Business Name_________________________________________________________ Date_________________________ By: Signature of Authorized Representative Name and Title of Authorized Representative 36 of 94 118 FORM 6 PROPOSER’S QUALIFICATIONS SURVEY COMPANY QUALIFICATIONS QUESTIONNAIRE Please complete this Company Qualifications Questionnaire. By completing this form and submitting a response to the RFP, you certify that any and all information contained in the Proposal is true, that your response to the RFP is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a response to the RFP for the same materials, supplies, equipment, or services, is in all respects fair and without collusion or fraud, that you agree to abide by all terms and conditions of the RFP, and certify that you are authorized to sign for the Proposer’s firm. Some responses may require the inclusion of separate attachments. Separate attachments should be as concise as possible, while including the requested information. In no event should the total page count of all attachments to this Form exceed five (5) pages. Some information may not be applicable; in such instances, please insert “N/A”. Firm Name Principal Business Address Telephone Number Facsimile Number Email Address Federal I.D. No. or Social Security Number Municipal Business Tax/Occupational License No. FIRM HISTORY AND INFORMATION How many years has the firm has been in business under its current name and ownership? Please identify the Firm’s document number with the Florida Division of Corporations and date the Firm registered/filed to conduct business in the State of Florida: Document Number Date Filed Please identify the Firm’s category with the Florida Department of Business Professional Regulation (DBPR), DBPR license number, and date licensed by DBPR: Category License No. Date Licensed 37 of 94 119 Please indicate the type of entity form of the Firm (if other, please describe): □ Individual □ Partnership □ Corporation □ LLC □ LLP □ Other Please identify the Firm’s primary business: Please identify the number of continuous years your Firm has performed its primary business: Please list all professional licenses and certifications held by the Firm, its Qualifier/Principal, and any Key Staff, including any active certifications of small, minority, or disadvantaged business enterprise, and the name of the entity that issued the license or certification: License/Certification Type Name of Entity Issuing License or Certification License No. License Issuance Date Please identify the name, license number, and issuance date of any prior companies that pertain to your Firm: License/Certification Type Name of Entity Issuing License or Certification License No. License Issuance Date Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their signing authority: Authorized Signor’s Name Title Signing Authority Threshold (All, Cost up to $X-Amount, No Cost, Other) Please identify the total number of Firm employees, managerial/administrative employees, and identify the total number of trades employees by trade (e.g., 20 electricians, 5 laborers, 2 mechanics, etc.): Total No. of Employees Total No. of Managerial/Administrative Employees Total No. of Trades Employees by Trade INSURANCE INFORMATION Please provide the following information about the Firm’s insurance company: Insurance Carrier Name Insurance Carrier Contact Person 38 of 94 120 Insurance Carrier Address Telephone No. Email Has the Firm filed any insurance claims in the last five (5) years? □ No □ Yes If yes, please identify the type of claim and the amount paid out under the claim: FIRM OWNERSHIP Please identify all Firm owners or partners, their title, and percent of ownership: Owner/Partner Name Title Ownership (%) Please identify whether any of the owners/partners identified above are owners/partners in another entity: □ No □ Yes If yes, please identify the name of the owner/partner, the other entity’s name, and percent of ownership held by the stated owner/partner: Owner/Partner Name Other Entity Name Ownership (%) RECENT CONTRACTS Please identify the five (5) most recent contracts in which your Firm has provided services to other public entities: Public Entity Name Contact Person Telephone No. Email Address Date Awarded By signing below, Proposer certifies that the information contained herein is complete and accurate to the best of Proposer’s knowledge. Firm: Authorized Signature: Date: Print or Type Name: Title: 39 of 94 121 FORM 7 PRICE PROPOSAL Pricing shall be submitted for completion of the Parking Study and Analysis in accordance with the Scope of Services, Section 3. PARKING STUDY & ANALYSIS: $______________________ Firm: Authorized Signature: Date: Print or Type Name: Title: 40 of 94 122 FORM 8 REFERENCE LIST IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM, PROPOSER SHALL PROVIDE A MINIMUM OF FOUR (4) REFERENCE LETTERS. REFERENCE #1 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 41 of 94 123 REFERENCE #2 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 42 of 94 124 REFERENCE #3 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 43 of 94 125 REFERENCE #4 Public Entity Name: Reference Contact Person/Title/Department: Contact Number & Email Public Entity Size/Number of Residents/Square Mileage: Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Is the Contract still Active? Yes No 44 of 94 126 FORM 9 KEY STAFF & PROPOSED SUBCONTRACTORS KEY STAFF Please complete the following chart with the Firm’s proposed Key Staff. If additional space is required, please copy/duplicate this page and attach to this Form. Additional space: □ No □ Yes Name Title Years of Experience Years with Firm Licenses/Certifications Please explain the Firm’s ability and resources to substitute personnel with equal or higher qualifications than the Key Staff they will substitute for where substitute is required due to attrition, turnover, or a specific request by the City: 45 of 94 127 Please identify each Key Staff member’s engagement commitments that will exist concurrently with the City’s Services: Key Staff Name Area of Responsibility Client Commitment (Hours/week) Period of Engagement PROPOSED SUBCONTRACTORS The undersigned Proposer hereby designates, as follows, all major subcontractors whom they propose to utilize for the major areas of work for the services. The bidder is further notified that all subcontractors shall be properly licensed, bondable, and shall be required to furnish the City with a Certificate of Insurance in accordance with the contract general conditions. Failure to furnish this information shall be grounds for rejection of the bidder’s proposal. (If no subcontractors are proposed, state “None” on first line below.) Subcontractor Name & Address Scope of Work License Number Firm: Authorized Signature: Date: Print or Type Name: Title: 46 of 94 128 ATTACHMENT A SAMPLE AGREEMENT PROFESSIONAL SERVICES AGREEMENT BETWEEN THE CITY OF SOUTH MIAMI AND NAME OF ENTITY THIS AGREEMENT (this “Agreement”) is made effective as of the day of , 2024 (the “Effective Date”), by and between the CITY OF SOUTH MIAMI, a Florida municipal corporation, (hereinafter the “City”), and NAME OF ENTITY, a Florida [type of entity], (hereinafter, the “Consultant”). WHEREAS, the City requires the completion of a parking study service of the City’s Town Center es (the “Services”); and WHEREAS, on [date], the City issued Request for Proposals No. FN2024-03 (the “RFP”) for the Services, which RFP is attached hereto as Exhibit “A”; and WHEREAS, the Consultant submitted a Proposal in response to the RFP, which Proposal is attached hereto as Exhibit “B”; and WHEREAS, on [date], the City Commission adopted Resolution No. ________________, approving the award of this Agreement to the Consultant for the provision of the Services pursuant to the RFP; and WHEREAS, the Consultant and City, through mutual negotiation, have agreed upon a fee for the Services; and WHEREAS, the City desires to engage the Consultant to perform the Services and provide the deliverables as specified below. NOW, THEREFORE, in consideration of the mutual covenants and conditions contained herein, the Consultant and the City agree as follows: 1. Scope of Services. 1.1. Consultant shall provide the Services set forth in the RFP attached hereto as Exhibit “A” and the Proposal attached hereto as Exhibit “B” and incorporated herein by reference (the “Services”). 1.2. Consultant shall furnish all reports, documents, and information obtained pursuant to this Agreement, and recommendations during the term of this Agreement (hereinafter “Deliverables”) to the City. 2. Term/Commencement Date. 2.1. The term of this Agreement shall be from the Effective Date through one (1) year thereafter, unless earlier terminated in accordance with Paragraph 8. Additionally, the City Manager may renew 47 of 94 129 this Agreement for two (2) additional one-year periods on the same terms as set forth herein upon written notice to the Consultant. 2.2. Consultant agrees that time is of the essence and Consultant shall complete the Services within the term of this Agreement, unless extended by the City Manager. 3. Compensation and Payment. 3.1. Compensation for Services provided by Consultant shall be in accordance with the Proposal attached hereto as Exhibit “B.” Consultant shall be compensated a flat rate lump sum fee in the amount of $________________. 3.2. Consultant shall deliver an invoice to City no more often than once per month detailing Services completed and the amount due to Consultant under this Agreement. Fees shall be paid in arrears each month, pursuant to Consultant’s invoice, which shall be based upon the percentage of work completed for each task invoiced. The City shall pay the Consultant in accordance with the Florida Prompt Payment Act after approval and acceptance of the Services by the City Manager. 4. Subconsultants. 4.1. The Consultant shall be responsible for all payments to any subconsultants and shall maintain responsibility for all work related to the Services. 4.2. Consultant may only utilize the services of a particular subconsultant with the prior written approval of the City Manager, which approval may be granted or withheld in the City Manager’s sole and absolute discretion. 5. City’s Responsibilities. 5.1. City shall make available any maps, plans, existing studies, reports, staff and representatives, and other data pertinent to the Services and in possession of the City, and provide criteria requested by Consultant to assist Consultant in performing the Services. 5.2. Upon Consultant’s request, City shall reasonably cooperate in arranging access to public information that may be required for Consultant to perform the Services. 6. Consultant’s Responsibilities; Representations and Warranties. 6.1. The Consultant shall exercise the same degree of care, skill and diligence in the performance of the Services as is ordinarily provided by a consultant under similar circumstances. If at any time during the term of this Agreement or within two (2) years from the completion of this Agreement, it is determined that the Consultant’s Deliverables or Services are incorrect, not properly rendered, defective, or fail to conform to City requests, the Consultant shall at Consultant’s sole expense, immediately correct its Deliverables or Services. 6.2. The Consultant hereby warrants and represents that at all times during the term of this Agreement it shall maintain in good standing all required licenses, certifications and permits required under Federal, State and local laws applicable to and necessary to perform the Services for City as an independent contractor of the City. Consultant further warrants and represents that it has the required knowledge, expertise, and experience to perform the Services and carry out its obligations under this Agreement in a professional and first class manner. 48 of 94 130 6.3. The Consultant represents that is an entity validly existing and in good standing under the laws of Florida. The execution, delivery and performance of this Agreement by Consultant have been duly authorized, and this Agreement is binding on Consultant and enforceable against Consultant in accordance with its terms. No consent of any other person or entity to such execution, delivery and performance is required. 7. Conflict of Interest. 7.1. To avoid any conflict of interest or any appearance thereof, Consultant shall not, for the term of this Agreement, provide any consulting services to any private sector entities (developers, corporations, real estate investors, etc.), with any current, or foreseeable, adversarial issues in the City. 8. Termination. 8.1. The City Manager, without cause, may terminate this Agreement upon five (5) calendar days written notice to the Consultant, or immediately with cause. 8.2. Upon receipt of the City's written notice of termination, Consultant shall immediately stop work on the project unless directed otherwise by the City Manager. 8.3. In the event of termination by the City, the Consultant shall be paid for all work accepted by the City Manager up to the date of termination, provided that the Consultant has first complied with the provisions of Paragraph 8.4. 8.4. The Consultant shall transfer all books, records, reports, working drafts, documents, maps, and data pertaining to the Services and the project to the City, in a hard copy and electronic format within fourteen (14) days from the date of the written notice of termination or the date of expiration of this Agreement. 9. Insurance. 9.1. Consultant shall secure and maintain throughout the duration of this agreement insurance of such types and in such amounts not less than those specified below as satisfactory to City, naming the City as an Additional Insured, underwritten by a firm rated A-X or better by A.M. Best and qualified to do business in the State of Florida. The insurance coverage shall be primary insurance with respect to the City, its officials, employees, agents, and volunteers naming the City as additional insured. Any insurance maintained by the City shall be in excess of the Consultant’s insurance and shall not contribute to the Consultant’s insurance. The insurance coverages shall include at a minimum the amounts set forth in this section and may be increased by the City as it deems necessary or prudent. 9.1.1. Commercial General Liability coverage with limits of liability of not less than a $1,000,000 per Occurrence combined single limit for Bodily Injury and Property Damage. This Liability Insurance shall also include Completed Operations and Product Liability coverages and eliminate the exclusion with respect to property under the care, custody and control of Consultant. The General Aggregate Liability limit and the Products/Completed Operations Liability Aggregate limit shall be in the amount of $2,000,000 each. 9.1.2. Workers Compensation and Employer’s Liability insurance, to apply for all employees for statutory limits as required by applicable State and Federal laws. The policy(ies) must include 49 of 94 131 Employer’s Liability with minimum limits of $1,000,000.00 each accident. No employee, subcontractor or agent of the Consultant shall be allowed to provide Services pursuant to this Agreement who is not covered by Worker’s Compensation insurance. 9.1.3. Business Automobile Liability with minimum limits of $1,000,000 per occurrence, combined single limit for Bodily Injury and Property Damage. 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 the Insurance Service Office, and must include Owned, Hired, and Non-Owned Vehicles. 9.1.4. Professional Liability Insurance in an amount of not less than One Million Dollars ($1,000,000.00) per occurrence, single limit. 9.2. Certificate of Insurance. Certificates of Insurance shall be provided to the City, reflecting the City as an Additional Insured (except with respect to Professional Liability Insurance and Worker’s Compensation Insurance), no later than ten (10) days after award of this Agreement and prior to the execution of this Agreement by City and prior to commencing Services. Each certificate shall include no less than (30) thirty-day advance written notice to City prior to cancellation, termination, or material alteration of said policies or insurance. The Consultant shall be responsible for assuring that the insurance certificates required by this Section remain in full force and effect for the duration of this Agreement, including any extensions or renewals that may be granted by the City. The Certificates of Insurance shall not only name the types of policy(ies) provided, but also shall refer specifically to this Agreement and shall state that such insurance is as required by this Agreement. The City reserves the right to inspect and return a certified copy of such policies, upon written request by the City. If a policy is due to expire prior to the completion of the Services, renewal Certificates of Insurance shall be furnished thirty (30) calendar days prior to the date of their policy expiration. Each policy certificate shall be endorsed with a provision that not less than thirty (30) calendar days’ written notice shall be provided to the City before any policy or coverage is cancelled or restricted. Acceptance of the Certificate(s) is subject to approval of the City. 9.3. Additional Insured. Except with respect to Professional Liability Insurance and Worker’s Compensation Insurance, the City is to be specifically included as an Additional Insured for the liability of the City resulting from Services performed by or on behalf of the Consultant in performance of this Agreement. The Consultant’s insurance, including that applicable to the City as an Additional Insured, shall apply on a primary basis and any other insurance maintained by the City shall be in excess of and shall not contribute to the Consultant’s insurance. The Consultant’s insurance shall contain a severability of interest provision providing that, except with respect to the total limits of liability, the insurance shall apply to each Insured or Additional Insured (for applicable policies) in the same manner as if separate policies had been issued to each. 9.4. Deductibles. All deductibles or self-insured retentions must be declared to and be reasonably approved by the City. The Consultant shall be responsible for the payment of any deductible or self-insured retentions in the event of any claim. 9.5. The provisions of this section shall survive termination of this Agreement. 10. Nondiscrimination. During the term of this Agreement, Consultant shall not discriminate against any of its employees or applicants for employment because of their race, color, religion, sex, or national origin, and to abide by all Federal and State laws regarding nondiscrimination. 50 of 94 132 11. Attorneys Fees and Waiver of Jury Trial. 11.1. In the event of any litigation arising out of this Agreement, the prevailing party shall be entitled to recover its attorneys’ fees and costs, including the fees and expenses of any paralegals, law clerks and legal assistants, and including fees and expenses charged for representation at both the trial and all appellate levels. 11.2. IN THE EVENT OF ANY LITIGATION ARISING OUT OF THIS AGREEMENT, EACH PARTY HEREBY KNOWINGLY, IRREVOCABLY, VOLUNTARILY AND INTENTIONALLY WAIVES ITS RIGHT TO TRIAL BY JURY. 12. Indemnification. 12.1. Consultant shall indemnify and hold harmless the City, its officers, agents and employees, from and against any and all demands, claims, losses, suits, liabilities, causes of action, judgment or damages, arising from Consultant’s performance or non-performance of any provision of this Agreement, including, but not limited to, liabilities arising from contracts between the Consultant and third parties made pursuant to this Agreement. Consultant shall reimburse the City for all its expenses including reasonable attorneys’ fees and costs incurred in and about the defense of any such claim or investigation and for any judgment or damages arising from Consultant’s performance or non-performance of this Agreement. 12.2. Nothing herein is intended to serve as a waiver of sovereign immunity by the City nor shall anything included herein be construed as consent to be sued by third parties in any matter arising out of this Agreement or any other contract. The City is subject to section 768.28, Florida Statutes, as may be amended from time to time. 12.3. The provisions of this section shall survive termination of this Agreement. 13. Notices/Authorized Representatives. Any notices required by this Agreement shall be in writing and shall be deemed to have been properly given if transmitted by hand-delivery, by registered or certified mail with postage prepaid return receipt requested, or by a private postal service, addres sed to the parties (or their successors) at the addresses listed on the signature page of this Agreement or such other address as the party may have designated by proper notice. 14. Governing Law and Venue. This Agreement shall be construed in accordance with and governed by the laws of the State of Florida. Venue for any proceedings arising out of this Agreement shall be proper exclusively in Miami-Dade County, Florida. 15. Entire Agreement/Modification/Amendment. 15.1. This writing contains the entire Agreement of the parties and supersedes any prior oral or written representations. No representations were made or relied upon by either party, other than those that are expressly set forth herein. 15.2. No agent, employee, or other representative of either party is empowered to modify or amend the terms of this Agreement, unless executed with the same formality as this document. 16. Ownership and Access to Records and Audits. 51 of 94 133 16.1. Consultant acknowledges that all inventions, innovations, improvements, developments, methods, designs, analyses, drawings, reports, compiled information, and all similar or related information (whether patentable or not) which relate to Services to the City which are conceived, developed or made by Consultant during the term of this Agreement (“Services Product”) belong to the City. Consultant shall promptly disclose such Services Product to the City and perform all actions reasonably requested by the City (whether during or after the term of this Agreement) to establish and confirm such ownership (including, without limitation, assignments, powers of attorney and other instruments). 16.2. Consultant agrees to keep and maintain public records in Consultant’s possession or control in connection with Consultant’s performance under this Agreement. The City Manager or her designee shall, during the term of this Agreement and for a period of three (3) years from the date of termination of this Agreement, have access to and the right to examine and audit any records of the Consultant involving transactions related to this Agreement. Consultant additionally agrees to comply specifically with the provisions of Section 119.0701, Florida Statutes. Consultant shall 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 Agreement, and following completion of the Agreement until the records are transferred to the City. 16.3. Upon request from the City’s custodian of public records, Consultant shall provide the City 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 by Chapter 119, Florida Statutes, or as otherwise provided by law. 16.4. Unless otherwise provided by law, any and all records, including but not limited to reports, surveys, and other data and documents provided or created in connection with this Agreement are and shall remain the property of the City. 16.5. Upon completion of this Agreement or in the event of termination by either party, any and all public records relating to the Agreement in the possession of the Consultant shall be delivered by the Consultant to the City Manager, at no cost to the City, wit hin seven (7) days. All such records stored electronically by Consultant shall be delivered to the City in a format that is compatible with the City’s information technology systems. Once the public records have been delivered upon completion or termination of this Agreement, the Consultant shall destroy any and all duplicate public records that are exempt or confidential and exempt from public records disclosure requirements. 16.6. Any compensation due to Consultant shall be withheld until all records are received as provided herein. 16.7. Consultant’s failure or refusal to comply with the provisions of this section shall result in the immediate termination of this Agreement by the City. 16.8. Notice Pursuant to Section 119.0701(2)(a), Florida Statutes. IF THE CONSULTANT HAS QUESTIONS REGARDING THE APPLICATION OF CHAPTER 119, FLORIDA STATUTES, TO THE CONSULTANT’S DUTY TO PROVIDE PUBLIC RECORDS 52 of 94 134 RELATING TO THIS AGREEMENT, CONTACT THE CUSTODIAN OF PUBLIC RECORDS. Custodian of Records: Nkenga “Nikki” Payne, CMC, FCRM Mailing address: 6130 Sunset Drive South Miami, FL 33143 Telephone number: 305-663-6340 Email: NPayne@southmiamifl.gov 17. Nonassignability. This Agreement shall not be assignable by Consultant unless such assignment is first approved by the City Manager. The City is relying upon the apparent qualifications and expertise of the Consultant, and such firm’s familiarity with the City’s area, circumstances and desires. 18. Severability. If any term or provision of this Agreement shall to any extent be held invalid or unenforceable, the remainder of this Agreement shall not be affected thereby, and each remaining term and provision of this Agreement shall be valid and be enforceable to the fullest extent permitted by law. 19. Independent Consultant. The Consultant and its employees, volunteers and agents shall be and remain an independent contractor and not an agent or employee of the City with respect to all of the acts and services performed by and under the terms of this Agreement. This Agreement shall not in any way be construed to create a partnership, association or any other kind of joint undertaking, enterprise or venture between the parties. 20. Compliance with Laws. The Consultant shall comply with all applicable laws, ordinances, rules, regulations, and lawful orders of public authorities in carrying out Services under this Agreement, and in particular shall obtain all required permits from all jurisdictional agencie s to perform the Services under this Agreement at its own expense. 21. Waiver. The failure of either party to this Agreement to object to or to take affirmative action with respect to any conduct of the other which is in violation of the terms of this Agreement shall not be construed as a waiver of the violation or breach, or of any future violation, breach or wrongful conduct. 22. Survival of Provisions. Any terms or conditions of either this Agreement that require acts beyond the date of the term of the Agreement, shall survive termination of the Agreement, shall remain in full force and effect unless and until the terms or conditions are completed and shall be fully enforceable by either party. 23. Prohibition of Contingency Fees. The Consultant warrants that it has not employed or retained any company or person, other than a bona fide employee working solely for the Consultant, to solicit or secure this Agreement, and that it has not paid or agreed to pay any person(s), company, c orporation, individual or firm, other than a bona fide employee working solely for the Consultant, any fee, commission, percentage, gift, or any other consideration, contingent upon or resulting from the award or making of this Agreement. 24. Public Entity Crimes Affidavit. Consultant shall comply with Section 287.133, Florida Statutes (Public Entity Crimes Statute), notification of which is hereby incorporated herein by reference, including execution of any required affidavit. 53 of 94 135 25. Counterparts. This Agreement may be executed in several counterparts, each of which shall be deemed an original and such counterparts shall constitute one and the same instrument. 26. Conflicts. In the event of a conflict between the terms of this Agreement and any exhibits or attachments hereto, the terms of this Agreement shall control. 27. E-Verify Affidavit. In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not ente r into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide its proof of enrollment in E-Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E-Verify, please visit: https://www.e-verify.gov/faq/how-do-i-provide- proof-of-my-participationenrollment-in-e-verify. By entering into this Agreement, the Consultant acknowledges that it has read Section 448.095, Florida Statutes; will comply with the E -Verify requirements imposed by Section 448.095, Florida Statutes, including but not limited to obtaining E- Verify affidavits from subcontractors; and has executed the required affidavit attached hereto and incorporated herein. [Remainder of page intentionally left blank. Signature page and E-Verify Affidavit follows.] 54 of 94 136 E-VERIFY AFFIDAVIT In accordance with Section 448.095, Florida Statutes, the City requires all contractors doing business with the City to register with and use the E-Verify system to verify the work authorization status of all newly hired employees. The City will not enter into a contract unless each party to the contract registers with and uses the E-Verify system. The contracting entity must provide of its proof of enrollment in E -Verify. For instructions on how to provide proof of the contracting entity’s participation/enrollment in E -Verify, please visit: https://www.e- verify.gov/faq/how-do-i-provide-proof-of-my-participationenrollment-in-e-verify By signing below, the contracting entity acknowledges that it has read Section 448.095, Florida Statutes and will comply with the E-Verify requirements imposed by it, including but not limited to obtaining E -Verify affidavits from subcontractors. ☐ Check here to confirm proof of enrollment in E-Verify has been attached to this Affidavit. In the presence of: Signed, sealed and delivered by: Witness #1 Print Name: Print Name: Title: Witness #2 Print Name: Entity Name: ACKNOWLEDGMENT State of Florida County of The foregoing instrument was acknowledged before me by means of ☐ physical presence or ☐ online notarization, this day of , 20 , by (name of person) as (type of authority) for (name of party on behalf of whom instrument is executed). Notary Public (Print, Stamp, or Type as Commissioned) Personally known to me; or Produced identification (Type of Identification: ) Did take an oath; or Did not take an oath 55 of 94 137 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed the day and year as first stated above. CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager Attest: By: Nkenga “Nikki” Payne, CMC, FCRM City Clerk Approved as to form and legal sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. City Attorney Addresses for Notice: Genaro “Chip” Iglesias City of South Miami Attn: City Manager 6130 Sunset Drive South Miami, FL 33143 305-668-2510 (telephone) 305-663-6345 (facsimile) chip@southmiamifl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Lillian Arango, Esq. City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com (email) CONSULTANT By: Name: Title: Entity: Addresses for Notice: (telephone) (facsimile) (email) With a copy to: (telephone) (facsimile) (email) 56 of 94 138 ATTACHMENT B DECLARATION/AFFIDAVIT 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, must list on an affidavit provided by the City staff, all individuals who may make a presentation. The affidavit must 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, must not be required to pay any registration fees. No person may 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 paragrap h 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, ________________, makes the following declaration under penalties of perjury: Listed below are all individuals who may make a presentation on behalf of the entity that the affiant represents in connection with Request for Proposals (RFP) No. . Please note; No person may 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 Clerk's office as a lobbyist and has paid all applicable lobbyist registration fees. NAME TITLE 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, will not be required to pay any registration fees. The Affidavit of Representation must 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. STATE OF FLORIDA ) ) ss: COUNTY OF ________________ ) The foregoing instrument was acknowledged before me by means of  physical presence or  online notarization this day of , 20 , by , on behalf of . She/He  is personally known to me or  has produced as identification. Notary Public Print Name 57 of 94 139 ATTACHMENT C ADDENDUM TO CONTRACT AMERICAN RESCUE PLAN ACT (ARPA) 58 of 94 140 City of South Miami, FL Page 1 of 12 ATTACHMENT C AMERICAN RESCUE PLAN ACT ADDENDUM TO PARKING STUDY SERVICES BETWEEN THE CITY OF SOUTH MIAMI AND [NAME OF ENTITY] THIS ADDENDUM to the PARKING STUDY SERVICES (the “Addendum”) is entered into as of the day of , 2024 (the “Effective Date of this Addendum”), by and between the CITY OF SOUTH MIAMI, a Florida municipal corporation, (the “City”) and NAME OF ENTITY, a [State] [type of entity] [if out of state entity, add and confirm that the entity is: authorized to do business in Florida] (hereinafter, the “Contractor”). Collectively, the City and the Contractor are referred to as “Parties.” WHEREAS, on [DATE], the City entered into a Professional Services Agreement (the “Agreement”) with the Contractor for the Professional Services related to the PARKING STUDY SERVICES project(s) for contractor to implement] (the “Project”), as further defined in the Agreement; and WHEREAS, on March 11, 2021, the federal government adopted the American Rescue Plan Act (“ARPA”), which, among other things, provides local governments with emergency COVID-19 funding; and WHEREAS, the City desires to utilize ARPA funding to implement the Project; and WHEREAS, in order to utilize ARPA funding for the Project, the City desires to incorporate federally required contract provisions relating to ARPA into the Agreement, as set forth in this ARPA Addendum; and WHEREAS, the City and Contractor wish to modify the terms of the Agreement in accordance with the terms and conditions set forth in this ARPA Addendum. NOW, THEREFORE, for and in consideration of the mutual promises set forth herein, the City and Contractor agree as follows:1 1. Recitals Incorporated. The above recitals are true and correct and incorporated herein. 2. American Rescue Plan Act Provisions. The Agreement is hereby amended by adding the following provisions to the Agreement: 2.1. Mandated Federal Agreement Conditions. 2.1.1. In connection with the performance of this Agreement, Contractor acknowledges that compensation for the Project services under this Agreement shall be fully or partially funded using the Coronavirus State and Local Fiscal Recovery Funds allocated to the Ci ty 1 Coding: Strikethrough words are deletions to the existing words. Underlined words are additions to the existing words. 59 of 94 141 City of South Miami, FL Page 2 of 12 pursuant to the American Rescue Plan Act. As such, Contractor shall comply with all laws, rules, regulations, policies, and guidelines (including any subsequent amendments to such laws, regulations, policies, and guidelines) required by the American Rescue Plan Act, including, but not limited to the following documents and guidelines, which are incorporated herein and made a part of this Agreement: ARPA Exhibit 1.Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200), as applicable and as may be amended from time to time; ARPA Exhibit 2.The U.S. Department of the Treasury’s Final Rule governing ARPA, dated January 27, 2022; ARPA Exhibit 3.U.S. Department of the Treasury Coronavirus State and Local Fiscal Recovery Funds Award Terms and Conditions (Assistance Listing Number 21.019); ARPA Exhibit 4.The U.S. Department of the Treasury’s Coronavirus State and Local Fiscal Recovery Funds Frequently Asked Questions, dated April 27, 2022; ARPA Exhibit 5.American Rescue Plan Act Coronavirus Local Fiscal Recovery Fund Agreement between the City and the State of Florida, Division of Emergency Management; ARPA Exhibit 6.The U.S. Department of the Treasury’s ARPA Compliance and Reporting Guidance, dated June 17, 2022; and ARPA Exhibit 7.Assurances of Compliance with Civil Rights Requirements. A copy of the above-referenced documents are available for inspection by the Contractor at the Office of the City Clerk and at the following City link: ARPA EXHIBITS, Exhibit 1 through Exhibit 7 Listed Above in Section 2.11: https://southmiamiflgov- my.sharepoint.com/:f:/g/personal/skulick_southmiamifl_gov/EqZe4BSydzhJlKcTTEKz1x EBXe_9fwkGvYlOaDEq6qrosw?e=5fwsTC 2.1.2. Title VI Requirements. Contractor acknowledges that the City has certified compliance with Title VI of the Civil Rights Act of 1964 to the U.S. Department of the Treasury on the form incorporated herein as ARPA Exhibit 7. Towards that end, Contractor shall ensure that performance of work in connection with this Agreement complies with the certifications and requirements contained in ARPA Exhibit 7 and shall also adhere to the following provisions: (1) The Contractor and its subcontractors, successors, transferees, and assignees shall comply with Title VI of the Civil Rights Act of 1964, which prohibits recipients of federal financial assistance from excluding from a program or activity, denying benefits of, or otherwise discriminating against a person on the basis of race, color, or national origin (42 U.S.C. § 2000d et seq.), as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, which are herein incorporated by referen ce and 60 of 94 142 City of South Miami, FL Page 3 of 12 made a part of this Agreement. Title VI also includes protection to persons with “Limited English Proficiency” in any program or activity receiving federal financial assistance, 42 U.S.C. § 2000d et seq., as implemented by the Department of the Treasury’s Title VI regulations, 31 CFR Part 22, and herein incorporated by reference and made a part of this Agreement. (2) Pursuant to 44 C.F.R. §§ 7 and 16, and 44 C.F.R. § 206.11, and that the Contractor shall undertake an active program of nondiscrimination in its administration of the Work under this Agreement. 2.1.3. Americans with Disabilities Act Requirements. The Contractor agrees to comply with the Americans with Disabilities Act (Public Law 101-336, 42 U.S.C. §§ 12101 et seq.), which prohibits discrimination by public and private entities on the basis of disability in employment, public accommodations, transportation, State and Local government services, and telecommunications. Additionally, Contractor agrees to comply with Section 504 of the Rehabilitation Act of 1973 (29 U.S.C. §§ 3601), which prohibits discrimination against individuals on the basis of discrimination under any program or activity under this Agreement. 2.1.4. Age Discrimination Act of 1975. Contractor shall comply with the requirements of 42 U.S.C. §§ 6101 et seq., as amended, and the Treasury’s implementing regulations (31 CFR Part 23), which prohibits the discrimination on the basis of age in programs or activities under this Agreement. 2.1.5. Protections for Whistleblowers. (1) In accordance with 41 U.S.C. § 4712, Contractor may not discharge, demote, or otherwise discriminate against an employee in reprisal for disclosing to any of the list of persons or entities provided below, information that the employee reasonably believes is evidence of gross mismanagement of a federal contract or grant, a gross waste of federal funds, an abuse of authority relating to a federal contract or grant, a substantial and specific danger to public health or safety, or a violation of law, rule, or regulation related to a federal contract (including the competition for or negotiation of a contract) or grant. (2) The list of persons and entities referenced in the paragraph above includes the following: i.A Member of Congress or a representative of a committee of Congress. ii.An Inspector General iii.The Government Accountability Office. iv.A Federal employee responsible for contract or grant oversight or management at the relevant agency. v.An authorized official of the Department of Justice or other law enforcement agency. vi.A court or grand jury. 61 of 94 143 City of South Miami, FL Page 4 of 12 vii.A management official or other employee of the Contractor, subcontractor, the State of Florida, or the City who has the responsibility to investigate, discover, or address misconduct. (3) The Contractor shall inform its employees in writing of the rights and remedies provided under this section, in the predominant native language of the workforce. 2.1.6. Compliance with Immigration and Nationality Act (INA). Contractor hereby certifies that it does not knowingly employ unauthorized alien workers in violation of the employment provisions contained in 8 USC Section 1324a(e) [Section 274A(e) of the Immigration and Nationality Act (“INA”)]. 2.1.7. Seat Belts Required. Pursuant to Executive Order 13043, 62 FR 19217, Contractor shall adopt and enforce policies or programs that require employees to use seat belts while operating or traveling on vehicles owned, rented, or personally owned by the Contractor and its employees while performing the Work. 2.1.8. Texting While Driving Ban. Pursuant to Executive Order 13513, 74 FR 51225, Contractor shall adopt and enforce policies that ban text messaging while driving and workplace safety policies designed to decrease accidents caused by distracted drivers. 2.1.9. Publication. Contractor shall obtain approval from the City in writing prior to issuing any publications in connection with this Agreement. If approved by the City, the Contractor shall include the following language in any and all publications issued: “This Project is [being funded/was supported] in part by federal award number (FAIN) [Insert Project FAIN] awarded to City of South Miami by the U.S. Department of the Treasury.” 2.1.10. Reporting Conflict of Interests. Contractor agrees to disclose in writing to the City, U.S. Department of the Treasury, and the State of Florida, as appropriate, any potential conflicts of interest affecting the use of funds awarded under the American Rescue Plan Act in accordance with 2 CFR 200.112. 2.2. Compliance with Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards (2 CFR Part 200). In accordance with the Final Rule and other guidelines provided in connection with the American Rescue Plan Act, Contractor shall be subject to the federal Uniform Administrative Requirements, Cost Principles, and Audit Requirements for Federal Awards under 2 CFR Part 200, including, but not limited to: 2.2.1. Equal Employment Opportunity Compliance. During the performance of this Agreement, the Contractor agrees as follows: (1) The Contractor will not discriminate against any employee or applicant for employment because of race, color, religion, sex, sexual orientation, gender identity, or national origin. The Contractor will take affirmative action to ensure that applicants are employed, and that employees are treated during employment without regard to their race, color, religion, sex, sexual orientation, gender identity, or national origin. Such action shall include, but not be limited to the following: 62 of 94 144 City of South Miami, FL Page 5 of 12 a. Employment, upgrading, demotion, or transfer; recruitment or recruitment advertising; b. layoff or termination; c. rates of pay or other forms of compensation; and d. selection for training, including apprenticeship The Contractor agrees to post in conspicuous places, available to employees and applicants for employment, notices to be provided setting forth the provisions of this nondiscrimination clause. (2) The Contractor will, in all solicitations or advertisements for employees placed by or on behalf of the Contractor, state that all qualified applicants will receive consideration for employment without regard to race, color, religion, sex, sexual orientation, gender identity, or national origin. (3) The Contractor will not discharge or in any other manner discriminate against any employee or applicant for employment because such employee or applicant has inquired about, discussed, or disclosed the compensation of the employee or applicant or another employee or applicant. This provision shall not apply to instances in which an employee who has access to the compensation information of other employees or applicants as a part of such employee's essential job functions discloses the compensation of such other employees or applicants to individuals who do not otherwise have access to such information, unless such disclosure is in response to a formal complaint or charge, in furtherance of an investigation, proceeding, hearing, or action, including an investigation conducted by the employer, or is consistent with the Contractor's legal duty to furnish information. (4) The Contractor will send to each labor union or representative of workers with which he has a collective bargaining agreement or other contract or understanding, a notice to be provided advising the said labor union or workers' representatives of the Contractor's commitments under this section, and shall post copies of the notice in conspicuous places available to employees and applicants for employment. (5) The Contractor will comply with all provisions of Executive Order 11246 of September 24, 1965, and of the rules, regulations, and relevant orders of the U.S. Secretary of Labor. (6) The Contractor will furnish all information and reports required by Executive Order 11246 of September 24, 1965, and by rules, regulations, and orders of the Secretary of Labor, or pursuant thereto, and will permit access to his books, records, and accounts by the administering agency and the U.S. Secretary of Labor for purposes of investigation to ascertain compliance with such rules, regulations, and orders. (7) In the event of the Contractor's noncompliance with the nondiscrimination clauses of this contract or with any of the said rules, regulations, or orders, this contract may be canceled, terminated, or suspended in whole or in part and the Contractor may be 63 of 94 145 City of South Miami, FL Page 6 of 12 declared ineligible for further Government contracts or federally assisted construction contracts in accordance with procedures authorized in Executive Order 11246 of September 24, 1965, and such other sanctions may be imposed and remedies invoked as provided in Executive Order 11246 of September 24, 1965, or by rule, regulation, or order of the U.S. Secretary of Labor, or as otherwise provided by law. (8) The Contractor will include the portion of the sentence immediately preceding paragraph (1) and the provisions of paragraphs (1) through (8) in every subcontract or purchase order unless exempted by rules, regulations, or orders of the U.S. Secretary of Labor issued pursuant to section 204 of Executive Order 11246 of September 24, 1965, so that such provisions will be binding upon each subcontractor or vendor. The Contractor will take such action with respect to any subcontract or purchase order as the administering agency may direct as a means of enforcing such provisions, including sanctions for noncompliance: Provided, however, that in the event a Contractor becomes involved in, or is threatened with, litigation with a subcontractor or vendor as a result of such direction by the administering agency, the Contractor may request the United States to enter into such litigation to protect the interests of the United States. 2.2.2. Contract Work Hours and Safety Standards Act Compliance. During the performance of this Agreement, the Contractor shall comply with the provisions of the Contract Work Hours and Safety Standards Act (40 U.S.C. 3701 through 3708), including as follows: (1) Overtime requirements. No Contractor or subcontractor contracting for any part of the Agreement Work which may require or involve the employment of laborers or mechanics shall require or permit any such laborer or mechanic in any workweek in which he or she is employed on such work to work in excess of forty hours in such workweek unless such laborer or mechanic receives compensation at a rate not less than one and one-half times the basic rate of pay for all hours worked in excess of forty hours in such workweek. (2) Violation; liability for unpaid wages; liquidated damages. In the event of any violation of the clause set forth in paragraph (1) of this section the Contractor and any subcontractor responsible therefor shall be liable for the unpaid wages. In addition, such Contractor and subcontractor shall be liable to the United States, for liquidated damages. Such liquidated damages shall be computed with respect to each individual laborer or mechanic, including watchmen and guards, employed in violation of the clause set forth in paragraph (1) of this section, in the sum of $10 for each calendar day on which such individual was required or permitted to work in excess of the standard workweek of forty hours without payment of the overtime wages required by the clause set forth in paragraph (1) of this section. (3) Withholding for unpaid wages and liquidated damages. The City shall upon its own action or upon written request of an authorized representative of the U.S. Department of Labor withhold or cause to be withheld, from any moneys payable on account of work performed by the Contractor or subcontractor under any such contract or any other Federal contract with the same Contractor, or any other federally-assisted contract subject to the Contract Work Hours and Safety Standards Act, which is held by the 64 of 94 146 City of South Miami, FL Page 7 of 12 same Contractor, such sums as may be determined to be necessary to satisfy any liabilities of such Contractor or subcontractor for unpaid wages and liquidated damages as provided in the clause set forth in paragraph (2) of this section. (4) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clauses set forth in paragraph (1) through (4) of this section and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The Contractor shall be responsible for compliance by any subcontractor or lower tier subcontractor with the clauses set forth in paragraphs (1) through (4) of this section. 2.2.3. Clean Air Act Compliance. During the performance of this Agreement, the Contractor shall comply with the provisions of Clean Air Act (42 U.S.C. § 7401 et seq., as amended) and specifically agrees as follows: (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Clean Air Act, as amended, 42 U.S.C.§ 7401 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance in connection with this Agreement. 2.2.4. Federal Water Pollution Control Act Compliance. During the performance of this Agreement, the Contractor shall comply with the provisions of Federal Water Pollution Control Act (33 U.S.C. § 1251 et seq., as amended) and specifically agrees as follows: (1) The Contractor agrees to comply with all applicable standards, orders or regulations issued pursuant to the Federal Water Pollution Control Act, as amended, 33 U.S.C. 1251 et seq. (2) The Contractor agrees to report each violation to the City and understands and agrees that the City will, in turn, report each violation as required to assure notification to the Environmental Protection Agency Region 4 (Southeast) Office. (3) The Contractor agrees to include these requirements in each subcontract exceeding $100,000 financed in whole or in part with Federal assistance in connection with this Agreement. 2.2.5. Debarment and Suspension Compliance. During the performance of this Agreement, the Contractor warrants that Contractor or its subcontractors are not debarred, suspended, or otherwise ineligible for contract awards under Executive Orders 12549 and 12689. Contractor shall comply with the following provisions: (1) This Agreement is a covered transaction for purposes of 2 C.F.R. pt. 180, the U.S. Department of the Treasury’s implementing regulations at 31 CFR Part 19, and 2 C.F.R. pt. 3000. As such the Contractor is required to verify that none of the Contractor, 65 of 94 147 City of South Miami, FL Page 8 of 12 its principals (defined at 2 C.F.R. § 180.995), or its affiliates (defined at 2 C.F.R. § 180.905) are excluded (defined at 2 C.F.R. § 180.940) or disqualified (defined at 2 C.F.R. § 180.935). (2) The Contractor must comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C and must include a requirement to comply with these regulations in any lower tier covered transaction it enters into. (3) This certification is a material representation of fact relied upon by the City. If it is later determined that the Contractor did not comply with 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C, in addition to remedies available to the City, the Federal Government may pursue available remedies, including but not limited to suspension and/or debarment. (4) The Contractor agrees to comply with the requirements of 2 C.F.R. pt. 180, subpart C and 2 C.F.R. pt. 3000, subpart C throughout the period of this Agreement. The Contractor further agrees to include a provision requiring such compliance in its lower tier covered transactions. (5) Contractor certifies that they: i. Are not presently debarred, suspended, proposed for debarment, declared ineligible, or voluntarily excluded from covered transactions by a Federal department or agency; ii. Have not, within a five (5)-year period preceding this proposal, been convicted of or had a civil judgment rendered against them for fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State or Local) transaction or contract under public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property. iii. Are not presently indicted or otherwise criminally or civilly charged by a governmental entity (Federal, State or Local); and iv. Have not, within a five (5)-year period preceding this Agreement, had one or more public transactions (Federal, State or Local) terminated for cause or default. If the Contractor is unable to obtain and provide such certification, then the Contractor shall attach an explanation to this Agreement as to why not. 2.2.6. Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352, as amended). During the performance of this Agreement, the Contractor and its subcontractors shall comply with the provisions of the Byrd Anti-Lobbying Amendment (31 U.S.C. § 1352, as amended). Specifically, Contractor represents and warrants as follows: (1) No Funds received by the Contractor under this Agreement have been paid or will be paid, by or on behalf of the Contractor, to any person for influencing or attempting to influence an officer or employee of any agency, a member of Congress, an officer or 66 of 94 148 City of South Miami, FL Page 9 of 12 employee of Congress, or an employee of a member of Congress in connection with the awarding of any Federal contract, the making of any Federal grant, the making of any Federal loan, the entering into of any cooperative agreement, and the extension, continuation, renewal, amendment, or modification of any Federal contract, grant, loan, or cooperative agreement. (2) If any monies, other than Funds received by Contractor under this Agreement, have been paid or will be paid to any person for influencing or attempting to influence an officer or employee of any agency, a Member of Congress, an officer or employee of Congress, or an employee of a Member of Congress in connection with this Federal contract, grant, loan or cooperative agreement, the Contractor shall complete and submit Standard Form-LLL, "Disclosure of Lobbying Activities," in accordance with its instructions. (3) The Contractor shall require that this certification be included in the award documents for all subawards at all tiers (including subcontracts, subgrants, and contracts under grants, loans, and cooperative agreements) and that all such sub-recipients shall certify and disclose accordingly. (4) This certification is a material representation of fact upon which reliance was placed when this transaction was made or entered into. Submission of this certification is a prerequisite for making or entering into this transaction imposed by the Byrd Anti- Lobbying Amendment (31 U.S.C. 1352). Any person who fails to file the required certification shall be subject to a civil penalty of not less than $10,000 and not more than $100,000 for each such failure. 2.2.7. Copeland “Anti-Kickback” Act. During the performance of this Agreement, the Contractor and its subcontractors shall comply with the provisions of the Copeland “Anti- Kickback” Act as follows: (1) The Contractor shall comply with 18 U.S.C. § 874, 40 U.S.C. § 3145, and the requirements of 29 C.F.R. part 3 as may be applicable, which are incorporated by reference into this Agreement. (2) Subcontracts. The Contractor or subcontractor shall insert in any subcontracts the clause above and such other clauses as the federal government may by appropriate instructions require, and also a clause requiring the subcontractors to include these clauses in any lower tier subcontracts. The prime contractor shall be responsible for the compliance by any subcontractor or lower tier subcontractor with all of these contract clauses. (3) Breach. A breach of the contract clauses above may be grounds for termination of this Agreement, and for debarment as a contractor and subcontractor as provided in 29 C.F.R. § 5.12. 2.2.8. Procurement of Recovered Materials. Contractor shall comply with the provisions of 2 C.F.R.323, including Section 6002 of the Solid Waste Disposal Act. Towards that end, in the performance of this Agreement, the Contractor shall make maximum use of products containing recovered materials that are EPA-designated items, unless the product cannot be 67 of 94 149 City of South Miami, FL Page 10 of 12 acquired: (1) competitively within a timeframe providing for compliance with the contract performance schedule; (2) meeting contract performance requirements; or (3) at a reasonable price. Information about this requirement, along with the list of EPA-designated items, is available at EPA’s Comprehensive Procurement Guidelines web site, https://www.epa.gov/smm/comprehensiveprocurement-guideline-cpg-program. 2.2.9. Domestic Preferences for Procurements. To the greatest extent practicable, Contractor and its subcontractors shall provide preference for the purchase, acquisition, or use of goods, products, or materials produced in the United States, in accordance with 2 CFR 200.322, “Domestic preferences for procurements.” 2.2.10. 2 CFR Subpart F – Audit Requirements. Contractor shall assist the City in complying with the audit requirements under 2 CFR Subpart F – Audit Requirements (“Federal Audit Provisions”) and the reporting requirements of the U.S. Department of the Treasury’s Final Rule, as amended, and other guidelines issued in connection with the American Rescue Plan Act. (1) Contractor shall assist the City in complying with the Federal Audit Provisions by providing the City, the State of Florida, the U.S. Department of the Treasury, the Treasury Office of the Inspector General, the Government Accountability Office, or other federal government entities, and any of their duly authorized representatives, access to personnel, accounts, books, records, supporting documentation, and other information relating to the performance of the Agreement or the Work (“Documentation”) necessary to complete federal audits. Contractor shall promptly assist the City in the event Documentation must be supplemented to address audit findings or other federal inquiries. (2) Contractor shall keep all Documentation up-to-date throughout the performance of this Agreement and the Work. Contractor shall provide the City with all Documentation for each fiscal year by October 1 of each year or within five days of the completion of the Work, whichever occurs first. Contractor shall assist the City in complying with additional guidance and instructions issued by the U.S. Department of the Treasury governing the reporting requirements for the use of American Rescue Plan Act Coronavirus State and Local Fiscal Recovery Funds. 3. Conflict; Addendum Prevails. In the event of any conflict or ambiguity between the terms and provisions of this Addendum and the terms and provisions of the Agreement, the terms and provisions of this Addendum shall control. 4. Agreement Ratified. Except as otherwise specifically set forth or modified herein, all terms in the Agreement are hereby ratified and affirmed and shall remain unmodified and in full force and effect in accordance with its terms. 5. Defined Terms. All initial capitalized terms used in this Addendum but not otherwise defined 68 of 94 150 City of South Miami, FL Page 11 of 12 herein shall have the same meaning ascribed thereto in the Agreement. 6. Counterparts. This Addendum may be executed in counterparts, each of which shall be deemed an original, but all of which, when taken together, shall constitute one and the same instrument. An executed facsimile or electronic copy of this Addendum shall have the same force and effect as an original hereof. [Remainder of page intentionally left blank. Signature pages follow.] 69 of 94 151 City of South Miami, FL Page 12 of 12 IN WITNESS WHEREOF, the parties hereto have caused this Addendum to be executed the day and year as first stated above. CITY OF SOUTH MIAMI By: Genaro “Chip” Iglesias City Manager Attest: By: Nkenga “Nikki” Payne, CMC, FCRM City Clerk Approved as to form and legal sufficiency: By: Weiss Serota Helfman Cole & Bierman, P.L. City Attorney Addresses for Notice: Genaro “Chip” Iglesias City of South Miami Attn: City Manager 6130 Sunset Drive South Miami, FL 33143 305-668-2510 (telephone) 305-663-6345 (facsimile) chip@southmiamifl.gov (email) With a copy to: Weiss Serota Helfman Cole & Bierman, P.L. Attn: Lillian Arango, Esq. City of South Miami Attorney 2800 Ponce de Leon Boulevard, Suite 1200 Coral Gables, FL 33134 larango@wsh-law.com (email) CONTRACTOR By: Name: Title: Entity: Addresses for Notice: (telephone) (facsimile) (email) With a copy to: (telephone) (facsimile) (email) 70 of 94 152 ATTACHMENT D TOWN CENTER (City) MAP 71 of 94 153 ATTACHMENT E LINK TO CITY OF SOUTH MIAMI PARKING MAP https://mdc.maps.arcgis.com/apps/webappviewer/index.html?id=eeedfb4d5ad5482fbeda72 1be5c001f3 BREAKDOWN OF PARKING SPACES: PayByPhone Location ID Approximate Spaces Location Name 33674 440 South Miami Parking Garage 33671 9 SW 74 Ter-SM Downtown 4400 18 SW 74 Street-Loading Zone 1 4430 20 SW 57 Avenue-SM Downtown 4433 37 Lot B - SM Downtown 4482 24 Red Road-County SM Downtown 4483 59 Sunset Drive-SM Downtown 4484 70 SW 73 Street-SM Downtown 4485 12 SW 74 Street-SM Downtown 4486 43 SW 57 Court-SM Downtown 4487 24 SW 58 Avenue-SM Downtown 4494 17 SW 58 Court-SM Downtown 4495 25 SW 59 Avenue-SM Downtown 4496 12 SW 59 Court-SM Downtown 5100 8 SW 74 Street - Loading Zone 2 33672 17 Commerce Lane 33673 15 Post Office 4470 55 Industrial/Community Center 4431 41 Bird Rd - City of South Miami 4432 45 Hospital - City of South Miami 4460 76 Larkin Hospital 4469 55 Sunset Drive 4476 20 City Hall/Library 4480 6 Red Road Commons 4481 20 McDonalds SM 1168 72 of 94 154 ATTACHMENT F PARKING ENFORCEMENT AGREEMENT, LAZ PARKING 73 of 94 155 74 of 94 156 RESOLUTION NO: 039-20-154 79 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 CURRENT LAZ BID YEAR YEARl $271.615 YEAR2 $279,764 YEAR3 $288.157 YEAR4 $296,801 YEARS $305,705 5-YEAR TOT AL $1,442,042 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 of2 75 of 94 157 Resolution No. 039-20-1 5479 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, VININ4AZ0CP5DC19412 and a 2014 Nissan Leaf, VIN 1N4AZ0CP8EC330516, may be sold to Laz Parking Florida, LLC for an amount not less than their book value. Section 4 . Corrections. Confom1ing language or technical scrivener-type corrections may be made by the City Attorney for an y 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 th day of March , 2020. ATTEST: CITY CLERK READ AND APPROV E D AS TO FORM, XECUTION Page 2 of2 APPROVED: COMMISSION VOTE: 5-0 Mayor Philips: Vice Mayor Welsh: Commissioner Harris: Commissioner Liebman: Commissioner Gil: Yea Yea Yea Yea Yea 76 of 94 158 EXHIBIT 6 Professional Services Contract PARKING ENFORCEMENT MANAGEMENT SERVICES RFP #PR2019-12 THIS CONTRACT, entered into this -9._ day of ;3"bYVaM , 20....2Q_, 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@soythmiamifl.&ov and lfti f&or icb ~~!"\ U..C. with an office and principal J>lace of business located at \«.\ wQQ\\\tfJ\On, &W,,}totp Mac&lli l'..ttd:) ' and E-mail address ofCWaleb@ lagto,lt'q-~1lid Facsimile et-31\~°I transmission number of 305'-Clt I 3 -Lt'(9' (hereinafter called the "CONTRACTOR". WITNESSETH: WHEREAS, the CITY needs PARKING ENFORCEMENT MANAGEMENT SERV I CES; 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: I) 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 I nsurance & I ndemnification 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:Ghv-i ~ & e-mail : C. W o. \ &\.\ €, ta2fa,hfn; . (9~ :3gS ~ I 3 ~f g' ;t Street Address: I 1"\_ tA-t.. Sui+\.( 61..JO, ;ei}lf\~ Sta.lh. f'L '.3 31 i 't 77 of 94 159 5) 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 (5) 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. I0)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. I I) 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. I 5) 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 per 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 78 of 94 160 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 Records: CONTRACTOR and all of its subcontractors are required to comply with the public records law (s.119.070 I) 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@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. 79 of 94 161 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:------------ Nkenga Payne City Clerk Read and Approved as to Form, Language, Legality and Execution Thereof: By:------------ City Attorney CONTRACTOR: -=-..-...,,::...--~~~~=' 1t l I lL c,, By:_-=---+--_..;:c.....;:;__;_ ___ _ w CITY OF SOUTH MIAMI By: ________ _ Steven Alexander City Manager END OF SECTION AMENDMENT #1 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 #1 shall be a part of the Professional Services Contract for Parking Enforcement Services upon the “effective date” of Amendment #1 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: CITY OF SOUTH MIAMI: LAZ FLORIDA PARKING, LLC BY: ______________________ BY: ______________________ Shari Kamali, City Manager Effective Date: ______________ 80 of 94 162 EXHIBIT No. 1 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. 81 of 94 163 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. 82 of 94 164 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: NOTE: Hours & Staffing Levels are subject to change by the City over the term of the agreement. Current Hourly Enforcement Officers Schedule Parking Enforcement Officers Monday 9am to 12 am Tuesday 9am to 12 am Wednesday 9am to 12 am Thursday 9am to 12 am Friday 9am to 2 am Saturday 9am to 2 am Sunday 9am to 12 am HOURS Hours 15 15 15 15 17 17 15 Enforcement Officer 1 8 8 8 8 8 40 Enforcement Officer 2 8 8 8 8 8 40 Enforcement Officer 3 8 7 7 8 30 Enforcement Officer 4 8 6 8 22 16 16 16 16 29 23 16 132 83 of 94 165 Christmas Eve & New Years’ Eve; 9:00 am - 6:00 pm Thanksgiving, Christmas & New Years’ Day; No Operational or Enforcement Hours *All 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 15th 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. ▪ Conduct customer surveys once a year as approved by City staff. 84 of 94 166 ▪ Submit by May 1 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 1 of every year an Annual Condition Appraisal Report and Strategic Plan which reflects current conditions of City’s parking infrastructure. ▪ Submit by May 1 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. 85 of 94 167 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. 86 of 94 168 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 87 of 94 169 EXHIBIT No. 1 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/apps/webappviewer/index.html?id=eeedfb4d5ad5482fb eda721be5c001f3 88 of 94 170 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 agains t 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 authorize d 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 res ult from the FIRM's operations under the Contract and for which the FIRM may be legally liable, whet her 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, maintenan ce 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 singl e 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 filed by the Insurance Services Office, and must include: (a) Premises and Operation (b) Independent Contractors 89 of 94 171 (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 FIR M 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 machiner y 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 appr oved 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 1 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: 90 of 94 172 “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 gener al 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 in surance 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, dama ges, 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 an d 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 attorney’s 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 C ITY 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 AGREEMEN T. 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 contractor/subcontractor 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. 91 of 94 173 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 co nflict 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 o fficers 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 92 of 94 174 93 of 94 175 EXHIBIT 4 RESPONDENT'S COST AND TECHNICAL PROPOSAL PARKING ENFORCEMENT MANAGEMENT SERVICES RFP #PRlO 19-12 ''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" ,r ---' -·----... :-.. ,·. _ ,.I), ALL 1.NCLUSIVE PRICE Year I $ 271 615.00 Year2 $ 279. 764.00 Yearl $ 288.157.00 Year4 $ 2961801.00 Years $ 305 705.00 5-Year Total $ 1.442,042.00 .. 12 2) Hourly Rate for Parking Enforcement ' ·- $ 16.00 + tax and benefits .. -~ - .~~> H ~urly Rate for Collec-tions $ 17.00 + tax and benefits SUBMITTED THIS 9th ---DAY OF .;...;A=pr..c:..il ________ 20~. PROPOSAL SUBMITTED BY: LAZ Florida Parking, LLC Company Christopher Walsh Nam PFJ:... Autw~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 END OF DOCUMENT 94 of 94 176 Tabulation Sheet Agency Name City of South Miami Bid Number RFP-(RFP) No. FN2024-03-0-2024/SK Bid Name PARKING STUDY SERVICES Bid Due Date 04/17/2024 10:00:00 Eastern Bid Opening Closed 4 responses found.online,  offline,  not submitting,  not received  Company Responded Address Bid Amount Alt Bid Amount Declared Attributes Documents Sent Complete 1  .SP Plus 04/17/2024 08:38:19  Eastern 444 Brickell, Suite 200, Miami, FL,  33131  $49750.0000 0.0000 Bidding Document  2  .The Parking Network 04/17/2024 00:26:29  Eastern 1150 Redbird Ave, Miami Springs, FL, 33166 $62500.0000 0.0000 Bidding Document  3  . Timothy Haahs &  Associates, Inc. 04/17/2024 09:17:30  Eastern 470 Norristown Ave, Suite 200, Blue Bell, PA,  19422  $48800.0000 0.0000 Small  Business,  Woman  Owned Bidding Document  4  .Walker Consultants 04/17/2024 09:57:40  Eastern 4925 Independence  Parkway, Suite 425, Tampa, FL,  33634  $59980.0000 0.0000 Bidding Document  177 April 17, 2024 Submitted To: Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services Steven P. Kulick City of South Miami Chief Procurement Officer skulick@southmiamifl.gov (305) 669-2636 178 COVER PAGE Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services April 17, 2024 Proposal to City of South Miami, RFP No. FN2024 -03 for Parking Study Services Proposer Information: SP+ Consulting Services 444 Brickell Ave #200 Miami, FL 33131 (305)372 – 5151 Project Manager Information: Alexis Grainger Director, Consulting Services (480)200 – 2458 agrainger@spplus.com 2 179 Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services TABLE OF CONTENTS TAB SECTION DESCRIPTION PAGE # 1. LETTER OF INTEREST ................................................................................... 4 Project Approach .................................................................................................................6 Proposed Fee ......................................................................................................................8 2. PROPOSAL FORMS PACKAGE ..................................................................... 9 Form 1. Proposal Form Package Acknowledgement .........................................................10 Form 3. Single Execution Affidavits ..................................................................................12 Form 4. Dispute Disclosure ................................................................................................19 Form 5. Certification Regarding Debarment, Suspension, & Other Responsibility Matters Primary Covered Transactions ................................................................20 Form 6. Proposer’s Qualifications Survey ..........................................................................21 Form 7. Price Proposal Form .............................................................................................24 Form 8. Reference List ......................................................................................................25 Form 9. Key Staff & Proposed Subcontractors ..................................................................29 3. PROOF OF EXPERIENCE ............................................................................. 31 4. PREVIOUS PROJECTS ................................................................................. 32 5. PROPOSER QUALIFICATIONS .................................................................... 34 Consulting Services Division ..............................................................................................37 Services and Incorporation ................................................................................................38 6. PERSONNEL QUALIFICATIONS / KEY STAFF ............................................ 39 Organizational Chart ..........................................................................................................41 7. INSURANCE CERTIFICATES ........................................................................ 42 8. ADDITIONAL INFORMATION ........................................................................ 45 Legal Exceptions ................................................................................................................45 180 SP+ Consulting Services 444 Brickell Ave #200 Miami, FL 33131 (305) 372-5151 spplus.com | parking.com | bagsinc.com April 17, 2024 Steven P. Kulick City of South Miami Chief Procurement Officer 6130 Sunset Drive City of South Miami, Florida 33143 RE: Request for Proposals No. FN2024-03 Greetings Mr. Kulick, I am writing on behalf of SP+ Consulting to express our sincere appreciation for considering our proposal for the consulting services for the City of South Miami. We are excited about the opportunity to collaborate and provide analysis and innovative solutions that will enhance the parking system and support the community's needs. SP+ Consulting brings a wealth of industry-leading technology and operational expertise to the table, offering solutions that facilitate the seamless movement of people, vehicles, and belongings. With decades of experience in the state of Florida, we are deeply committed to elevating user experiences while aligning with the objectives of our diverse clients. Key reasons why we believe SP+ is the ideal partner for this project include: Local Expertise: Our strong local presence, led by Vice President Donald Jones and Regional Manager Jheimy Vasquez and supported by a dedicated team with extensive experience in the South Florida market, positions us to fully understand the unique needs and dynamics of the City of South Miami. With approximately 80 locations between commercial and hospitality in South Florida, we have fostered strong relationships with prominent local clients, demonstrating our ability to exceed expectations consistently. Consulting Division: SP+ Consulting Services, spearheaded by Director Alexis Grainger, PE, specializes in blending operational excellence with comprehensive planning. Alexis and her team possess the expertise to create tailored solutions informed by industry trends and best practices. Our integrated approach ensures a thorough understanding of your needs and effective strategy execution that are not only code compliant but are also operationally sound. Please find our proposed scope of work and corresponding fee on the following pages of this RFP response. We are committed to working with the City as partners and would be happy to revise this scope as the City feels is necessary. 4 181 SP+ Consulting Services 444 Brickell Ave #200 Miami, FL 33131 (305)372-5151 spplus.com | parking.com | bagsinc.com Once again, we express our gratitude for the opportunity to analyze and provide recommendations for the City of South Miami’s parking operations. We look forward to the possibility of collaborating with you and your team to deliver a comprehensive and effective parking master plan. Sincerely, Alexis Grainger, PE Director, Consulting Services 5 182 SP+ Consulting Services 444 Brickell Ave #200 Miami, FL 33131 (305) 372-5151 spplus.com | parking.com | bagsinc.com Project Approach Task 1 – Project Kickoff, Meetings, & Coordination SP+ will prepare for the project by reviewing the existing project information, recent parking studies, and other relevant information provided by the Client as well as the scope of study, project schedule, and deliverables. In addition, a project kickoff meeting will be prepared for and attended by SP+ representatives of SP+ Consulting and local area teams. The purpose of this meeting is to conduct an onsite review with the Client, LAZ Parking, and other stakeholders. SP+ will also prepare for and attend up to two (2) meetings (via conference call) in preparation for and delivery of the summary document. Task 2 – Demand and Occupancy Analysis Under Task 2, SP+ will first determine existing occupancy of the study area. Existing occupancy data will be collected by SP+ employees. This data is anticipated to be collected during anticipated peak hours on one (1) non-holiday midweek day (Tuesday-Thursday) and one (1) non-holiday weekend day. SP+ will coordinate with the City to ensure that all required data is prepared to be collected, including facility, location, and type of parking needed (such as EV, ADA, etc.) Study area maps will be sent to the City for approval prior to data collection efforts. Occupancy rates will be determined and included in the summary report. Using the data collected, SP+ will then be able to assess the availability for projected future demand of the Downtown system, especially for proposed new developments. This will be done utilizing a proprietary demand model and conduct a desktop analysis of the impact of the new developments/projects as provided by the City. The model is founded on the principles within the Urban Land Institute (ULI) Shared Parking 3rd Edition including parking demand and seasonality factors. Shared parking analysis is the strategy that determines parking capacity by allowing certain land uses to share parking spaces rather than requiring spaces per individual land use. The ULI factors are established from industry standards accumulated from nationwide parking occupancy studies. SP+ further refines the ULI standard factors utilizing market knowledge and experience. SP+ will utilize this demand model to project future peak demand for the Downtown area of the City of South Miami. The findings of the parking demand studies will be illustrated in heat maps to identify the areas where additional parking assets will be needed, or where existing parking assets will be stressed under the new developments. A summary report will be prepared with recommendations of ideal users of these assets relative to each metropolitan area, and pricing strategies that are designed to ensure compliance and accessibility for all users. 6 183 SP+ Consulting Services 444 Brickell Ave #200 Miami, FL 33131 (305) 372-5151 spplus.com | parking.com | bagsinc.com Task 3 – Financial Assessment SP+ will conduct a desktop review of parking alternatives in the City of South Miami downtown area. This includes available locations, costs, and types of parking. SP+ will then conduct an analysis of hourly parking rates, dynamic pricing, etc. This includes the preparation of a parking revenue projection for the on-street and garage facilities. The revenue projection (pro forma) includes the following: Provide parking revenue forecast based on anticipated volumes of users (from Task 2) including existing and projected future volumes Determine rates based on market conditions and forecasted increase for future developments The pro forma will be based on a review of comparable locations in the market Based on this financial review, SP+ will provide recommendations on a payment structure for on- street and off-street parking locations to balance demand with return on investment for paid parking locations. These findings will be included in the summary memorandum. Under this task, SP+ will also review the viability of a centralized valet program and the pros and cons of implementation. This includes a financial assessment of the execution of the program as well as the qualitative aspects of this type of program. Task 4 – Parking Study and Analysis Report SP+ will deliver to the Client a report summarizing the reviewed data, conducted analyses, and determined recommendations. Recommendations are anticipated to cover the following topics: Parking space specifications including striping requirements Wayfinding and operational signage Proposed rate and hours for on-street and off-street paid parking programs Assessment of Residential and Commercial zones and programs including existing, planned and future developments Opportunities for usage of Internet of things (IOT) Review of parking enforcement program and recommendations on improvements or revisions where appropriate Additional observations where appropriate to facilitate efficient parking operations and improvement of customer service The draft report will be delivered for Client review and comment. We will respond to Client comments on the draft report and revise. A final report will be produced that incorporates the revisions and edits requested by the Client following a review of the draft report. 7 184 SP+ Consulting Services 444 Brickell Ave #200 Miami, FL 33131 (305) 372-5151 spplus.com | parking.com | bagsinc.com Proposed Fee The following is a summary of the budget to provide the City of South Miami with the requested Parking Rate Study. SP+ proposes the following lump sum based on four (4) tasks as outlined in the previous approach section of this RFP response. The lump sum is also presented in Form 7 as requested by the City. SP+ is prepared to meet the schedule as desired by the City, with the final report being presented 45 days after the initial meeting. Fees The total fee for Tasks 1 through 4 contained within this proposal is $49,750. The fee breakdown can be seen below. The proposed fee is inclusive of all proposed travel and data collection expenses. Task 1: Project Kickoff, Meetings & Coordination $9,250 Task 2: Demand and Occupancy Analysis $16,000 Task 3: Financial Assessment $9,750 Task 4: Parking Study and Analysis Report $14,750 Total $49,750 Additional Services In the event the Client wishes SP+ to perform additional services not listed in the above Scope of Work, the services will be billed at the current hourly rate of $200 per hour. 8 185 Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services PROPOSAL FORM S PACKAGE Proposal Forms Package Continued on Next Page 9 186 10187FORMl PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS I hereby propose to furnish the goods and services specified in the Request for Proposals, RFP No. FN2024-03. I agree that my Proposal will remain firm for a period of 180 days after opened by the City in order to allow the City adequate time to evaluate the Proposal. I certify that all information contained in this Proposal is truthful to the best ofmy knowledge and belief I further certify that I am duly authorized to submit this Proposal on behalf of the Firm named as the Proposing Firm and that said Finn is ready, willing, and able to petform if awarded the Agreement. I further certify, under oath, that this Proposal is made without prior understanding, agreement, connection, discussion, or collusion with any other person, firm or corporation submitting a Proposal; no officer, employee or agent of the City of South Miami or any other Proposer has an interest in said Proposal. Furthermore, I certify that the undersigned executed this Proposal Form with full knowledge and understanding of matters therein contained and was duly authorized. I further certify that the Proposer acknowledges receipt of all Addenda issued by the City in connection with the RFP (Check the box next to each addendum received). X Addendum I Addendum6 X Addendum2 Addendum 7 Addendum3 Addendwn8 Addendum4 Addendum9 Addendum5 Addendum 10 Attached hereto are the following forms/documents which form a part of this Proposal: Form I. Form2A. Form2B. Form 3. Form 4. Form 5. Form 6. Form 7. Form 8. Form 9. Proposal Form Package Acknowledgement. Proposer's Certification (if Company or Corporation) Proposer's Certification (if Partnership) Single Execution Affidavits Dispute Disclosure Certification Regarding Debannent, Suspension, & Other Responsibility Matters Primary Covered Transactions Proposer's Qualifications Survey Price Proposal Form Reference List Key Staff & Proposed Subcontractors 24of94 11188FORMl PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) SP Plus Corporation Donald Jones, Vice President MAILING ADDRESS 444 Brickell Ave #200 Miami, FL 33131 (~ 372-5151 TELEPHONE NUMBER State of Florida County of M;am; -Dade /_ The foregoing instrument was acknowledged before me by means of __ physical presence or_ online notarization, this _J_k_ day of v4"P /LS'---, 20~, by \(yL.£5,t' 1.,. L 4~ Y'--12,vi,~ \.{.,;,Sl:,() (name of person) as TvC!>,..,,.(2.,,.-( (type of authority) for s. p 'PLl:> ?l (name of party on behalf of whom instrnment is executed) . __ _,;Personally known to me; or .N. '\ _ 1 ,\ KRISTELL JIMENEZ HUEZO \ ~ ~V\. l ION# HH 027073 . , 024 Notary Public (Prmt, s~-&i~~iiiiiS~N~ota~ryiiiPuiibliiiiciiiUnd~e~rwn~·1e~rs..!I Commissioned) __ _,;Produced identification (Type of Identification: ___________ _ __ ) _ ___ Did take an oath; or Did not take an oath ---25 of94 12189To the ac FORM3 SINGLE EXECUTION AFFIDAVITS THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOT ARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE PROPOSER OR PROPOSER AND NOTARIZED BELOW. IN THE EVENT THE PROPOSER OR PROPOSER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE PROPOSER OR PROPOSER IS DEEMED TO BE NON-RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A PROPOSAL/PROPOSAL. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: By: Donald Jones, Vice President For (Name of Proposing or Bidding Entity): _S_P_P_l_u_s_C_o_rp_o_ra_t_io_n _______ _ Whose business address is: 444 Brickell Ave #200, Miami FL 33131 And (if applicable) its Federal Employer Identification Number (FEIN) is: 16-1171179 (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: _______________ _____,_ Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new constmction. • The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 47 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Se1vices Operated by Private entities; Title N, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.513, Florida Statutes: • The Rehabilitation Act of 1973, 229 USC Section 794; • The Federal Transit Act, as amended 49 USC Section 1612; The Fair Housing Act as amended 42 USC Section 3601-3631. 28 of94 13190Public Entity Crimes Affidavit I understand that a "public entity crime" as defined in Paragraph 287.133(l){g), Florida Statutes, means 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 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 misrepresentations. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(l){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 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defined in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. 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 another person, or a pooling of equipment or income among persons when not for fair 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 ventw-e with a person who has been convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defmed in Paragraph 287.133(l)(e), Florida Statutes, 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 proposals or applies to 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, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. To the actual knowledge of the undersigned, (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 ad 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 29 of94 14191management of the entity, or an 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. 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 identified in paragraph I above is for that public entity only and that this form is valid 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 Statutes for category two of any change in the information contained in this fo No Conflict of Interest or Contingent Fee Affidavit Proposer warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Proposer also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances. Further, Proposer acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be e Proposer should the Proposer be selected for the performance of this contract. Business Entity Affidavit Proposer hereby recognizes and certifies that no elected official, board member, or employee of the City of South Miami (the " City") shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City board members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Proposer or Vendor, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Proposer. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Proposer. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Proposer recognizes that with respect to this transaction or Proposal, if any Proposer violates or is a party to a violation of the ethics 30 of94 15192ordinances or rules of the City, the provisions of Miami-Dade County Code Section 2-11.1, as applicable to City. or the provisions of Chapter 112, part III, Fla. Stat., the Code of Ethics for Public Officers and Employees, such Proposer may be disqualified from furnishing the goods or services for which the Proposal or Proposal is submitted and may be further disqualified from submitti g any future proposals or Proposal for goods or services to City. Anti-Collusion Affidavit 1. Proposer/Proposer has personal knowledge of the matters set forth in its Proposal/Proposal and is fully informed respecting the preparation and contents of the attached Proposal/Proposal and all pertinent circumstances respecting the Proposal/Proposal; 2. The Proposal/Proposal is genuine and is not a collusive or sham Proposal/Proposal; and 3. Neither the Proposer/Proposer nor any ofits officers, partners, owners, agents, representatives, employees, or parties in interest, including Affiant, has in any way colluded, conspired, connived, or agreed, directly or indirectly with any other Proposer/Proposer, firm, or person to submit a collusive or sham Proposal/Proposal, or has in any manner, directly or indirectly, sought by agreement or collusion or communication or conference with any other Proposer/Proposer, firm, or person to fix the price or prices in the attached Proposal/Proposal or of any other Proposer/Proposer, or to fix any overhead, profit, or cost element of the Proposal/Proposal price or the Proposal/Proposal price of any other Proposer/Proposer, or to secure through any collusion, conspiracy, connivance or unlawful agreement any advantage a ainst the City or any person interested in the proposed Contract. r Initials Scrutinized Company Certification 1. Proposer certifies that it and its subcontractors are not on the Scrutinized Companies that Boycott Israel List. Pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer or its subcontractors are found to have submitted a false certification; or if the Proposer, or its subcontractors are placed on the Scrutinized Companies that Boycott Israel List or is engaged in the boycott of Israel during the tenn of the Agreement. 2. If the Agreement that may result from this RFP is for more than one million dollars, the Proposer certifies that it and its subcontractors are also not on the Scrutinized Companies with Activities in Sudan, Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria as identified in Section 287.135, F.S. pursuant to Section 287.135, F.S., the City may immediately terminate the Agreement that may result from this RFP at its sole option if the Proposer, its affiliates, or its subcontractors are found to have submitted a false certification; or if the Proposer, its affiliates, or its subcontractors are placed on the Scrutinized Companies with Activities in Sudan List, or 31 of94 16193Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 3. The Proposer agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this RFP. As provided in Subsection 287.135(8), F.S., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. Drug-Free Workplace Affidavit Proposer hereby recognizes that, pursuant to F.S. § 287.087, preference shall be given to businesses with drug-free workplace programs when two proposals/Proposal are equal with respect to price, quality, and service. Proposer understands that in order to qualify as a drug-free workplace, Proposer must: a) 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 will be taken against employees for violations of such prohibition. b) Inform employees about the dangers of drug abuse in the workplace, the Proposer's 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. 1) Give each employee engaged in providing commodities or contractual services under the RFP a copy of the statement specified in subsection (1). 2) Notify employees that, as a condition of working on the commodities or contractual services under the RFP, the employee must abide by the terms of the statement and will notify the employer 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) days after such conviction. 3) 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. 4) Make a good faith effort to continue to maintain a drug~free workplace through the implementation of this section. Based on information and belief. the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE wmcH STATEMENT APPLIES.) The entity submitting this sworn statement is a drug-free workplace and is in full 32 of94 17194compliance with the requirements set forth under F.S. § 287.087. D The entity submitting this sworn statement is not a drug-free workplace. City Non-Discrimination Requirements Affidavit Proposer understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City will not enter into or award a contract to an entity engaged in a boycott Proposer understands that "Boycott" as defined under Section 3-1.1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, embargoes, trade restrictions, or divestments that are specifically authorized or required by federal law or state law. Proposer certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1.1 oft Code of the City of South Miami. Acknowledement, Warranty, and Acceptance 1. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 2. Contractor warrants that it has read, understands, and is willing to comply with all requirements ofRFP No. FN2024-03 and any addendum/addenda related thereto. subject to our exceptions listed. 3. Contractor warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City Commission or City Manager, as applicable. 4. Contractor warrants that all information provided by it in connection with this Proposal is true ---·-accurate. r Initials [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS,] 33 of94 18195In the presence of: Witness #1 Print Name: -------Title: Vice President Witness #2 Print Name: -------ACKNOWLEDGMENT State of Florida County of Miami -Dade The foregoing instrument was acknowledged before me by means of / physical presence or_ online notarization, this Jh_ day of A Pt'l.s L , 20ti by K ~ .. :1"S'TeLL :!"I -~,..:>t=t;\~vc~-O(name of person) as rJ" o,~ IL-Y (type of authority) for Sy p1...u'S.. (name of party on behalf of whom instrument is executed). • ·' !''• ---'Did take an oath; or Did not take an oath ---' 34 of 94 19196FORM4 DISPUTE DISCLOSURE Answer the following questions by placing an "X" after "Yes" or "No". If you answer "Yes", please explain in the space provided, or on a separate sheet attached to this form. 1. Has your finn or any of its officers, received a reprimand of any nature or been suspended by the Depa11ment of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? YES X NO --~~--------2. Has your firm, or any member of your firm, been declared in default, tenninated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five ( 5) years? YES X NO ------3. Has your firm had against it or filed any requests for equitable adjustment, contract claims, Proposal protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES __ X __ NO ___ _ If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts of extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation of falsification of facts shall be cause for forfeiture of rights for fm1her consideration of this Proposal or Proposal for the City of South Miami. State of Florida -,..._ :'\. ,.... County of VVl-! A 1"1-'1'.S: • 'J /\ \\ D ACKNOWLEDGMENT The foregoing instrnment was acknowledged before me by means of !la'physical presence or D online notarization, this~ day of A f}i-~ L , 20~, by \':, u~.,-eL L :P'»-i v:>8:-i-/~t""1:o (name of person) as l0Q1 ,4 IL-,( (type of authority) for $ y' flo S>, (name of party on behalf of whon~ instrument is executed). EZtflJEZo· Hf,f027073 _L.ersonally known to me; or . 3,2024 Pu61ic~ ___ Produced identification (Type of Identification: _______________ _, ---~Did take an oath; or ---~Did not take an oath SP Plus Co,porntion (flk/n Slaudnrd Pnrkiug Co1porntiou) and its affiliates (including Central Parking and USA Parking) operate over 4,200 parking facilities throughout lhe United States and Canada, and employ over 20,000 employees. Given 1he nature of the parking business nud the scope of our operntions, we are iuevi1ably involved from time to lime in litigation rein ting prinmrily to property damage and so-called "slip nod fall" lype claims nnd to lnbor and employment re)nted claims. While it is tltereforc impractical to specifically itemize all of our litigntiou, we don't consider the litigation mntednl to our business operations, oncl the Litigation will nol prevent SP Plus from fully perfonniug wider an agreement awarded in col.lllectiou with this Request for Proposals. As a large company operating across the United States, SP Plus is often nudited for parking, sales, use, income, franchise, personal propet1y nod olher tru<es by govermueutnl agencies and from time to time is pat1y to administrntive proceedings Uml arise in the uomml course of business. Occasionally, SP Plus pays non-mnterial mnounts lo resolve alleged violations of regulato,y requirements. There are no administrative proceedings or regulatory investigations Um! would haven material adverse effect on SP Plus 's operations or financial condition. In the ordinary course of ils business, SP Plus docs not maintain a reposit0ty thot it can query to idcntjfy allegations of coutrnct defaulls or the reasons for the temtination of a pat1iculnr parking locaiion. SP Plus ack.uowledges that it bas negotiated early tenniuations of management contrncts, bas hnd management contrncts tem1i11nted upon sale ofU1e 1mderlying property, ond has had management contrncts tenniuated for convenience by clients prior to their expiration dates, which is n righl that js conw1011 in the parking manogcment industry. Nonetbeless, SP Pius's retention rnle is very high given the nature of the parking business and the high volume of focilities operated by SP Plus. While there have been some default allegations wiU1in tl1e pasl five years, they have typically been resolved to the satisfaction ofbolh pat1ies or, in rare instances, resulted inn negotiated early tenninatiou of the contract. Witl1i111he last five years, there has not been a counjudgment finding tliat SP Plus breached any conlracl under which i1 operates any parking location. 35 of 94 J ... ·' 20197FORMS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). Copies of the regulations are available from local offices of the U.S. Small Business Administration. (1) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three-year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forge1y, bribery, falsification or destruction of records, making false statements, or receiving stolen property; ( c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (l)(b) of this certification; and ( d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Statement of Qualifications. Business Name SP Plus Corporation Date April 17, 2024 36 of94 of Authorized Donald Jones, Vice President Name and Title of Authorized Representative 21198FORM6 PROPOSER'S QUALIFICATIONS SURVEY COMPANY QUALIFICATIONS QUESTIONNAIRE Please complete this Company Qualifications Questionnaire. By completing this form and submitting a response to the RFP. you certify that any and all infonnation contained in the Proposal is true. that your response to the RFP is made without prior understanding, agreement, or connections with any corporation, firm or person submitting a response to the RFP for the same materials, supplies, equipment, or services, is in all respects fair and without collusion or fraud, that you agree to abide by all terms and conditions of the RFP. and certify that you are authorized to sign for the Proposer's firm. Some responses may require the inclusion of separate attachments. Separate attachments should be as concise as possible, while including the requested information. In no event should the total page count of all attachments to this Form exceed five (5) pages. Some information may not be applicable; in such instances, please insert "NIA". SP Plus Corporation Firm Name 444 Brickell Ave #200, Miami FL 33131 Principal Business Address {305) 372 -5151 Telephone Number djones@spplus.com Facsimile Number Email Address 16-1171179 Federal I.D. No. or Social Security Number Municipal Business Tax/Occupational License No. FIRM HISTORY AND INFORMATION How many years has the firm has been in business under its current name and ownership? _1_0 __ Please identify the Firm's document number with the Florida Division of Corporations and date the Firm registered/filed to conduct business in the State of Florida: 851793 February 8, 1982 Document Number Date Filed Please identify the Firm's category with the Florida Department of Business Professional Regulation (DBPR), DBPR license number, and date licensed by DBPR: Category License No. Date Licensed 37 of94 22199Please indicate the type of entity form of the Firm (if other, please describe): □ Individual □ Partnership a Corporation □ LLC □ LLP □ Other _________ _ Please identify the Firm's primary business:,_P_a_rk_in""-g_M_a_na-=g_m_en_t_s_erv_i_ce_s _________ _ Please identify the number of continuous years your Firm has performed its primary business: 95 Please list all professional licenses and certifications held by the Firm, its Qualifier/Principal, and any Key Staff, including any active certifications of small, minority, or disadvantaged business enterprise, and the name of the entity that issued the license or certification: License/Certification Name of Entity License No. License Issuance Date Type Issuing License or Certification Please identify the name, license number, and issuance date of any p1ior companies that pertain to rnur F" 1rm: License/Certification Name of Entity License No. License Issuance Date Type Issuing License or Certification Please identify all individuals authorized to sign for the entity, their title, and the threshold/level of their signing authority: Authorized Signor's Name Title Signing Authority Threshold (All, Cost up to $X-Amount, No Cost, Other) Please identify the total number of Firm employees, managerial/administrative employees, and identify the total number of trades employees by trade (e.g., 20 electricians, 5 laborers, 2 mechanics, etc.): Total No. of Employees 20,000 Total No. of Managerial/Administrative Emolovees Total No. of Trades Employees by Trade INSURANCE INFORMATION Please provide the following information about the Firm's insurance company: AXA XL Insurance Kelly Fulton Insurance Carrier Name Insurance Carrier Contact Person 38 of94 23200200 E Randolph, Chicago, IL 60601 248-996-2498 Kelly.fulton@aon.com Insurance Carrier Address Telephone No. Email Has the Firm filed any insurance claims in the last five (5) years? □ No □ Yes If yes, please identify the type of claim and the amount paid out under the claim: _________ _ FIRM OWNERSHIP Please identify all Firm owners or partners, their title, and percent of ownership: Owner/Partner Name Title Ownershio (%) Please identify whether any of the owners/partners identified above are owners/partners in another entity: □ No □ Yes If yes, please identify the name of the owner/partner, the other entity's name, and percent of ownership held by the stated owner/partner: Owner/Partner Name Other Entitv Name Ownership (%) RECENT CONTRACTS Please identify the five (5) most recent contracts in which your Finn has provided services to other public entities: Public Entity Contact Person Telephone No. Email Address Date Awarded Name By signing below, Proposer certifies that the information contained herein is complete and accurate to the best of Proposer's knowledge. Firm: SP Plus Corpcy:ati ---------Authorized Signature: _...:..::::::::........::::.__...=:~:+-+----Date: April 17, 2024 Print or Type Name: Donald Jones Title: Vice President 39 of94 24201FORM7 PRICE PROPOSAL Pricing shall be submitted for completion of the Parking Study and Analysis in accordance with the Scope of Services, Section 3. PARKING STUDY & ANALYSIS: $ 49,750 ---------Firm: SP Plus Corporation ( Authorized Signature: --==-ik=.;,=~-=4~+=-··· Date: April 17, 2024 Print or Type Name: _D_o_n_al_d_J_on_e_s _______ ,,_ __ Title: Vice President 40of94 25202FORMS REFERENCE LIST IN ADDITION TO THE INFORMATION REQUIRED ON THIS FORM, PROPOSER SHALL PROVIDE A MINIMUM OF FOUR (4) REFERENCE LETTERS. REFERENCE #1 Public Entity Name: __ C_ity...__o_f_G_a_in_e_sv_i_ll_e,,_F_L ______________ _ Reference Contact Person/Title/Department!\1S. Jessica Krauszer, Service Manager, Transportation Contact Number & Email Krauszerjn@gainsevillefl.gov 352-393-8447 Public Entity Size/Number of Residents/Square Mileage: 1,740 spaces, population: 150k Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) Docmnented existing parking resources, provide inventory of assets. Conducted Stakeholder engagement, determined peak demand hours and spaces. Projected financial forecast model evaluating revenue and operating budget based on anticipated volume. Provided operational recommendations based on site visit observation and analysis. Is the Contract still Active? Yes No X ----41 of94 26203REFERENCE #2 Public Entity Name: __ c_i_ty_o_f_L_o_c_kp_o_rt_,_IL ______________ _ Reference Contact Person/Title/Department: Lance Thies, Director of Community and Economic Development Contact Number & Email lthies@lockport.org, 815-838-0549xl 137 Public Entity Size/Number of Residents/Square Mileage: __ P_o_p_:_2_6_k,_12_m_i2_, _____ _ Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on S. IS fW 1.lC 1 'tyThe parking study prepared for the City of Lockport was aimed at 1ze cope o onv omp ext 'J _ identifying challenges and opportunities of the current Downtown parking system. The study included a review of existing supply, occupancy, and demand in the Downtown area. It evaluated existing parking environment and future conditions associated with proposed developments, as well as determining when the development of a parking garage was warranted. Is the Contract still Active? Yes ____ No __ x __ 42 of94 27204REFERENCE #3 Public Entity Name: Downtown Doral, FL Reference Contact Person/Title/Department: Monique Bardino, RP A, Senior Property Manager Contact Number & Email 305~592~0681. mbardino@codina.com Public Entity Size/Number of Residents/Square Mileage: __ P_op_:_7_7_k_,. _l 5_m_i2 ______ _ Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope of Work/Complexity) SP+ was retained by Codina Partners in 2019 to provide an evaluation of the existing parking management program, capacity, utilization, and impact on economic development for Downtown Doral, Florida. Is the Contract still Active? Yes ____ No __ x __ 43 of94 28205REFERENCE #4 Public Entity Name: __ U_n_i_v_ers_ity_o_f_A1_a_o_n _______________ _ Reference Contact Person/Title/Department: Jared Coleman, Executive Director Contact Number & Email Jared.coleman@uakronpark.com, 330-237-7916 Public Entity Size/Number of Residents/Square Mileage: _____________ _ Event(s) Completed (include Name of Project/Event, Date of Event Start/Completion, Details on Size/Scope ofWorklC!)mplexity) The team began operations for a parking and transportation concession in August 2023. The team modeled long term utilization, revenue, expenses, and operations and transitioned into operation after a successful financial close. Is the Contract still Active? Yes x No ----44 of94 29206FORM9 KEY STAFF & PROPOSED SUBCONTRACTORS KEY STAFF Please complete the following chart with the Firm's 1n·oposed Key Staff. If additional space is required, 1>lease copy/duplicate this pa2e and attach to this Form. Additional space: □ No □ Yes Name Title Years of Years Licenses/Certifications Experience with Firm Jason Spaeth Sr. Vice President 25 21 CAPP Alexis Grainger Director 9 5 PE Donald Jones Vice President 24 18 Jheimy Vasquez Regional Mailage1 16 16 Please explain the Fh-m's ability and a·esources to substitute personnel with equal or higher qualifications than the Key Staff they will substitute for where substitute is required due to attrition, turnovel', or a specific request by the City: SP+ has extensive resources and subject matter experts throughout the country to assist with project efforts. 45 of94 30207Please identify each Key Staff member's engagement commitments that will exist concurrently with the City's Services: Key Staff Name Area of Responsibility Client Commitment Period of ffiours/week) En!!ae:ement PROPOSED SUBCONTRACTORS The undersigned Proposer hereby designates, as follows, all major subcont1·actors whom they 1>ro1>ose to utilize for the major areas of work for the services. The bidder is further notified that all subcontractors shall be p.-opedy licensed, bondable, and shall be required to furnish the Oty with a Certificate of Insurance in accordance with the contract general conditions. Failure to furnish this info1·mation shall be grounds for rejection of the bidder's proposal. (If no subcontractors are d "N " fi Ii b I ,) PI'Ol)OSe ' state one on n·st ne eow. Subcontractor Name & Address Scope of Work License Number NIA Authorized Signatur.,,."-====l!b::~""'""'.,.,.,;=-+\="'4-------Date: April 17, 2024 PI"int 01· TyJle Name: _D_o_n_a_ld_J_o_ne_s ______ ...._ __ Title: Vice President 46of94 Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services PROOF OF EXPERIENCE SP+ is prepared and excited for the opportunity to collaborate and provide analysis and innovative solutions that will enhance the parking system and support the community's needs. SP+ Consulting brings a wealth of industry-leading technology and operational expertise to the table, offering solutions that facilitate the seamless movement of people, vehicles, and belongings. With decades of experience in the state of Florida, we are deeply committed to elevating user experiences while aligning with the objectives of our diverse clients. As can be seen in our references, we are actively engaged in consulting services similar to the requested services in this RFP for municipalities not only in southern Florida, but across the United States. Alexis Grainger, PE is the proposed Project Manager in charge of this project and the City of South Miami’s primary contact. She has worked on significant projects across the United States including several in South Florida, specifically. She also personally led the efforts for the three (3) projects as referenced. She has worked on these types of projects for 5 years in her current capacity and an additional 4 years at another firm. 31 208 Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services PREVIOUS PROJECTS City of Gainesville, FL - Downtown Parking Study Contact: Ms. Jessica Krauszer Administrative Service Manager, Transportation Department City of Gainesville, Florida Email: krauszerjn@gainesvillefl.gov Award Date: October 2022 Completion Date: November 2023 Scope of Work: SP+ was retained by the City of Gainesville to perform a review of the existing and future parking demand in the Downtown Gainesville area. Scope of Services included: Documented existing parking resources, provided inventory of project assets (on street and off-street), and provided assessment of existing parking resource utilization. Conducted stakeholder engagement reviews. Determined peak demand of spaces and peak hours for proposed land use sizes, hours of operations, and occupancy. Projected a financial forecast model evaluating revenue and operating budget based on anticipated volume of users, proposed rates based on market conditions and expenses based on operation type most suitable for the facilities. Provided operational recommendations based on site visit observations. Staff Responsibilities: Consulting Services Director–Alexis Grainger was the main point of contact for this project. She was responsible for developing the study report, taking inventory of existing conditions, assessing existing parking resource utilization and providing recommendations on optimizing parking layouts. SP+’s local team was responsible for assessing the downtown parking operations, management and providing recommendations for operation improvement. Downtown Lockport Parking Study Contact: Mr. Lance Thies, Director of Community and Economic Development Email: lthies@lockport.org Award Date: April 2023 Completion Date: October 2023 Scope of Work: SP+ was retained by the City of Lockport, Illinois to perform a review of the current and future parking demand and assets in the Downtown area as development continues to grow in the area. Services included the following tasks: 32 209 Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services PREVIOUS PROJECTS Documented existing parking resources, provided inventory of project assets (on street and off- street), and provided assessment of existing parking resource utilization. Determined peak demand of spaces and peak hours for proposed land use sizes, hours of operations, and occupancy. Projected a five-year forecast model evaluating proposed revenue and operating budget based on anticipated volume of users if the change to a paid parking program was completed. Staff Responsibilities: Consulting Services Director–Alexis Grainger was the main point of contact for this project. She was responsible for developing the study report, taking inventory of existing conditions, assessing existing parking resource utilization and providing recommendations on optimizing parking layouts. SP+’s local team was responsible for assessing the downtown parking operations, management and providing recommendations for operation improvement. Downtown Doral, Florida, Parking Program Evaluat ion Contact: Monique Bardino, RPA, Senior Property Manager Phone: (305) 592-0681 Email: mbardino@codina.com Scope of Work: SP+ was retained by Codina Partners in 2019 to provide an evaluation of the existing parking management program, capacity, utilization, and impact on economic development for Downtown Doral, Florida. Services included the following: Documented existing parking resources, provided inventory of assets (on-street and off-street), and provided assessment of existing parking resource utilization. Assessed Downtown parking facilities from an operations perspective. This included assessments of customer service, revenue control and collections, enforcement, maintenance, and overall management. Assessed existing technology and recommended system upgrades and enhancements. Developed program optimizations including program organization, revenue stream, equipment and technologies, parking pricing and economic development goals, and overall operations. Provided recommendations for field enforcement practices and operating expenditures. 33 210 PROPOSER QUALIFICATIONS Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services SP+ (www.spplus.com) develops and integrates industry-leading technology with best-in-class operations management and support to deliver mobility solutions that enable the efficient and time-sensitive movement of people, vehicles, and personal travel belongings. Our extensive range of services encompasses professional parking management, ground transportation, luggage logistics and management, facility maintenance, and event logistics. At SP+, Our Promise is “Making Every Moment Matter for a World on the Go™.” This commitment is integrated into solutions we provide for our clients, customers, and employees. 2021 INNOVATION AWARD 370 CITIES operating in 4 BILLION in gross receipts annually 3,4 00 FACILITIES office, hotel, retail, aviation+ 2 MILLION parking stalls managed 20,000 EMPLOYEES globally 1,100 SHUTTLES in operation 34 211 PROPOSER QUALIFICATIONS Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services INDUSTRIES Airlines & Airports Events & Venues Healthcare Hospitality Municipal Office Residential Universities Casinos Cruise Ports Ski Resorts SOLUTIONS Event Logistics Facility Maintenance Parking Management Security Services Transportation Management Consulting Luggage Logistics & Management Marketing Services Guest Services Technology Integration Global Market Presence SP+ operates in major markets across North America including 47 states, the District of Columbia, Puerto Rico, and four Canadian provinces. The company also operates in Europe under the AeroParker and KMP brands. P ROPOSER QUALIFICATIONS 35 212 PROPOSER QUALIFICATIONS Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services Company History SP+ Corporation was originally founded in Chicago, Illinois, in 1929 as Standard Parking. Starting with one downtown parking lot, we soon expanded to numerous locations including hotels and medical centers. In the 1950s, we started the first paid airport parking operation at Cleveland Hopkins International Airport. In the late 1970s, Standard Parking started a rapid expansion program that made it a national company. In 2013, Standard Parking Corporation merged with Central Parking Corporation, creating SP Plus Corporation, one the largest full service mobility solutions firms in North America with operations in the U.S., Puerto Rico and Canada. Our core values are grounded in integrity, ingenuity and diversity – we are laser-focused on delivering the highest level of service to our customers and clients with state-of-the-art technology solutions. We have set the industry standard in integrating new technologies, online interactive marketing programs, parking amenities and customer service programs, revenue control, financial reporting, expense containment, employee professionalism, and proactive management. Our operations maximize facility profitability while at the same time making parking a first-class, enjoyable experience. As a public company subject to the requirements of the Securities Exchange Act of 1934 and the Sarbanes-Oxley Act, we adhere to accounting, internal control and reporting standards that are more rigorous than those typically followed by our non-public competitors. Please visit www.spplus.com to learn more. Acquisition by Metropolis Technologies, Inc. As announced in the press release on October 5, 2023 (https://spplus.com/metropolis- technologies-inc-to-acquire-sp-plus-corporation-for-1-5-billion/), SP+ and Metropolis Technologies, Inc. have signed an Agreement and Plan of Merger. Until the acquisition of SP+ by Metropolis is complete, the two companies will remain completely independent and will continue to do business as usual. Additional Q&A regarding this acquisition can be found at https://spplus.com/acquisition-announcement. 36 213 PROPOSER QUALIFICATIONS Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services Consulting Services Division SP+ is unique in that Consulting is a service provided in-house by a team of professionals at SP+. The team’s distinguishing approach in the blending of operations and planning is what makes our projects so successful. SP+ Consulting Services provides efficient parking and transportation solutions guided by emerging industry trends and best practices. We are diversified in the types of services that we administer to accommodate various vertical markets nationwide. Committed to incorporating the most progressive results, we take an integrated approach to best meet each client’s needs. The following is a list of services that the SP+ Consulting Services division offers: PARKING Parking Demand Study Financial Assessment and Review Operational Plan Signage Plan TRAFFIC Traffic Plan Signage Plan Mobility Management Rideshare Operational Plan Queuing Model and Study PEDESTRIAN Pedestrian Plan Signage Plan The Consulting Services Division is led by Alexis Grainger, PE. She is responsible for leading the consulting efforts nationwide for the firm. Her specialized skill set aids in the blending of operations and planning that assists in making our projects so successful. Alexis will lead the project remotely from the Northeast. Alexis is the proposed Project Manager in charge of this project and the City of South Miami’s primary contact. She has worked on significant projects across the United States including several in South Florida, specifically. She also personally led the efforts for the three (3) projects as referenced and described in the Previous Project section of this RFP response. 37 214 State of Florida Department of State I certify from the records of this office that SP PLUS CORPORATION is a Delaware corporation authorized to transact business in the State of Florida, qualified on February 8, 1982. The document number of this corporation is 851793. I further certify that said corporation has paid all fees due this office through December 31, 2023, that its most recent annual report/uniform business report was filed on March 8, 2023, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twentieth day of February, 2024 Tracking Number: 3889544454CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication 38 215 Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services PERSONNEL QUALIFICAT IONS / KEY STAFF SP+ is the best partner for the job due to the dedication and experience of both our local and national teams. We operate with the resources of a large firm but with the approach of a local one. Our local operation team and our in-house Engineer will lead this project. Consulting Services Division SP+ Consulting Services provides efficient parking and transportation solutions guided by emerging industry trends and best practices. We are diversified in the types of services that we administer to accommodate various vertical markets. We consult on various types of multi-use projects across the county. ALEXIS GRAINGER, PE – DIRECTOR OF CONSULTING SERVICES, NEW YORK CITY, NY The Consulting Services Division is led by Alexis Grainger, PE. As the Director of Consulting Services for SP+, Alexis specializes in multi-modal transportation planning and traffic operations. She is responsible for leading the consulting efforts nationwide for the firm. Her specialized skill set aids in the blending of operations and planning that assists in making our projects so successful. Alexis will lead the project remotely from the Northeast. Alexis will be the Project Manager in charge of this project and the City of South Miami primary contact. She has more than 5 years of experience in Traffic Engineering, previously working for Kimley-Horn and Associates, as well as the Arizona Department of Transportation. Since joining SP+ in 2019, SP+ has taken part in over 200 projects across the United States. Alexis is well versed in traffic and pedestrian analyses and proficient in demand analyses, functional design reviews, and traffic simulation software technologies. E: agrainger@spplus.com | P: 480-200-2456 Commercial Division J ASON SPOETH, CAPP - SENIOR VICE PRESIDENT OF SOUTHEAST OPERATIONS Jason currently serves as our SVP of Southeast Operations and is responsible for Business Development and Operations in Alabama, Arkansas, Florida, Georgia, Louisiana, Mississippi, North Carolina, Puerto Rico, and South Carolina. Jason has experience within a variety of parking niches such as Class A Office, Five Star Hotel, Healthcare, University, Municipal and large-scale Special Events. 25+ years of parking management experience Bachelors Degree from the University of Florida 39 216 Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services PERSONNEL QUALIFICAT IONS / KEY STAFF Certified Administrator of Public Parking (CAPP) through the International Parking Institute Member of the Parking Association of Georgia & the Mid-South Parking Association E: jspoeth@spplus.com | P: 404-867-6163 JHEIMY VASQUEZ - REGIONAL MANAGER Jheimy Vasquez has excelled in every position that she’s held with SP+ since starting with us in 2008. She currently oversees all operations and leads all market development efforts in South Florida Region. Prior to her current position, Jheimy served as Senior Manager in the Miami area, supervised the Beach Place Garage in Ft. Lauderdale, successfully managing and significantly improving the location, while overcoming many obstacles. Currently she is responsible for the day-to-day operations, including budgeting, payroll, scheduling, and revenue control. Apart from the growth in revenues, she can also be credited for providing impeccable customer service, greatly improving the aesthetics of the location, and implemented solid auditing principles. 14+ years of experience with SP+ BA in Accounting, and an MBA in Finance from APEC University, located in Dominican Republic E: jvasquez@spplus.com | P: 786-419-8282 DONALD J. JONES – VICE PRESIDENT Donald Jones joined the SP+ team in 2005 and has direct responsibility for the operational, financial and marketing functions for the Commercial / Retail Division for South Florida and Puerto Rico. Don was previously responsible for a portfolio of thirty parking facilities in the Chicago Region. During his tenure he provided direct oversight for several Class A garage and shuttle operations including, 900 North Michigan Self Park, Aon Center, Aon / Prudential Shuttle, Greenway Self Park, and 353 North Clark’s garage and shuttle operations. Don’s operational experience has been primarily in commercial office and mixed-use facilities, specializing in commuter shuttle operations. 23+ years of parking management experience Bachelor’s in Business Administration from Benedictine University in Lisle, Illinois E: djones@spplus.com | P: 312-493-6566 40 217 Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services PERSONNEL QUALIFICAT IONS / KEY STAFF SP+ Organizational Chart 41 218 INSURANCE CERTIFICATES Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services SP+’s in-house Risk Management Department focuses exclusively on comprehensive risk protection, safety and loss control inspections and training, and claims management. Our insurance provides liberal protection with a $100 million casualty umbrella limit. Our casualty carriers are rated A+ XV by A.M. Best. Our coverage provides exceptional protection for our clients: Workers’ Compensation Insurance Our coverage maintains compliance with the state’s Workers’ Compensation Act. Employer’s Liability Insurance Covers all employees for the premises not covered by the Workers’ Compensation Act, for occupational accidents or disease, for limits of not less than $1,000,000 for any one occurrence, or whatever is necessary to satisfy the requirements of the umbrella liability insurance specified below. General/Garage Liability Insurance We are insured on an occurrence form basis with limits of not less than $10,000,000 per occurrence with an annual aggregate limit of $15,000,000 per location. Garage-Keeper’s Legal Liability Insurance (if Applicable) Insures any and all automobiles that are parked at the premises by the operator’s attendants or for which a bailment otherwise is created, with limits of liability not less than $3,000,000 per occurrence. Comprehensive Crime Insurance Includes Employee Dishonesty, Forgery or Alteration, Inside and Outside the Premise, Computer Fraud, Money Orders and Counterfeit Paper Currency, Loss of Clients Property resulting from EE Dishonesty, and Funds Transfer Fraud with limits of $5,000,000 per occurrence. Umbrella Liability Insurance In excess following form, with an annual aggregate limit of $100,000,000. Fidelity Insurance Coverage Because no internal control system—no matter how well conceived and operated—can provide an absolute assurance that its objectives will be met (and because no evaluation of controls can guarantee detection of all control issues), we provide our clients with an additional layer of protection by maintaining $5 million in fidelity insurance coverage. This coverage protects our clients against losses associated with employee dishonesty, theft, computer fraud and forgery. Sample Certificate of Insurance (COI) We have included our sample insurance certificates on the following pages. 42 219 INSURANCE CERTIFICATES Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services Page 1 of 2 – Insurance Certificate 43 220 INSURANCE CERTIFICATES Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services Page 2 of 2 – Insurance Certificate 44 221 Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services ADDITIONAL INFORMATI ON Legal Exceptions SP+ Termination Rights – Recommended Change – SP+ requires the right to terminate contract for client’s breach and failure to cure within 10 days for monetary or within 30 days for a non-monetary breach. Client Termination Rights, (RFP Section 2.15, Sample Contract Section 8) – Recommended Change – Client may terminate the agreement at any time without cause upon written notice to SP+. In addition, client may terminate the agreement for SP+’s breach and by providing notice. SP+ requires the right to cure an alleged breach, 10 days for a monetary breach and 30 days for a non-monetary breach. Indemnity, (RFP Sections 2.63, 2.15; Sample Contract Section 12) – Recommendation – Due to the nature of the services that are being provided, SP+ recommends removing all indemnity language from the agreement. The City and SP+ can negotiate any indemnity that may be required based on the limited scope of the services being provided at the time of contracting. Indemnity, (RFP Sections 2.63, 2.15; Sample Contract Section 12) – Recommendation – SP+ recommends a mutual waiver of consequential, punitive, and indirect damages. Insurance, (RFP Sections 2.61; Attachment A Section 9.1) – Clarification – Regarding AM Best Rating, we request that the limit be adjusted to industry standard of “A-: VIII” Insurance, (RFP Sections 2.61; Attachment A Section 9.2) – Clarification – SP+ is not able to provide a copy of our policies. We will provide all applicable certificates of insurance and endorsements. Insurance, (RFP Sections 2.63) – Clarification – SP+ will not provide copies of insurance invoices, but we will provide confirmation the polices have been paid. Insurance, (Attachment A, Section 9.2) – Clarification – SP+ cannot guarantee delivery of certificates or insurance 30 days prior to the expiration. We can guarantee that the certificates will be delivered prior to expiration. Insurance, (Attachment A, Section 9.4) – Clarification – SP+ is not able to reduce the our deductibles. Our current deductible levels exceed or meet the requested amounts. Choice of Legal Counsel (Section 12.1) – Recommendation – SP+ recommends that SP+ have the right to defend the client from an indemnified claim with counsel reasonably selected by SP+’s insurer and if client chooses to defend itself with its own counsel, the client will bear the cost without reimbursement from SP+ 45 222 Proposal to City of South Miami, RFP No. FN2024-03 for Parking Study Services ADDITIONAL INFORMATION Non-Compete (Sample Contract Section 7) – Recommendation – The language provided in the sample contract is vague. SP+ recommends removing this non-compete clause from the agreement. Warranty (Sample Contract Section 6) – Recommendation – The language provided in the sample contract is vague. SP+ recommends removing this non-compete clause from the agreement. Dispute Disclosure – (Form 4) - In the ordinary course of its business, SP Plus does not maintain a repository that it can query to identify allegations of contract defaults or the reasons for the termination of a particular parking location. SP Plus acknowledges that it has negotiated early terminations of management contracts, has had management contracts terminated upon sale of the underlying property, and has had management contracts terminated for convenience by clients prior to their expiration dates, which is a right that is common in the parking management industry. Nonetheless, SP Plus’s retention rate is very high given the nature of the parking business and the high volume of facilities operated by SP Plus. While there have been some default allegations within the past five years, they have typically been resolved to the satisfaction of both parties or, in rare instances, resulted in a negotiated early termination of the contract. Within the last five years, there has not been a court judgment finding that SP Plus breached any contract under which it operates any parking location. Disclaimer. It is expressly acknowledged that Consultant's services are provided solely from Consultant's perspective as an operator of automobile parking facilities, and that Consultant's services are not to be used or relied upon by Client in lieu of those rendered by professional architects or engineers. 46 223 ©2024 by SP Plus Corporation. All rights reserved. No material may be used, reproduced or distributed without the written permission of SP Plus Corporation. SUBMITTED BY: Alexis Grainger Director, Consulting Services (480)200 – 2458 agrainger@spplus.com SP+ Consulting Services 444 Brickell Ave #200 Miami, FL 33131 (305)372 – 5151 spplus.com 47 224 CLYDE WILSON 1 1.7.1 Executive Summary 1.7.1.1 Cover Page The Parking Network is proud to offer our expertise in support of South Miami’s endeavor to improve urban parking. TPN’s rich history in the parking industry, along with our connection to resources make us the best consultant to help South Miami develop an exceptional master plan for City Center. Parking Study Proposal South Miami Clyde Wilson President & Founder of The Parking Network, Inc 1150 Redbird Ave Miami Springs, FL 33166 713-206-5306 April 17, 2024 225 © 1997-2024 The Parking Network, Inc 2 1.7.1.2 Contents 1.7.1 EXECUTIVE SUMMARY ................................................................................................................ 1 1.7.1.1 COVER PAGE ...................................................................................................................................... 1 1.7.1.2 CONTENTS ......................................................................................................................................... 2 1.7.1.3 LETTER OF INTEREST ............................................................................................................................. 3 1.7.2 PROPOSAL FORM PACKAGE ........................................................................................................ 5 FORM 1 ......................................................................................................................................................... 5 FORM 2A & 2B ............................................................................................................................................... 7 FORM 3 ......................................................................................................................................................... 9 FORM 4 ....................................................................................................................................................... 16 FORM 5 ....................................................................................................................................................... 17 FORM 6 ....................................................................................................................................................... 18 FORM 7 ....................................................................................................................................................... 21 FORM 8 ....................................................................................................................................................... 22 FORM 9 ....................................................................................................................................................... 25 1.7.3 PROOF OF EXPERIENCE ............................................................................................................ 27 1.7.3.1 KNOWLEDGE OF THE BUSINESS ............................................................................................................ 27 1.7.3.2 EXPERIENCE ..................................................................................................................................... 27 1.7.4 PREVIOUS PROJECTS................................................................................................................ 28 1.7.5 PROPOSER’S QUALIFICATIONS ................................................................................................. 28 1.7.5.1 SERVICE AND INCORPORATION ............................................................................................................. 28 1.7.5.2 LICENSE .......................................................................................................................................... 28 1.7.6 PERSONNEL QUALIFICATIONS/KEY STAFF ................................................................................. 29 1.7.6.1 KEY STAFF ........................................................................................................................................ 29 CLYDE WILSON – RESUME .............................................................................................................................. 29 KRISTA OLIEN - RESUME ................................................................................................................................. 30 TRINA TUTOR – RESUME .................................................................................................................................. 30 LEIGH THOMAS - RESUME ............................................................................................................................... 31 JOAQUIN ROJAS - RESUME ............................................................................................................................... 31 1.7.6.2 ORGANIZATIONAL CHART .................................................................................................................... 32 1.7.7 INSURANCE CERTIFICATES ....................................................................................................... 33 1.7.8 ADDITIONAL INFORMATION ...................................................................................................... 34 226 © 1997-2024 The Parking Network, Inc 3 1.7.1.3 Letter of Interest The Parking Network, Inc. (TPN) has been in the parking industry for 26 years performing financial and operational reviews mainly for private parking owners. The owner of TPN, Clyde Wilson, has been in the parking industry for 45 years, the first 19 of those years as a senior manager for national commercial parking operators. There is no one in the parking industry today with the experience and dedication to review the requirements of this RFP and present to the city a Parking Master Plan that will provide a working document that can fulfill the requirements established in this RFP by the City of South Miami. This is a very important job for TPN because it starts the process for TPN to become known for our understanding of the many challenges Cities are currently facing with providing and managing parking for the many user groups that count on the city meeting their challenges. Parking is a support service for all businesses, residents, visitors, and patrons of the city. TPN can provide so much more than just counting the spaces, counting the cars, and giving a report. The city of South Miami will receive a parking master plan from TPN and in return, TPN will demonstrate the depth of our knowledge in moving a city's parking operation into the requirements of the future. To develop a parking master plan TPN follows the rolls listed below: • To develop a parking master plan the TPN team will review all parking in the city. This will include license plate 30 -minute reviews of all on-street parking spaces for one week during the review period, a review of all of the transaction records from the on- street payment system for the month before the review period, a review of the past twelve months' parking activity, and a review of all of the transaction records for the off-street garages owned by the city. This review will develop a peak demand analysis for each street and section in the city to build a model of the city's current demand. • After building the model and after meeting the city's staff and LAZ parking operators, TPN can divide the city into the proper service and demand sections that will be used to perform the complete review and build a meaningful master plan. Below is a description of how the medical district will be reviewed and this same plan will be used to evaluate each service and demand section. • The City of South Miami has parking that serves many very different and strong parking generators. In one section of the city is a strong medical district with internal parking but also parking that impacts the on-street parking in the area. It will be necessary for TPN to review and perform license plate counts every 30 minutes to determine how much the medical facilities are impacting the street. Then it will be necessary for TPN to meet with all major players in the many medical facilities to review their 5-year plans. The purpose of this review is to answer a few very important questions about each district in South Miami. 227 © 1997-2024 The Parking Network, Inc 4 Consider the large medical district for an example - o Does the medical district impact the future parking plan for South Miami? Review the medical district's current parking operation, quality of operations, and problems within the operation that are currently or could in the future impact the city's ability to support the master plan. o How many spaces are available in South Miami and what percentage of them are occupied by the medical district? Develop an understanding of the number of parking spaces available in the medical district and its current demand for them during medical peak parking demand. o Where in South Miami do parking problems occur due to the medical district? If the medical district is currently impacting the parking provided by the city it is imperative to know where that impact is occurring, how impactful it is affecting the current city parking operation, what the impact may be from normal future growth, and how planned developments will impact the city's parking operations. • It might be necessary to meet with the city’s staff and developers during the review process to ask questions and seek clarification. Understanding any short -term and long-term development plans will help build the model for the master plan. • Building a master plan invites city managers to take a hard look at the current parking operation and determine the options that either can be immediately introduced or options that need to be evaluated and added to the Master Plan later. In every operation, there are programs that either need improvement, need to be changed or brought up to current technology, or need to be eliminated. It is never good practice to integrate present problems when developing a plan for future growth and infrastructure. TPN will spend extensive time meeting with the city staff and LAZ parking to discuss the existing operation and develop a plan. 228 © 1997-2024 The Parking Network, Inc 5 1.7.2 Proposal Form Package Form 1 229 © 1997-2024 The Parking Network, Inc 6 230 © 1997-2024 The Parking Network, Inc 7 Form 2 A & 2 B 231 © 1997-2024 The Parking Network, Inc 8 232 © 1997-2024 The Parking Network, Inc 9 Form 3 233 © 1997-2024 The Parking Network, Inc 10 234 Public Entity Crimes Affidavit I understand that a "public entity crime" as defined in Paragraph 287.133(l)(g), Florida Statutes, means 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 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 misrepresentations. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(l)(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 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defined in Paragraph 287.133(l)(a), Florida Statutes, means: I. A predecessor or successor of a person convicted of a public entity crime; or 2. 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 another person, or a pooling of equipment or income among persons when not for fair 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 convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, 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 proposals or applies to Proposal on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to ti<aaWt business with a public entity. The term "person" includes those officers, directors, executives, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) IX 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 ad 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 199/ 2024 T P rkm N twork, Inc © 1997-2024 The Parking Network, Inc 11 235 © 1997-2024 The Parking Network, Inc 12 236 © 1997-2024 The Parking Network, Inc 13 237 © 1997-2024 The Parking Network, Inc 14 238 compliance with the requirements set forth under F.S. § 287.087. The entity submitting this sworn statement is not a drug-free workplace. CBW Proposer Initials City Non-Discrimination Requirements Affidavit Proposer understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City will not enter into or award a contract to an entity engaged in a boycott. Proposer understands that "Boycott" as defined under Section 3-1.1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, e~.:mtih: §trictions, or divestments that are specifically authorized or required by federal law or state law. Proposer certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1.1 of the Code of the City of South Miami. CBW Proposer Initials Acknowledgment, Warranty, and Acceptance 1. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations. 2. Contractor warrants that it has read, understands, and is willing to comply with all requirements ofRFP No. FN2024-03 and any addendum/addenda related thereto. 3. Contractor warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City Commission or City Manager, as applicable. 4. Contractor warrants that all information provided by it in connection with this Proposal is true and accurate. CBW Proposer Initials [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.) 199/ 2024 T P rkm N twork, Inc © 1997-2024 The Parking Network, Inc 15 Clyde Wilson Clyde Wilson President Krista Olien Clyde Wilson President The Parking Network, Inc. 239 © 1997-2024 The Parking Network, Inc 16 Form 4 240 © 1997-2024 The Parking Network, Inc 17 Form 5 241 © 1997-2024 The Parking Network, Inc 18 Form 6 242 © 1997-2024 The Parking Network, Inc 19 N/A N/A N/A 5 5 Clyde Wilson Krista Olien Greenwood Insurance Group Inc. Contact: Diania Villarreal President Vice President All 26 All 243 © 1997-2024 The Parking Network, Inc 20 Clyde Wilson President 90 % Charles Munn 10 % none N/A The Parking Network, Inc. April 12, 2024 Clyde Wilson President 2700 Research Forest Dr. 124 The Woodlands, TX 77381 (281) 397-7844 x 244 © 1997-2024 The Parking Network, Inc 21 Form 7 245 © 1997-2024 The Parking Network, Inc 22 Form 8 246 © 1997-2024 The Parking Network, Inc 23 City of Los Angeles department of Finance Ida Zhang 213-928-9176 Ida.Zhang@lacity.org Same as above X 247 © 1997-2024 The Parking Network, Inc 24 City of Miami We do not have that information. The contracted started in May of 2000. The requirement was to develop an inventory of all parking operations in the city. TPN was paid a % fee based on the total amount of the parking tax income each month. TPN's contract ended in October 2010 After selling a company to Central Parking at the end of September 2010. X 248 © 1997-2024 The Parking Network, Inc 25 Form 9 249 © 1997-2024 The Parking Network, Inc 26 Krista Olien Supervise PM All 5 Years Trina Tutor PM for 20 Locations BXP 5 Years Leigh Thomas PM for 15 Locations BXP 30 Hrs 5 years Clyde Wilson Oversee all Projects All 40 Hrs 30 Hrs 10 Hrs The Parking Network, Inc. April 12, 2024 Clyde Wilson President Parking Guy Consulting & Management 1150 Redbird Ave. Miami Spring, FL 33166-3112 Assistance 7374266 250 © 1997-2024 The Parking Network, Inc 27 1.7.3 Proof of Experience The Parking Network (TPN) was established in 1997 by Clyde Wilson. Clyde has 45 years of parking management and consulting experience, including 19 years in high-level jobs with two commercial parking operators. While in operations, Clyde grew concerned because the parking operators were not successful in depositing all the client’s money from the location to the bank. TPN became Clyde's way of influencing passion and integrity in the parking industry. From the beginning, Clyde has worked tirelessly to improve the industry’s level of service. TPN started in 1997 and continues to this day to provide financial and operations reviews to parking operations around the country. TPN has more experience than any firm in its total understanding of the industry and how parking is structured. TPN’s first major client was Equity Office Properties. TPN became their only parking financial review company for their 128 commercial office buildings. This company was sold in 2004. In 2000, TPN won the parking tax audit contract for Miami and continued that contract for 10 years until 2010 when TPN sold one of its test companies, Focus Point Parking, to a commercial parking operator. This transaction caused TPN to have a conflict of interest with the City of Miami. In 2008 TPN started parking financial reviews for the internal audit division of Boston Properties, an owner of commercial properties across the country. TPN is still operating under a new 5-year agreement with Boston Properties for 16 years since 2008. TPN won the parking tax audit contract for the City of Los Angeles in 2004 and continued that contract until 2018 for 14 years. TPN surpasses all other firms in knowledge of the parking industry and capability to serve South Miami with a clear and concise master plan. 1.7.3.1 Knowledge of the Business Clyde Wilson, the owner of TPN, is considered one of the top professionals in the industry. TPN is considered the top consulting company when it comes to core knowledge of all levels of the industry. TPN's website (www.tpnconsulting.com) showcases publications written by the team in the form of articles and podcasts. Clyde's articles show his depth of insight and pioneering spirit for the past 4 decades. TPN understands the many challenges in downtown parking, working with city councils, and the population's current demands on mobility. TPN’s podcast provides knowledge and resources for all those with a hand in parking. TPN has been in the parking business for decades, is dedicated to improving all levels of the industry, and is considered the experts in both on-street and off-street logistics. The team has a long history of helping property owners, municipalities, and facility managers to improve operations and increase revenue. 1.7.3.2 Experience TPN has been providing consulting services for parking operations continually since its inception in 1997. The company maintained an office in South Florida from 1999 to September 2010. During that time, TPN had the contract to manage the parking tax progr am for the City of Miami from 2000 to 2010. At the same time, TPN was developing a startup 251 © 1997-2024 The Parking Network, Inc 28 test company called Focus Point Parking. By mid-2010, Focus Point was fully developed and tested and was sold to Central Parking System in September 2010. However, Central Parking System did not have the necessary expertise to integrate Focus Point into th eir operation, so Clyde Wilson had to work with them for two years, instead of working for them. Since it was very close to being a conflict and the Miami Tax contract was also up for renewal at the same time, it was not appropriate for TPN to continue wor king with the City. 1.7.4 Previous Projects A common component of TPN’s various parking analysis projects includes, but is not limited to, parking studies, market reviews, vehicle traffic flow patterns and parking projection analysis. TPN can provide sample studies, however our most applicable projects are listed below. City of Charlotte Parking Study City of Los Angeles Parking and Tax Review City of Miami Parking Inventory Study City of Miami Parking and Tax Review City of Santa Monica Promenade Parking Study 1.7.5 Proposer’s Qualifications TPN is a 26-year-old parking financial and operations consulting company. For the City of South Miami Parking project, Clyde Wilson will be the Project Manager to ensure we present the city of South Maimi with the most experience in the parking industry. Krista Olien (VP of TPN) and Trina Tutor (TPN’s head of project management) will assist Clyde. Joaquin Rojas and his team from The Parking Guy will also be a part of the reviewing staff. Joaquin started in the parking business in 2003 and worked for TPN on the Miami Parking Tax project. 1.7.5.1 Service and Incorporation TPN has been in the parking financial and consulting business performing the full range of jobs over that period. TPN has not had a contract in the State of Florida for over five years. TPN has not conducted business in Florida since 2011 and we look for ward to our relationship with The Parking Guy and the City of South Miami. 1.7.5.2 License TPN has renewed its license to do business in Florida and Miami-Dade County. If TPN is selected to perform this very important job for the City of South Miami, TPN will provide all applicable license, certifications and permits, including government licenses, certifications, and permits from the State of Florida, Miami-Dade County, and the City. 252 © 1997-2024 The Parking Network, Inc 29 1.7.6 Personnel Qualifications/Key Staff 1.7.6.1 Key Staff Clyde Wilson – Resume September 1979 - September 1980 Operations for the Corporate Office of Central Parking • Ran the day-to-day parking operation of approximately 60 locations in Nashville, TN ranging from 40 space surface lots, commercial office parking facilities, Municipal Auditorium parking operations, and three hospitals including Vanderbilt Medical Center. September 1980 – September 1981 General Manager of the Nashville operation of Central Parking • Full management and marketing responsibilities of the Nashville parking operation • September 1981 – September 1983 District Manager for the State of Tennessee for Central Parking • Continued with the management responsibilities of the City of Nashville • Oversaw the operations in Chattanooga, TN that included parking for the Tennessee Valley Authority (TVA) and Coca-Cola. • Oversaw the parking operations in Knoxville that also included the main office for the TVA. Was awarded the contract and ran all the 10,000 parking spaces for the 1982 World’s Fair in Knoxville September 1983 – July 1997 President of Urban Properties South for APCOA Parking • Oversaw the operation of over 200 parking facilities in the southeast from Houston, Texas to Miami, Fl including the take over and rebuilding of the parking operation for Jackson Memorial Hospital. The parking revenue at JMH increased 100% in the first month and year of operation and again by 22% beginning in the second year of operation. July 1997 – Present Owner and President of The Parking Network Inc. • Within three years became the largest parking financial review company in the industry. • In 2000 won the contract for management of the parking tax program in the City of Miami. Improved their parking tax collections in the first year by 22% and continued to increase every year. 253 © 1997-2024 The Parking Network, Inc 30 • In 2002 started the first every and very early model of the Performance Monitoring (PM) program to oversee the revenue stability of a larger number of parking operations. • 2004 Started the Parking Tax collection program for the City of Los Angeles. Increased their parking tax collections from $48 Million in 2004 to $96 Million in 2009 and then over $100 Million after 2012. • 2007 Created Focus Point Parking the first attempt to remotely manage a parking operation. We developed a remote command center in Dripping Springs Texas and built a model of the parking operation of the future. This operation was sold to Central Parking System in 2010 and then to SP Plus in 2012. • 2015 Created Flow Thru Technologies for the purpose of testing an advanced form of License Plate Recognition and developing a method to move away from paper parking tickets. That company accomplished its stated goals and closed in 2019. • 2008 Refined the concept of Performance Monitoring (PM) and now perform PM of some of the largest parking operations in the country and from coast -to-coast. Krista Olien - Resume August 2009 – December 2011 Bachelor of Science in Math Education from Texas A&M University August 2013 – May 2015 Masters of Education in Curriculum & Instruction from University of St. Thomas August 2012 – May 2018 Secondary Mathematics Teacher in Texas • Courses taught: Algebra 1 & 2, Geometry, Pre-Algebra May 2018 – Present Vice President & Chief Data Analyst for TPN Consulting • Currently lead the Data Analyst team, co -lead special projects and consulting, and oversee operations of the company. Trina Tutor – Resume August 2010 – May 2014 Bachelor of Science in Communication Sciences and Disorders with a minor in Psychology August 2014 – June 2021 Speech Language Pathology Assistant in Texas schools June 2021 – June 2023 Data Analyst at TPN Consulting June 2023 – Present Senior Data Analyst at TPN Consulting • Analyze data by location then provide findings to property managers and operators and assist with special projects. 254 © 1997-2024 The Parking Network, Inc 31 Leigh Thomas - Resume August 2003 – May 2007 Bachelor of Science in Mathematics from Wayland Baptist University August 2018 – May 2019 Began Master of Science in Mathematics from Texas A&M University August 2015 – May 2023 Secondary Mathematics Teacher in Texas and Idaho • Courses taught: Algebra 1 & 2, Geometry, ALEKS, Pre-Algebra June 2023 – Present Data Analyst for TPN Consulting • Work closely with clients to manage and oversee parking facilities; analyze data from each assigned location; watch for and communicate trends and unprecedented change in parking activity and management. Joaquin Rojas - Resume Miami Dade College – Bachelor of Applied Science in Business Management and Supervision May 2003 – May 2008 Operations Supervisor at Standard Parking May 2008 – May 2011 Project Manager at The Parking Network, Inc. May 2011 – May 2015 Senior Manager of Operations at Miami Parking Authority October 2016 – October 2021 Senior Manager II at SP Plus Corp February 2021 – Present President and Founder of Parking Management of Miami/Parking Guy Consulting 255 © 1997-2024 The Parking Network, Inc 32 1.7.6.2 Organizational Chart Clyde Wilson Project Lead Krista Olien Assistant Trina Tutor Assistant Leigh Thomas Assistant Joaquin Rojas Subcontractor 256 © 1997-2024 The Parking Network, Inc 33 1.7.7 Insurance Certificates 257 © 1997-2024 The Parking Network, Inc 34 1.7.8 Additional Information President and founder, Clyde Wilson, started TPN as a general parking consulting company which then evolved into a parking financial and operations performance monitoring firm. With the goal of providing unique performance monitoring programs for TPN clients, Clyde developed the Parking Tax Recovery program back in 2000, TPN’s Performance Monitoring (PM) program in 2003, Focus Point Parking in 2007, Flow Thru Technologies in 2013, and the now industry leading parking information management program Focus Analytics in 2020. These industry-changing parking solutions take parking revenue and operational oversight to a new level of sophistication and productivity, assuring clients that their parking operation and revenue is being monitored by the most experienced parking performance a nd audit professionals in the industry. In 2000, TPN's Parking Tax recovery program was carefully designed and managed by the top parking professionals in the industry at the time. It became so successful that it increased the parking tax income for the City of Miami by 25% in the first year. In four years from 2004 to 2008 the City of Los Angles parking tax income increased from 48M to 90M under the program created by TPN. In 2003, Clyde started working on and creating what is now the PM program. PM is a program that uses the method of gathering information to make decisions on which garages were under-performing so that resources could be focused where they could have the highest impact. PM evolved into a remote monitoring system of our clients’ revenues reducing or eliminating their need for financial audits. In 2007, Clyde created the infamous Focus Point Parking which was the very first professionally remotely managed parking operation. Clyde believed the technology of today could help advance the outdated way of parking and knew the industry was ready for a change. Clyde innovated the idea of remotely monitoring locations using onsite cameras as well as managing each transaction through the PARCS systems. By remotely and centrally monitoring locations in a Command Center, TPN not only made the parking process frictionless, but also monitored the revenue and helped clients reduce slippage and maximize their revenue. The industry did not believe this new concept would work, however today, thousands of parking locations are remotely monitored and attendants in booths are a thing of the past. The industry saw results in which every Focus operation, 10 to 15 parking employees were removed from the payroll and the gross revenue increased by 18%. The proof was in the numbers. Focus Point Parking was sold and acquired by Central Parking System in 2010 who is now currently SP+. SP+ still operates TPN's original Focus Command Center in Austin, TX and remotely manages over 300 locations nationwide. Always trying to create better solutions, Clyde went on to create Flow Thru Technologies which was the very first parking hardware system created that removed the parking ticket from the operation. Clyde created the Flow Thru System of replacing the parking ticket issued to a parking customer with the use of the customer’s phone number. Clyde tested and researched for over a decade to determine what the easiest solution would be for parkers to enter and exit a facility without having to use a time-consuming app or website. Clyde knew the phone number was something everyone had, was easy to remember, and was unique to every individual. The phone number concept has now been duplicated and used by companies across the nation - thanks to TPN's very own Clyde Wilson! 258 © 1997-2024 The Parking Network, Inc 35 Alongside the PM program, TPN has created the Focus Analytics Program which conducts a microscopic investigation of the data generated by your PARCS equipment as well as the overall function of the parking operation. We translate what the numbers mean and how they relate to your operation and building. TPN offers an in-depth data analysis which will tell the story you need to know to maximize revenue without sacrificing customer satisfaction. TPN has also served across the nation as a consulting guru for parking solutions. Clients include parking companies that have over 30 years of experience as well as startups in the industry. Our industry knowledge, experience-based wisdom and innovative approach have anchored us as an important pillar in the parking industry. Here at TPN, we have years of experience and proven results improving parking operations and revenue for commercial properties, small operators, colleges & universities, municipalities, hospitals and medical centers, transportation, and airports. 259 260 Prepared for City of South Miami RFP NO. FN2024-03 FOR PARKING STUDY SERVICES April 17, 2024 Walker Consultants, Inc. Thomas (Tom) Szubka, CAPP, CPP, Project Manager 4925 Independence Pkwy., Suite 425 Tampa, FL. 33634 813 .888.5800 WALKER CONSULTANTS 261 Contents 01 Proposal Form Package 6 02 Proof of Experience 16 03 Previous Projects 19 04 Proposer's Qualifications 27 05 Personnel Qualifications/ Key Staff 29 06 Additional Information 36 262 WALKER CONSULTANTS April 17, 2024 Steven P. Kulick, Chief Procurement Officer City of South Miami 6130 Sunset Drive South Miami, FL 33143 Re: RFP No . FN2024-03 Parking Study Services Dear Madam or Sir : 4925 Independence Pkwy, Suite 425 Tampa, FL 33634 813 .888.5800 walkerconsultants .com The City of South Miami is seeking the assistance of a qualified parking and mobility consultant to evaluate the Town Center parking inventory and operations . The aim is to determine if the current parking system is functioning efficiently and effectively, both on-street and off-street, and to consider the operation and effectiveness of a centralized valet service. The consultant will prepare a comprehensive and coordinated parking plan that maximizes the use of existing and future public parking availability within the city and Town Center. The City manages about 1,168 paid parking spaces, including a 443-space parking garage and approximately 378 parking spaces in the Town Center. That's where Walker comes in . As a municipal consultant, We will help the City of South Miami develop a comprehensive parking plan that promotes a "smart" parking strategy. This will be part of a long- term master plan that includes parking, pedestrian circulation, and traffic planning . With this approach, the City can improve mobility for the entire community while supporting its future needs . Understanding The City of South Miami (City), in an effort of creating a greater parking master plan, is seeking assistance with the evaluation of the City's Town Center parking inventory and operations, for both on-street and off-street parking, to determine if the system is working efficiently in current conditions as well as with future developments . Consideration should also be given to the operation and effectiveness of a centralized valet service . As a result of this ongoing development progress, the City seeks the services of a qualified parking and mobility consultant to evaluate the parking system and prepare a unified and coordinated parking plan to effectively maximize existing and future public parking availability and utilization within the city and Town Center. The City is manages approximately 1,168 paid parking spaces that include a 443 space parking garage and approximately 378 parking spaces in the Town Center. Walker's municipal clients engage in long-term master planning . While some of these plans include elements of parking, pedestrian circulation, or traffic planning, few of these master plans include a truly comprehensive parking plan . The team's focus is to promote a "smart" parking plan as part of a comprehensive strategy. Such a plan presents strategies that lead to improved mobility for the entire community and supports the City's future needs . We strongly believe that the ideal team to meet these requirements is Walker Consultants . Sincerely, ~~----==--- Tom Szubka, Director of Planner TSzu bka@wa I kerconsu lta nts.com Walker Consultants 263 264 265 266 267 268 269 270 WALKER CONSULTANTS RFP No FN2024-03 Parking Study Services Prepared for City of South Miami Scope of Services and Approach 3. Up to eight (8) virtual stakeholder meetings as identified by City representatives. 4. One (1), in-person final presentation of the final Parking Analysis and Plan to the City of South Miami. 5. Teleconferences as needed, to supplement in-person meetings . WALKER CONSULTANTS I 11 271 01 Proposal Form Package 272 273 274 FORMl PROPOSAL FORM PACKAGE ACKNOWLEDGEMENTS (CONTINUED) Walker Consultants, Inc. James (Jim) A Orchard, Senior Vice President NAME & TITLE, TYPED OR PRINTED MAILING ADDRESS 4925 Independence Pkwy ., Suite 425 Tampa, FL. 33634 (_fil]_) 888.5800 TELEPHONE NUMBER State of Florida County of Hillsborough The foregoing instrument was acknowledged before me by means of __ physical presence or_ online notarization, this 17th day of April , 20___1_4 by James A. Orchard _____ (name of person) as Senior Vice President and CFO (type of authority) for Walker Consultants, Inc. (name of party on behalf of whom instrument is executed). x Personally known to me; or Notary Public (Print, Stamp, or Type as Commissioned) ___ Produced identification (Type of Identification: ___________ _ ) ___ Did take an oath; or x Did not take an oath 25 of 94 275 FORM2A PROPOSER'S CERTIFICATION (if Company or Corporation) CERTIFICATE STATE OF Florida ) ) ss COUNTY OF Hillsborough ) I HEREBY CERTIFY that a meeting of the Board of Directors of Walker Consultants, Inc . a corporation or company existing under the laws of the State of Michigan held on December 20 , 2023, the following resolution was duly passed and adopted: RESOLVED, that, as ______ of the Corporation/Company, be and is hereby authorized to execute the Proposal dated, April 17th , 2024 to the City of South Miami for RFP No. FN2024-03 "Parking Study Services," and that this execution thereof, attested by the Secretary of the Corporation/Company, and with the Corporate/Company Seal affixed, shall be the official act and deed of this Corporation/Company. I further certify that said resolution is now in full force and effect. IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of corporation/company on this the 17th of Aeri ~ \,,,u u o 11 .. \ '"''SU£ ,,, James A. Orchard (SEAL) ,, Ql:, ..... ,. ,. ,.,.,. .. :· v .. "fPo,:,.;,-.U.;. f tt: f(jsEAi~\ ·~ ::w , 19cc ·f/J- ::: ~~-~ lrJ ~.:~-.:::: -=;_.. >t.('9,-,,Gt,~, .f "',,. ·A ......... •!,:) . ,~ ,,;,., * ,, ... 11ft1 11L I \\ 26 of 94 276 277 FORM3 SINGLE EXECUTION AFFIDAVITS Tms FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICIAL AUTHORIZED TO ADMINISTER OATHS. THIS FORM COMBINES SEVERAL AFFIDAVIT STATEMENTS TO BE SWORN TO BY THE PROPOSER OR PROPOSER AND NOTARIZED BELOW. IN THE EVENT THE PROPOSER OR PROPOSER CANNOT SWEAR TO ANY OF THESE AFFIDAVIT STATEMENTS, THE PROPOSER OR PROPOSER IS DEEMED TO BE NON- RESPONSIBLE AND IS NOT ELIGIBLE TO SUBMIT A PROPOSAL/PROPOSAL. THESE SINGLE EXECUTION AFFIDAVITS ARE SUBMITTED TO THE CITY OF SOUTH MIAMI AND ARE STATEMENTS MADE: For (Name of Proposing or Bidding Entity): __ w_a_lk_e_r_C_o_n __________ _ Whose business address is: 4925 Independence Pkwy., Suite 425 Tampa, FL. 33634 And (if applicable) its Federal Employer Identification Number (FEIN) is: 38-1782774 (if the entity does not have an FEIN, include the Social Security Number of the individual signing this sworn statement. SS#: ________________ __,, Americans with Disabilities Act Compliance Affidavit The above named firm, corporation or organization is in compliance with and agrees to continue to comply with, and assure that any subcontractor, or third party contractor under this project complies with all applicable requirements of the laws listed below including, but not limited to, those provisions pertaining to employment, provision of programs and services, transportation, communications, access to facilities, renovations, and new construction . JO • The American with Disabilities Act of 1990 (ADA), Pub. L. 101-336, 104 Stat 327, 42 USC 1210112213 and 4 7 USC Sections 225 and 661 including Title I, Employment; Title II, Public Services; Title III, Public Accommodations and Services Operated by Private entities; Title IV, Telecommunications; and Title V, Miscellaneous Provisions. • The Florida Americans with Disabilities Accessibility Implementation Act of 1993, Section 553.501-553.513, Florida Statutes: • The Rehabilitation Act of 1973, 229 USC Section 794; • The Federal Transit Act, as amended 49 USC Section 1612; • The Fair Housing Act as amended42 USC Section 3601-3631. Proposer Initials 28 of 94 278 Public Entity Crimes Affidavit I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means 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 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 misrepresentations. I 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 1, 1989, as a result of a jury verdict, non-jury trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defmed in Paragraph 287.133(1)(a), Florida Statutes, means: 1. A predecessor or successor of a person convicted of a public entity crime; or 2. 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 another person, or a pooling of equipment or income among persons when not for fair 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 convicted of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate . I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes, 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 proposals or applies to 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, and partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WIDCH 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 ad 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 29 of 94 279 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 to July 1, 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 identified in paragraph 1 above is for that public entity only and that this form is valid 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 Statutes for category two of any change in the information contained in this form. JO Proposer Initials No Conflict of Interest or Contingent Fee Affidavit Proposer warrants that neither it nor any principal, employee, agent, representative nor family member has paid or will pay any fee or consideration that is contingent on the award or execution of a contract arising out of this solicitation. Proposer also warrants that neither it nor any principal, employee, agent, representative nor family member has procured or attempted to procure this contract in violation of any of the provisions of the Miami-Dade County and City of South Miami conflict of interest or code of ethics ordinances. Further, Proposer acknowledges that any violation of these warrants will result in the termination of the contract and forfeiture of funds paid or to be paid to the Proposer should the Proposer be selected for the performance of this contract. JO Proposer Initials Business Entity Affidavit Proposer hereby recognizes and certifies that no elected official, board member, or employee of the City of South Miami (the " City") shall have a financial interest directly or indirectly in this transaction or any compensation to be paid under or through this transaction, and further, that no City employee, nor any elected or appointed officer (including City board members) of the City, nor any spouse, parent or child of such employee or elected or appointed officer of the City, may be a partner, officer, director or proprietor of Proposer or Vendor, and further, that no such City employee or elected or appointed officer, or the spouse, parent or child of any of them, alone or in combination, may have a material interest in the Vendor or Proposer. Material interest means direct or indirect ownership of more than 5% of the total assets or capital stock of the Proposer. Any exception to these above described restrictions must be expressly provided by applicable law or ordinance and be confirmed in writing by City. Further, Proposer recognizes that with respect to this transaction or Proposal, if any Proposer violates or is a party to a violation of the ethics 30 of 94 280 281 Scrutinized Companies with Activities in the Iran Petroleum Energy Sector List, or engaged with business operations in Cuba or Syria during the term of the Agreement. 3. The Proposer agrees to observe the above requirements for applicable subcontracts entered into for the performance of work under the Agreement that may result from this RFP . As provided in Subsection 287 .135(8), F.S ., if federal law ceases to authorize the above-stated contracting prohibitions then they shall become inoperative. JO Proposer Initials Drug-Free Workplace Affidavit Proposer hereby recognizes that, pursuant to F.S. § 287 .087, preference shall be given to businesses with drug-free workplace programs when two proposals/Proposal are equal with respect to price, quality, and service . Proposer understands that in order to qualify as a drug -free workplace, Proposer must: a) 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 will be taken against employees for violations of such prohibition. b) Inform employees about the dangers of drug abuse in the workplace, the Proposer's 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 . 1) Give each employee engaged in providing commodities or contractual services under the RFP a copy of the statement specified in subsection (1). 2) Notify employees that, as a condition of working on the commodities or contractual services under the RFP , the employee must abide by the terms of the statement and will notify the employer 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) days after such conviction. 3) 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. 4) Make a good faith effort to continue to maintain a drug-free workplace through the implementation of this section. Based on information and belief, the statement, which I have marked below, is true in relations to the entity submitting this sworn statement. (INDICATE WHICH STATEMENT APPLIES.) IXl The entity submitting this sworn statement is a drug-free workplace and 1s m full 32 of 94 282 compliance with the requirements set forth under F.S. § 287.087. □ The entity submitting this sworn statement is not a drug-free workplace. JO Proposer Initials City Non-Discrimination Requirements Affidavit Proposer understands that pursuant to Section 3-1.1 of the Code of the City of South Miami, the City will not enter into or award a contract to an entity engaged in a boycott. Proposer understands that "Boycott" as defined under Section 3-1.1 of the Code of the City of South Miami means to blacklist, divest from, or otherwise refuse to deal with a nation or country, or to blacklist or otherwise refuse to deal with a person or entity when the action is based on race, color, national origin, religion, sex, gender identity, sexual orientation, marital or familial status, age, or disability in a discriminatory manner. The term boycott does not include a decision based upon business or economic reasons, or boycotts, embargoes, trade restrictions, or divestments that are specifically authorized or required by federal law or state law. Proposer certifies that it is not engaged in a boycott, and is in full compliance with Section 3-1.1 of the Code of the City of South Miami. JO Proposer Initials Acknowledgment, Warranty, and Acceptance 1. Contractor warrants that it is willing and able to comply with all applicable state of Florida laws, rules and regulations . 2. Contractor warrants that it has read, understands, and is willing to comply with all requirements ofRFP No. FN2024-03 and any addendum/addenda related thereto . 3. Contractor warrants that it will not delegate or subcontract its responsibilities under an agreement without the prior written permission of the City Commission or City Manager, as applicable. 4. Contractor warrants that all information provided by it in connection with this Proposal is true and accurate. JO Proposer Initials [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK. SIGNATURE PAGE FOLLOWS.] 33 of 94 283 State of Florida County of _F_l_o_ri_d_a ___ _ Pri t N e: James A. Orchard Title: Senior Vice President and CFO ACKNOWLEDGMENT The foregoing instrument was acknowledged before me by means of __ physical presence or_ online notarization, this 17th day of April , 20_1._4 by James A. Orchard ______ (name of person) as Senior Vice President and CFO (type of authority) for Walker Consultants, Inc. (name of party on behalf of whom instrument is executed). x Personally known to me; or Notary Public (Print, Stamp, or Type as Commissioned) ----'Produced identification (Type of Identification: ____________ _ ) ---'Did take an oath; or x Did not take an oath 34 of 94 284 FORM4 DISPUTE DISCLOSURE Answer the following questions by placing an "X" after "Yes" or "No". If you answer "Yes", please explain in the space provided, or on a separate sheet attached to this form. 1. Has your firm or any of its officers, received a reprimand of any nature or been suspended by the Department of Professional Regulations or any other regulatory agency or professional associations within the last five (5) years? YES NO x ----- ----- 2. Has your firm, or any member of your firm, been declared in default, terminated or removed from a contract or job related to the services your firm provides in the regular course of business within the last five (5) years? YES _____ No_x ___ _ 3. Has your firm had against it or filed any requests for equitable adjustment, contract claims, Proposal protests, or litigation in the past five (5) years that is related to the services your firm provides in the regular course of business? YES NO x ----- ----- If yes, state the nature of the request for equitable adjustment, contract claim, litigation, or protest, and state a brief description of the case, the outcome or status of the suit and the monetary amounts of extended contract time involved. I hereby certify that all statements made are true and agree and understand that any misstatement or misrepresentation of falsification of facts shall be cause for forfeiture of rights for further consideration of this Proposal or Proposal for the City of South Miami. ACKNOWLEDGMENT State of Florida County of Hillsborough The foregoing instrument was acknowledged before me by means of ~ physical presence or □ online notarization, this 17th day of April , 20..11...., by James A. Orchard (name of person) as Senior Vice President and CFO (type of authority) for Walker Consultants, Inc. (name of party on behalf of whom instrument is executed). _x __ Personally known to me; or Notary Public (Print, Stamp, or Type as Commissioned) ___ Produced identification (Type of Identification: ______________ ) ___ Did take an oath; or _x __ Did not take an oath 35 of 94 285 FORMS CERTIFICATION REGARDING DEBARMENT, SUSPENSION, AND OTHER RESPONSIBILITY MATTERS PRIMARY COVERED TRANSACTIONS This certification is required by the regulations implementing Executive Order 12549, Debarment and Suspension, 13 CFR Part 145. The regulations were published as Part VII of the May 26, 1988 Federal Register (pages 19160-19211). Copies of the regulations are available from local offices of the U.S. Small Business Administration. (1) The prospective primary participant certifies to the best of its knowledge and belief that it and its principals: (a) Are not presently debarred, suspended, proposed for disbarment, declared ineligible, or voluntarily excluded from covered transactions by any Federal department or agency; (b) Have not within a three -year period preceding this application been convicted of or had a civil judgment rendered against them for commission of fraud or a criminal offense in connection with obtaining, attempting to obtain, or performing a public (Federal, State, or local) transaction or contract under a public transaction; violation of Federal or State antitrust statutes or commission of embezzlement, theft, forgery, bribery, falsification or destruction of records, making false statements, or receiving stolen property; ( c) Are not presently indicted for or otherwise criminally or civilly charged by a governmental entity (Federal, State, or local) with commission of any of the offenses enumerated in paragraph (1 )(b) of this certification; and ( d) Have not within a three-year period preceding this application had one or more public transactions (Federal, State, or local) terminated for cause or default. (2) Where the prospective primary participant is unable to certify to any of the statements in this certification, such prospective primary participant shall attach an explanation to this Statement of Qualifications . Business Name Walker Consultants, Inc. Date April 17, 2024 36 of 94 By~ Signatureof Authorized Representative James (Jim) A Orchard, Senior Vice President Name and Title of Authorized Representative 286 287 288 1127 South Old US HWY 23 Brighton Ml 48114 certs@pciaonline .com 1800 969-4041 Insurance Carrier Address Telephone No . Email Has the Firm filed any insurance claims in the last five (5) years? ~ No □ Yes If yes, please identify the type of claim and the amount paid out under the claim: __________ _ FIRM OWNERSHIP Please identify all Firm owners or partners, their title, and percent of ownership : Owner/Partner Name Title Ownership (%) Please identify whether any of the owners/partners identified above are owners/partners in another entity: ~No □ Yes If yes , please identify the name of the owner/partner, the other entity's name, and percent of ownership held by the stated owner/partner: Owner/Partner Name Other Entity Name Ownership (%) RECENT CONTRACTS Please identify the five (5) most recent contracts in which your Firm has provided services to other public entities: Public Entity Contact Person Telephone No. Email Address Date Awarded Name City of Fo rt Laud erda le Parking Garage Market & Analys is Upd at e Ben Rogers, Director 954 .828.378 1 BRogers@ fortlauderdale.gov City of M iami Be ach Master Plan M on ica Be ltra n, Parking Di r ector 305.673. 7000 MonicaBe ltran@mi ami beachfl .gov Uni ve rsity of Miami Parkin g & Tansp Ana Eli Steph an, Director, Fae. and Op . Parf ng & Tran sp. 31 2.4 56.7890 e.steph an@miami .ed u Ll ty ot ~ort Pi er ce Ni ck Mimms, Ci ty M anag er nmimms@cityoffortpierce.com Parking Analys is 772-465-4 170 City of Hollywood Dow ntown Par king Stru cture Anal ys is Jovan Do ugla s, Division Director 954.921.3535 j dou gla s@ holl ywoodfl.org By signing below, Proposer certifies that the information contained herein is complete and accurate to the best of Proposer's knowledge. Firm: Walker Consultants, Inc . Date: April 17, 2024 Title: Senior Vice President 39 of 94 289 FORM7 PRICE PROPOSAL Pricing shall be submitted for completion of the Parking Study and Analysis in accordance with the Scope of Services, Section 3. PARKING STUDY & ANALYSIS: Finn: Walker Consultants, Inc. Authorized Signature: ~ Print or Type Name : J~ 40 of 94 Lump sum fee of Fifty-nine thousand , nine hundred, eighty dollars ($59 ,980) inclusive of $ all reasonable expenses. Date: April 17, 2024 Title : Senior Vice President 290 291 292 Please identify each Key Staff member's engagement commitments that will exist concurrently with the City's Services: Key Staff Name Area of Responsibility Client Commitment Period of (Hours/week) En2a2ement Tom Szubka Project Manager James (Jim) M Corbett Director of Planning John W Dorsett, AICP, CPI=> Sr Vice President Elizabeth (Beth) Mercer Analyst PROPOSED SUBCONTRACTORS The undersigned Proposer hereby designates, as follows, all major subcontractors whom they propose to utilize for the major areas of work for the services. The bidder is further notified that all subcontractors shall be properly licensed, bondable, and shall be required to furnish the City with a Certificate of Insurance in accordance with the contract general conditions. Failure to furnish this information shall be grounds for rejection of the bidder's proposal. (If no subcontractors are d t t "N " fi t Ii b l .) propose , s a e one on irs ne eow. Subcontractor Name & Address Scope of Work License Number N/A N/A N/A Firm: Walker Consultants, Inc . Date: April 17, 2024 Title: Senior Vice President ------------- 46 of 94 293 02 Proof of Experience 294 WALKER CONSULTANTS RFP No FN2024-03 Parking Study Services Prepared for City of South Miami Proof of Experience, References Provide documentation evidencing the experience of the Proposer and that the Proposer has successfully provided Services similar to those specified herein to other governmental entities, including municipalities of similar size and needs as the City. The Proposer firm shall be currently engaged in Services on a full- time basis and shall have been in existence and continuous operation providing the Services for a minimum of five (5) years . Proposer's experience should demonstrate the Proposer's City of Miami Beach Master Plan Miami Beach, FL City of Miami Beach, Monica Beltran, Parking Director 305 .673 .7000 MonicaBeltran@miamibeachfl .gov Univ. of Miami Parking & Transp. Ana. Miami, FL University of Miami, Eli Stephan, Director, Fae . and Op . Parking & Transp . 312.456 .7890 e.stephan@miami .edu City of Fort Pierce Parking Inventory Analysis Fort Pierce, FL City of Fort Pierce, Florida, Nick Mimms, City Manager 772.465.4170 nmimms@cityoffortpierce.com City of Hollywood Downtown Parking Structure Financial Feasibility Analysis Hollywood, FL City of Hollywod Jovan Douglas, Division Director 954.921.3535 jdouglas@hollywoodfl .org City of Fort Lauderdale Parking Garage Analysis Update Fort Lauderdale, FL City of Fort Lauderdal, Ben Rogers, Director 954 .828.3781 BRogers@fortlauderdale .gov *Please Find Additional Project Specific Sheets in Section 03 of this Proposal WALKER CONSULTANTS I 23 295 EMBRV--RIDDLE Aeronautical University OAVTOJ'!IA 86ACH, FLORlOA TO Whom It May Concern: Re: WALKERCONSUlTANTS UnivliitsltyPl11n~g & Constru~on l\ll111r,1ge11J11nt T:el: 386-226.6Sl2 Walker Consultants was contracted by Embry Riddle Aeronautical University (ERAU} to be the lead designer, structural engineer,.and functiona.l designerfortheERAU P:arkingGarage located in Daytona Be.ach, FL Based on myexperience with Walker Consultants, I wou.ld highly recommend them for any structural .engineering, parking consulting, or parking design related tasks. I would alsorecQmmend Wa.lker as the lead consultant on any standalone .or mixed-use parking garages. Walker has done an excellent job. representing ownership .during the projei:;t, The Walker staff acted in the most professional manner throughout the project. Walker Consultants provit:led the personal attention and design expertise necessary fot projects of this size and complexity to be successful. I welcome any questions. you mjght have regardfng their work. Embry Riddle Aeronautfc 1 Aerospa(.:e B.lvd. Daytona Beach, FL 34114 38.6-22fHi512 Cell: 386-747-1110 E-mail:.hardedOc@erau.edu Aerospace Bouievard Daytena ~ach, PLS2114.~3l)OO em bryriddle.edu 296 FLORIDA BERTHA W. HENRY, County Administrator 115 S. Andrews Avenue, Room 409 • Fort Lauderdale, Florida 33301 • 954-357-7362 • FAX 954-357-7360 Victor M. Iraheta, P.E. Vice President/ Senior Project Manager Walker Parking Consultants 4904 Eisenhower Blvd, Suite 150 Tampa, FL 33634 July 21, 2016 Dear Mr. Iraheta, Now that we have concluded our work together, I wanted to thank you for your efforts. The quality of the work product was exceptional. More importantly to us, we greatly appreciated the collaborative nature of our working relationship. You and Jim Corbett and the rest of your team were very responsive to our questions and concerns. It is rare to engage with a consultancy that prioritizes customer service and satisfaction as you have. Thank you again for a quality product and experience. I hope we have the opportunity to work together again in the future. Best regards, Al ~ Assistant to the County Administrator Broward County Board of County Commissioners Mark D. Bogen • Beam Furr• Dale V.C. Holness• Marty Kiar • Chip LaMarca • Tim Ryan • Barbara Sharie!• Lois We xler www.broward .org Page I of I 297 ----IIIIIIIIIIIIIIIIIIIIIIII Hi ll sborough County Aviation Authority P.O. Box 22287 Tampa, Florida 33622 phone/ 813 -870 -8700 fax / 813 -875 -6670 TampaAirport.com December 3, 2020 · Letter of Reference A Tampa \Sr. IQternat ional er Airport Peter 0 . Knight Airport Plant City Airport Tampa Executive Airport I have had the opportunity to work with Walker Consultants on a variety of restoration projects for Hi llsborough County Aviation Authority including the long and short term parking structures at Tampa International Airport. Brian Preston, Matt Dougherty and the rest of the Walker staff ass igned to our projects have been very knowledgeable and paid close attention to detail from the initial condition assessment through the project close-out. The Walker staff has acted professionally during discussions and presentations with A i rport management and staff. Walker represents the Airport during the construction phase of their project assignments and has held the contractors to a standard that assured that the repair work was complete and met all the required specifications. I would recommend Walker Consultants for parking structure or any other restoration projects and welcome any questions you might have regarding their work. Sincerely, Scott A. Nesbitt, PE Senior Project Director (813) 927-1071 SNesbitt@TampaAirport.com Josep h W. Lopa no, Chi ef Exec uti ve Offi cer I Ga ry W. Harr od, Chairman I Robe rt I. Wat kin s, Vice Chairman Mayor Jane Casto r, Sec retary I Brig. Ge nera l Chi p Die hl, Tr eas urer I Co mmi ss ioner Les ley "L es " Mill er, Jr ., Ass t. Sec retary/ Ass t. Tr eas ur er 298 GREATER ORLANDO AVIATION AUTHORITY September 30. 2019 TO WHOM IT MAY CONCERN: Walker Consultants has been the parking consultant and Engineer of Record for the new Phase 2 South Terminal ··c .. parking structure at the Orlando International Airpo11. Victor Iraheta led the Walker team for the initial project planning. design. and construction of the Phase I ··c .. parking structure which was completed in November 2017. Construction is almost complete on this expansion of the ··c-· parking structure and Walker Consultants has continued to be a key player in our expansion program and meeting our deadlines. We would recommend Walker Consultants for your parking structure planning. design , and construction project and welcome any questions you might have regarding their work. Sincn~DlJJ Davin D. Ruohomatki-. MBA, CGC Senior Director Planning. Engineering & Construction Greater Orlando Aviation Authority Orlando International Airport I One Jeff Fuqua Boulevard, Orlando, Florida 32827-4399 I 407.825 .2001 I orlandoairports.net 299 300 03 Previous Projects 301 WALKER CONSULTANTS Project Dates : Sep 2020-March 2022 Walker Team Jon Martens, Carl Schneeman wnerType : Government Benefits As a result, the Plan identifies next steps and the potential timing for implementation of the various policy, planning, management, and organizational changes necessary to ensure that the Town's public parking system contributes to the current and future growth and success of downtown Cary. RFP No FN2024-03 Parking Study Services Prepared for City of South Miami Town of Cary Cary, NC Project Description Downtown Cary has seen a resurgence in both redevelopment and new development projects. More people are choosing to come to downtown Cary to dine, shop, enjoy entertainment and recreational opportunities . In addition, there is renewed interest in downtown living . Parking in downtown has historically been provided primarily by individual property owners via surface parking lots immediately adjacent to one or a group of businesses . Additionally, on-street parking has been provided in the public right of way and is mostly unregulated, except for a small number of timed parking spaces in the core of downtown . While the Town Hall Parking Deck and a small number of surface parking lots have been available for use by the public, recent construction of the Library Parking Deck has taken a significant role in providing public parking inventory in the heart of downtown . Similarly, there has never been much in the way of organized management, planning, and enforcement of Cary's downtown parking assets . Key Features Town officials recognized the need to be proactive in their approach to operating and managing Cary's downtown public parking resources and sought to develop the Strategic Parking and Mobility Plan . Identifying options for organizing and managing the town's municipal parking system and highlighting best practices being used successfully by other municipalities. Cary also sought to incorporate input from employees, residents, and visitors who have firsthand experience parking in and moving around downtown. Solutions Provided Walker provided solutions related to policies, practices and opportunities. These solutions included : • Parking Management Organizational Structure • Zoning Trends in Parking • Parking Enforcement • Signage , Wayfinding and Visitor Information • Mobility and Curb Management • Parking Management for Special Events • Residential Parking Permit Programs (RPP) • Americans with Disabilities Act WALKER CONSULTANTS I 30 302 WALKER CONSULTANTS University of ~ Project Dates : July 2011-Nov 2011 Walker Team Andrew Vidor Owner Type : Government West Florida -= I I We have used Walker Consultants several times over the years . We have found them to be a very professional organization focused on customer service . The Walker teams have always been very flexible, and it has always been a pleasure to work with them . They treat you as friends and we would be happy to work with them again ." -Chip Chism, Director, Parking & Transp. Services RFP No FN2024-03 Parking Study Services Prepared for City of South Miami University of West Florida Pensacola, FL The University of West Florida anticipated strong growth in student enrollment. Continued growth would require the construction of new administrative and academic spaces within the campus core. Parking within the core was considered to be nearing capacity and some of the new buildings would likely be built on existing surface parking lots within the campus core . Key Features • Walker Consultants conducted a supply/demand, rate, and business analysis for the Pensacola campus . Solutions Provided • In 2018, Walker updated the previous Parking Planning Study and conducted a thorough review and analysis of the parking and transportation system . The original study occurred 2005 with an updated Parking Planning Study and Business Analysis that was prepared by Walker for the Pensacola campus in 2011. • Walker recommended the use of a single permit for all employees, a new parking rate fee structure, and the creation of a parking reserve fund to offset the capital investments on future parking and transportation needs Benefits • Provided a plan providing clear guidance to address the university's parking and transportation needs through the next ten years . WALKER CONSULTANTS I 31 303 WALKER CONSULTANTS RFP No FN2024-03 Parking Study Services Prepared for City of South Miami City of Fort Pierce Parking Consulting City of Fort Pierce, FL ■ Off-Slie<t Pu~ie Pa~ing Facilities with• IOSArea leveloflervice(LOS) • A IOSA 400'WalongR.ldiu,(=lminlOSK) B IOSB-800'\ValkingR.ldiUl(=lmin) • C IOSC-1,lOO'Walkngl1adiUl(=4minl0ll'<) N"'ageWalkolpee<l.1 mph(4.6ft/s) l evelofService Parkinglnventorylotals lOS Off-Street On-Street Total A 91 115 207 B 919 306 1,225 ( 83 l9 112 Total 1,094 ,so 1,544 """~""""''''-" The City engaged Walker in 2020 for follow up assistance with the desire to improve the availability of downtown parking and the strategic development of parking programs in developing districts that include Fort Pierce Beach, the Lincoln Park District, and the Peacock Arts District. As noted in the 2016 report provide by Walker Consultants for the City of Fort Pierce, parking continues to play a key role in the development of a municipal community. The 2016 report discussed reasons why the City would implement a paid parking system and defined the goals of the system to guide its development. The considerations provided in the 2016 report remain accurate with some minor changes added due to the advancement of certain technologies and best practices in the parking industry. What has changed in the 2020 analysis update is the maturation of the City 's growth and development, including its parking needs. To that end, Walker Consultants re-evaluated the City's parking program and provided recommendations including the development of a paid parking program , a downtown employee parking program, and a jury parking program . Walker provided comprehensive services including but not limited to : • Parking Supply, Demand, and Utilization Analysis • Parking Program Management Solutions (3rd Party Professional Parking Operator) • Parking Program Policies and Procedures • Parking Code and Ordinance Review • Enforcement of Laws, regulations and Codes Concerning Parking and Mobility • On-Street Parking Rate Study (Market Rate Study) • Operations and Financial Modeling • Feasibility Recommendations and Alternatives Site Analysis • Site Specific Plans for the Kings Landing Development • Site Specific Plans for the Marina Square Redesign • Site Specific Plans for the Lincoln Parking District Development • Site Specific Plans for the Peacock Arts District Development • Parking Meter Technology Evaluation and RFP Procurement • Paid Parking Program Development-Beach District and Downtown District • Development of Coalitions and Partnerships with Business Community Organizations and Major Stakeholders, specifically Identifying Opportunities for Long-Term Parking Solutions (St. Lucie County) Project Dates : 3/2016-6/2016 ; 7/2020-11/2020; 4/2021-ongoing Walker Team : Thomas Szubk, Jim Corbett Owner Type : Government WALKER CONSULTANTS I 32 304 WALKER CONSULTANTS RFP No FN2024-03 Parking Study Services Prepared for City of South Miami City of Miami Beach North Beach Regional Parking Analysis City of Miami, FL City of Miami Beach actively entertained multiple development projects in the North Beach area with a variety of land uses that will intensify parking demand/ utilization. A total of 1,958± public parking spaces were inventoried within the study area, including designated ADA parking spaces, motorcycle and scooter parking spaces, loading zone spaces, taxi stand spaces and shared- use loading and parking spaces . Key objectives: • Identify major demand generators in the North Beach study area and contact concerned parties, including the City, to understand their concerns and interests . • Inventory the on-street and off-street public parking facilities within the study area . • Perform occupancy counts on all public areas within the study zone . • Calculate and compare parking demand with the current supply and identify areas with projected deficits and surpluses . • Determine the future parking demand under two development scenarios. • Compare the parking supply with projected future demand to determine the impact each of the development scenarios will have on the area parking conditions . • Identify areas with parking deficiencies that are likely to require an expansion of the parking supply. • Perform an Alternatives Analysis to provide parking availability during construction phasing of each project, including overlap periods during construction. Walker provided comprehensive services including but not limited to : • Parking Supply, Demand and Utilization Analysis • Zoning Requirements • Transportation modal split and Parking Demand for Proposed Site Plans • Development of Coalitions and Partnerships with Bu siness Community Organizations Project Dates : Aug 2019-Oct 2019 Walker Team: Jim Corbett, Tom Sobczak Owner Type: Government WALKER CONSULTANTS I 33 305 WALKER CONSULTANTS RFP No FN2024-03 Parking Study Services Prepared for City of South Miami Park Omaha Strategic and Technology Planning Omaha, Nebraska Walker Consultants has had a longstanding working relationship and partnership with Park Omaha, the parking enterprise in Omaha, Nebraska . Building on this relationship, since 2019, Walker has assisted with three distinct projects meant to help Park Omaha advance its on-street and off-street parking management, increase revenue, decrease overhead costs and transition to "asset light" operations, improve customer service, and realize efficiencies while adopting best in class technologies. These projects were done in progression, with each project setting up the next one. These projects were: 2020 Parking and Mobility Strategic Plan Walker completed a comprehensive parking and mobility strategic plan for Park Omaha, focusing on the urban core. The project included review of policy, operations, and management, and integration with mobility options like scooter and the Omaha Metro system . Recommendations fell into three categories : Operations and Finances, Regularly and Operational Context, and Economic Development and Park Omaha's Role. 2021 On-Street and Off-Street Financial Assessment and Rate Analysis In response to new workplace dynamics and commute/travel habits brought on by the COVID-19 pandemic, Walker Consultants assisted Park Omaha with a financial sensitivity and feasibility analysis for on-street and off-street parking assets . Analysis included assessment of feasibility, functionality, and how adoption would occur. Off-street analysis centered on daily and flexible permit options for contact/monthly parkers, and on-street analysis centered on a potential progressive parking rate structure where hourly rates fluctuate dynamically based on vehicle length of stay. 2021-2022 PARCS Replacement and Ecosystem Upgrades Walker is currently assisting Park Omaha with upgrading off-street parking access and revenue control systems, on-street meters/pay stations, and virtual permitting as part of its journey to modernize its parking management under a unified parking ecosystem . Walker work includes planning, development of specifications, RFPs, and assistance with procurement. Project Dates : Oct 2020-Jan 2022 Walker Team : Carl Schneeman Owner Type : Government WALKER CONSULTANTS I 34 306 WALKER CONSULTANTS Project Dates : Jan 2020-Oct 2020 Walker Team : Jim Corbett, Joey Rowland Owner Type: Government RFP No FN2024-03 Parking Study Services Prepared for City of South Miami Coligny Area and Beach Access Parking Study Hilton Head Island, South Carolina The Town of Hilton Head is a 12-mile long , 54-square mile coastal island community with approximately 40 ,000 residents . The island has a robust tourism economy with over 2.5 million visitors annually, the bulk of which visit between the months of April and October. The Coligny Area on Hilton Head Island is one of the highest parking demand locations . With the Town recently completing the construction of its new Lowcountry Celebration Park in the same area, demand and use of all related parking facilities will be increasing. To address these impacts, the Town engaged a qualified consultant to perform a comprehensive study to include: analyzing parking demands and preparing recommendations on regulations, strategies, capital improvements, collections of parking fees, fines, and associated financial models that could be utilized to successfully address parking needs for all Town beach parking areas . Solutions Provided • Walker's operational experts performed a review of the Town 's code of ordinances to establish language for developing a parking enterprise fund to oversee the creation of a paid parking program . Elements of the program have been designed to include parking fines, parking enforcement, vehicle immobilization policies, and resident parking district policies. • Subsequent short-term action items recommended the development of a pay-by-cell phone payment platform for motorists to use when paying for parking privileges, a need to issue a parking operator request for proposal for a firm to manage the parking program , a license plate permit credential program to replace the dated parking decal program and enable the enforcement of paid parking by license plate camera readers, and a step-by-step communication program to guide the Town through the transition . • Longer-term solutions included the recommendation of a dynamic wayfinding system, additional bicycle facility infrastructure, public/ private community partnerships, and parking enforcement expanded community roles . Benefits • Walker's financial modeling of future net operating revenues provided a financial impact for the Town to consider when considering the value of implementing a paid parking enterprise fund . • To meet the Town's scope of service requirements, Walker delivered a final action plan for the Town to consider when implementing a recommended Parking Master Plan . Recommendations were identified under the categories of Immediate Action Items (3 to 6 months), Short-Term Action Items (6-12 months), Mid-Term Action items (12-24 months), and Long-Term Action Items (2 to 3 years). WALKER CONSULTANTS I 35 307 WALKER CONSULTANTS Project Description RFP No FN2024-03 Parking Study Services Prepared for City of South Miami City of Winter Haven Master Plan Winter Haven, Florida The City of Winter Haven (City) is in the midst of addressing its future economic development and growth . As part of this planning effort, the City is working with a private developer who seeks to develop a mixed-use, 130-room hotel in Downtown Winter Haven . Current land development policies do not require the developer to provide parking inventory in support of the proposed development; however, the developer is asking the City to provide as many as 170± dedicated parking spaces to satisfy the requirements of the hotelier and supporting mixed-use plans. Additionally, the proposed development plans detail the use of an adjoining 30-space surface lot, further reducing the City's available public parking inventory. The same developer seeks to also develop as many as 650± additional residential units within Downtown Winter Haven. Walker Consultants provided a presentation of their initial findings outlining their segmented approach toward studying various sub-regions of the downtown. During the presentation, Walker's team of Tampa-based representatives discussed an array of industry best practice opportunities demonstrating their experience working with other destination communities throughout the southeast and State of Florida . After which, the public provided their input toward implementable solutions that greatly benefited the preparation and direction of the team's findings and recommendations . Walker provided a truly comprehensive parking plan . The team focused to promote a "smart " parking plan as part of a comprehensive strategy. Such a plan presented strategies that led to improved mobility for the entire community and supports the City's future needs . Project Dates : March 2022-Feb 2023 Walker Team : Jim Corbett, Thomas Szubka WALKER CONSULTANTS I 36 308 04 Proposer's Qualifications 309 310 State of Florida Department of State I certify from the records of this office that WALKER CONSULTANTS, INC. OF MICHIGAN is a Michigan corporation authorized to transact business in the State of Florida, qualified on December 15, 1983. The document number of this corporation is P00285. I further certify that said corporation has paid all fees due this office through December 31, 2024, that its most recent annual report/uniform business report was filed on February 23, 2024, and that its status is active. I further certify that said corporation has not filed a Certificate of Withdrawal. Given under my hand and the Great Seal of the State of Florida at Tallahassee, the Capital, this the Twenty-sixth day of February, 2024 Tracking Number: 8223030510CU To authenticate this certificate,visit the following site,enter this number, and then follow the instructions displayed. https://services.sunbiz.org/Filings/CertificateOfStatus/CertificateAuthentication 311 1Bcpartmrnt of 1C.tcrnsin9 and 1Rr9ulatorg_ gJtfairs 1u mn.s ~ lil_tl ,. BU[hi gn n This is to Certify That WALKER CONSULTANTS, INC. was validly incorporated on March 15, 1965 as a Michigan DOMESTIC PROFIT CORPORATION, and said corporation is validly in existence under the laws of this state. This certificate is issued pursuant to the provisions of 1972 PA 284 to attest to the fact that the corporation is in good standing in Michigan as of this date and is duly authorized to transact business and for no other purpose. This certificate is in due form, made by me as the proper officer, and is entitled to have full faith and credit given it in every court and office within the United States. Sent by electronic transmission Certificate Number: 23020609703 In testimony whereof, I have hereunto set my hand, in the City of Lansing, this 27th day of February, 2023. Linda Clegg, Director Corporations, Securities & Commercial Licensing Bureau Verify this certificate at: URL to eCertificate Verification Search http ://www.michigan .gov/corpverifycertificate . 312Parksma The International Parking Institute and Green Business Certification Inc. acknowledge Jim Corbett, CAPP has successfully completed the Parksmart Advisor Certificate Program (version 1 .0 with Addenda) On May 21, 2017 And has earned 0.07 IACET CEUs, 7 CAPP Points and 7 GBCI General CE Hours ~ ~~-3L~c~ Mahesh Ramanujam President, Green Business Cerlification Inc. ACCREDITED IA~ ... ·~ ET ··-· ,,., PROVIDER 000 000 000 000 Geer Shawn Conrad, CAE CEO, International Parking Institute I Pl INTERNATIONAL PARKING INSTITUTE" Advancing the parking profession• The lnternatbnal Parking Institute is accredited by lhe International Association for Continuing Education and Training (IACET) and is authorized to issue IACET CEUs. 313--Parks mart The International Parking & Mobility Institute and Green Business Certification Inc. acknowledge Tom Szubka Has successfully completed the Parksmart Advisor Certification Program on 3/2/2022 And has earned 9 CAPP points, 0.9 IACET CEUs and 9 GBCI CE Hours w~ !lL~c~ Mahesh Ramanujam Shawn Conrad, CAE President, Green Business Certification Inc. CEO, International Parking & Mobility Institute .EDUCATION PARTNER AUTHORIZED IAOET PROVIDER I.....,."' International Parking & Mobility Institute The International Parking & Mobility Institute is accredited by the International Association for Continuing Education and Training (IACET) and is accredtted to issue IACET CEU. 314 05 Personnel Qualifications/ Key Staff 315 WALKER CONSULTANTS RFP No FN2024-03 Parking Study Services Prepared for City of South Miami Project Team Organization The success of your project will depend upon a wide variety of factors. No factor is more important than the people that will work on the project. The team we have assembled for your project has been carefully selected to provide the specialized services that your project requires . Our team clearly understands your project needs and requirements . City of South Miami, FL Walker Consultants Key Staff John W Dorsett, AICP, CPP Principal in Charge Managing Director of Planning Operations and Technology Services jdorsett@walkerconsultants.corn/317.432.3755 Thomas Szubka, CAPP, CPP Project Manager/Point of Contact Parking Consulting/Planning & Mobility/Operations & Technology TSzubka@walkerconsultants.corn /813.437.2198 James (Jim) Corbett Project Advisor Director of Planning and Operational Services jcorbett@walkerconsultants.com/813. 707.4233 Elizabeth (Beth) Mercer Analyst Restoration/Forensics/Building Envelope bmercer@walkerconsultants.com WALKER CONSULTANTS I 45 316 WALKER CONSULTANTS Education Bachelor of Arts , Finance , University of Illinois Registrations Certified Administrator of Public Parking Certified Parking Professional Accredited Parking Organization Site Reviewer Certification , International Parking and Mobility Institute Certified FEMA Incident Command System 100, 200, and 700 level Parksmart Advisor Certification Program an International Parking and Mobility Institute and Green Business Certification Inc . Affiliations Florida Parking and Transportation Association International Parking and Mobility Institute American Mensa -Lifetime Member Tampa Public Leadership Institute Leadership Tampa Alumni Technical Expertise Parking and Mobility Planning Parking and Mobility Technology Solutions Financial Analysis Presentations & Publications "Getting Smart -Strategies for Getting Started in Creating Smart Communities" RFP No FN2024-03 Parking Study Services Prepared for City of South Miami Tom Szubka, CAPP, CPP Project Manager -Point-of-Contact Tom is a parking and mobility professional with executive experience and nearly 20 years in the industry. His experience includes private operations, municipal operations, and technology solutions . Tom joined Walker in 2019 after serving roles in the solutions space (Flowbird and T2). He also was the Operations Superintendent for the award-winning City of Tampa Parking Division where he oversaw several PARCS installations/upgrades, a multi-space on street meter program installation, pay -by -phone technology implementation, and a surface lot multi-space meter program implementation . Tom has also held leadership roles for one of the largest private parking operators, including special event management, business development, corporate parking operations, and valet parking programs . Project Highlights City of Fort Pierce Fort Pierce, FL Parking System Analysis and Operations Consulting. City of Sarasota -St. Armands Parking District Paid Parking Program Sarasota, FL Parking Revenue Projections and Financial Analysis City of Fort Myers On-Street Parking Ft. Myers, FL Functional Evaluation and Technology Specifications and Procurement . Center for Disease Control (CDC) -Roybal South and West Parking Deck Atlanta, GA Consulting Services to Scope and Procure Facility-Count, Automated Parking Guidance System (APGS) and Access Control System (ACS) utilizing Fixed License Plate Recognition (LPR) Health First Merritt island Wellness Village Brevard County, FL Hosp ital Parking Need Analysis City of Hollywood Downtown Parking Structure Analysis, Hollywood, FL Financial feasibility analysis of the construction and subsequent operating costs and revenues of a proposed downtown parking structure Piedmont Center Buildings 5-8 Atlanta , GA Consulting to provide specifications and procurement of new PARCS System for 1,550 space parking facility located i n the heart of Buckhead . Sunseeker Resort Charlotte Harbor Port Charlotte, FL Scoping and Procurement consult for Parking Access and Revenue Control Systems (PARCS) and the Valet Parking System (VPS) Solutions serving a destination resort. WALKER CONSULTANTS I 46 317 WALKER CONSULTANTS Education Master of Business Administration, Butler University, 1991 Bachelor of Science, Indiana University Kelley School of Business, 1985 Professional Affiliations ACEC's Senior Executive Institute American Institute of Certified Planners National Parking Association American Planning Association Indiana Chapter International Parking Institute National Association of College and University Business Officers The Urban Land Institute American Society for Health Care Engineering of the American Hospital Association Florida Healthcare Engineering Association Publications "Rightsizing Parking in Support of Sustainability and ROI," Development, December 2023 "Parking Requirements for Residential Transit-Oriented Development," !TE Journal, November 2023 "Planning For Hospital Campus Access That Works For People," Building Design+ Construction, April 2022 "Create a Curb-Management Framework in 7 Steps," Planning Magazine, January 2022 (co-author) RFP No FN2024-03 Parking Study Services Prepared for City of South Miami John W. Dorsett, AICP, CPP Senior Vice President, Principal in Charge As Senior Vice President and Managing Director of Walker's Planning, Operations, and Technology practice, John guides a parking and mobility planning and technology consulting group specializing in operations consulting, planning and financial studies, and parking access and revenue control systems consulting and design. He provides leadership and the resources to deliver 5,000+ parking and transportation engagements in his career and 400+ engagements annually. John also heads up Walker's P3 practice. As a working manager and a planner certified by the American Institute of Certified Planners ("AICP"), John consults on complex parking and transportation consulting projects requiring specialized expertise . John's leadership and project consultation are based on his involvement with thousands of parking and transportation study engagements for architects, airports, hospitals, municipalities, real estate developers, and universities in all SO U.S. states and several foreign countries . These engagements have included autonomous vehicles, parking supply and demand modeling, zoning variance studies, parking planning, concept design, due diligence, market and financial analysis, shared parking, parking management, parking access and revenue control, traffic and transportation studies, and transportation network companies. Project Highlights Coligny Area Beach Access and Parking Study Strategic Master Plan, Parking Enterprise Fund, Infrastructure Needs, Paid Parking Implementation City of Corpus Christi Corpus Christi, TX Parking Management Study, Paid Parking Strategies and Stakeholder Meetings City of Daytona Beach Daytona Beach, FL Parking Planning Study and Market Financial Analysis City of Fort Lauderdale Fort Lauderdale, FL Parking System Financial Analysis City of Fort Myers Downtown Study Fort Myers, FL Supply/ Demand Study, Parking Management Study and Parking Policy Review City of Hollywood Barrier Islands Hollywood, FL Parking Management Study and Paid Parking Strategies North Beach Regional Parking Miami Beach, FL Regional Parking Supply/Demand Analysis and Parking Alternatives Analysis City of Oshkosh Oshkosh, WI Supply/Demand Study, Alternatives Analysis, Policy Review and Financial Plan City of Sarasota Sarasota, FL Supply/Demand Study, Paid Parking Revenue Projections City of Stuart Stuart, FL Supply/Demand Study, Future Parking Needs Analysis Broward County Convention Center Fort Lauderdale, FL Parking Supply/Demand Study WALKER CONSULTANTS I 47 318 WALKER CONSULTANTS Key Experience Community Engagement Operational Audit Financial Analysis Parking Demand Modeling Parking Management Public Parking Policy Education Bachelor of Arts, Business Psychology, Miami University, Oxford, OH Certifications Accredited Parking Organization (APO) Site Reviewer (!PM!) Parksmart Advisor (IPMI/GBC) Affiliations International Parking and Mobility Institute (IPMI) Mid-South Transportation and Parking Association (MSTPA) Carolinas Parking and Mobility Association (CPMA) Urban Land Institute, Carolinas Chapter RFP No FN2024-03 Parking Study Services Prepared for City of South Miami James (Jim) M. Corbett Strategic Advisor Jim is an innovative parking professional with twenty-five (25) years of successful parking operation leadership and fiscal governance. Having joined Walker Consultants' Planning, Operations, and Technology Group in 2015, Jim has lead Walker's efforts on dozens of strategic planning studies and municipal operations projects in Florida as well as several cities throughout the U.S. Prior to joining Walker, Jim served a 10-year career as the City ofTampa's Parking Division Manager. Jim's specialized experience includes management of municipal and private parking assets within a variety of venues including hospitals, performing arts centers, convention centers, concert arenas and sports stadiums, hotels, mixed-use properties, community redevelopment districts, residential parking districts, and on-street parking. Project Highlights City of Coral Gables Redevelopment Coral Gables, FL Redevelopment of the City of Coral Gables Garages 1 and 4. The City is considering to replace the two aging City-owned parking facilities in Downtown Coral Gables with mixed-use, private development and a public parking facilities to be financed and constructed by the developer. Walker reviewed shared parking and smart parking technology for the redevelopment of two city-owned garages into a new mixed-use, private development with public parking facilities. City Place Doral Mixed-Use Development Doral, FL The original shared parking analysis for the development required the construction of 2,600 parking spaces based on a total of 281,976 leasable sq. ft. of commercial space and more than 700 proposed residential units . However, only 1,787 of the required parking spaces were built in the first phase and the total leasable sq . ft. is only 234,184 . Walker provided a review and update of the original shared parking study. Central Oklahoma Transportation and Parking Authority Audit Services Oklahoma City, OK Walker Consultants performed an operational and financial revenue reporting audit. Walker developed a list of operational and financial reporting findings with the intent to serve the purpose of training and development guidelines for industry best practices . The initial operational and financial audit will serve the purpose of a baseline measurement tool by which local operational and financial practices may be measured and adjusted in advance of the second follow up audit . City of Hollywood Downtown Parking Structure Analysis Hollywood, FL Financial feasibility analysis of the construction and subsequent operating costs and revenues of a proposed downtown parking structure . City of Dunedin Downtown Dunedin, FL Alternatives Analysis, Management Strategy, Paid Parking Plan, and On-Street Parking Study, Assisted with Recommendation of Paid Parking System City of Stuart Downtown Stuart, FL Strategic Plan and Future Parking Needs Analysis for the Downtown Stuart Area WALKER CONSULTANTS I 48 319 WALKER CONSULTANTS Key Experience Parking Supply/Demand Alternatives and Site Analysis Shared Parking Data Collection and Analysis Education Master of Engineering, Sustainable Smart Cities, University of Alabama at Birmingham, 2023 Bachelor of Arts, Psychology and Public Health, University at Buffalo, Buffalo, NY, 2017 RFP No FN2024-03 Parking Study Services Prepared for City of South Miami Elizabeth A. Mercer Analyst-Mobility, Parking, Operations, and Technology Planner Beth is an Analyst in the Planning, Operations and Technology department in Walker's Tampa office . She participates in a range of studies including mobility and transportation master planning, parking planning, stakeholder engagement, transportation demand management strategies, ride sharing impacts, market analysis, and shared parking analysis . She has over 8 years of diverse experience and knowledge in human services, planning and sustainability. She is passionate about finding and implementing sustainable and intelligent urban planning solutions to improve communities' well- being. Her Master's degree curriculum included subjects regarding sustainability theory, urban development, renewable energy, green infrastructure, resource management, health, transport, data analytics, research methods, and smart technologies . Project Highlights City of Key West Parking Assessment, Miami, FL Parking Utilization Observations and Analysis, Existing and Future Parking Conditions, Needs, and Recommendations, Review and Recommendations for Parking Management Strategies. City of Miami Beach Parking Master Plan, Miami, FL Provided parking data and analysis as part of a team for the update of the overall campus master-plan . Analyzed current demand projections and projected future parking demand impacts specific to the proposed development projects . Digital Health Disparities Initiative (DHDI), Remote* Compiled and conducted data analysis on the intersectionality between climate change and health . Climate Advocates Intern, FXB Climate Advocates, Remote* Explored environmental grants, managed web updates, and instructed global climate education sessions via zoom . Advocacy Initiatives and Legislation Intern, Seaside Sustainability, Remote* Researched various sustainability initiatives and investigated ways to enforce them in Gloucester, MA *Denotes previous experience WALKER CONSULTANTS I 49 320 WALKER CONSULTANTS RFP No FN2024-03 Parking Study Services Prepared for City of South Miami ACORD® CERTIFICATE OF LIABILITY INSURANCE I DATE (MM/DD/YYYY) ~ 5/24/2023 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER. IMPORTANT: If the certif icate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED , subject to the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the certificate holder in lieu of such endorsement(s). PRODUCER vvn,~v certs@pciaonline .com NAME: Professional Concepts Insurance Agency, Inc . r!'!~N: ... e~l. (800)969-4041 I rffc Nol: (8 0 0) 969-4 081 1127 South Old US Highway 23 :~l.l~ss: certs@pciaonline .com INSURERISl AFFORDING COVERAGE NAIC # Brighton MI 48114-9861 INSURER A : Travelers Indem. Co of America 25666 INSURED INSURER B : Travelers Indemni tv Co . of CT 36170 Walker Consulta nts, Inc . INSURER C : Travelers Indemni tv Co 25658 2525 Bay Area Blvd, Suite 400 INSURER D : XL SDecialtv Ins. Co . 37885 INSURERE : Houston TX 77058 INSURERF : COVERAGES CERTIFICATE NUMBER:23-24 #25 REVISION NUMBER: THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS , EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. INSR TYPE OF INSURANCE AODL SUBR ,:~Jilg~ ,:~~J~ LIMITS LTR •••n ,-POLICY NUMBER X COMMERCIAL GENERAL LIABILITY EACH OCCURRENCE $ 1 ,000 ,000 -D CLAI MS-MAOE W OCCUR DAM AGE TO RE NTED A PREMISES lEa occurrencel $ 1 ,000 ,000 .1L Contractu al Liabilit;l 6801J1254172347 05/23/2023 05/23/2024 MED EXP (Any one person) $ 10 ,000 B .1L XCU 660-SN988754 -FL PERSONAL & ADV INJURY $ 1 ,000 ,000 GEN"LAGGREGATE LIMIT APPLIES PER: 6801J1669102 347 -CA GENERAL AGGREGATE $ 2 ,000 ,000 ~ 0 PRO-□LOC PRODUCTS -COMP/OP AGG $ 2 ,000 ,000 POLICY JECT OTHER: $ AUTOMOBILE LIABILITY fe~~~~d~~tf lNGLE LI MIT $ 1 ,000 ,000 - C X AN Y AUTO BODILY INJURY (Per person) $ -ALL OWNED -SCHEDULED AUTOS AUTOS BASR00910A2347 05/23/2023 05/23/2024 BODILY INJURY (Per accident) $ -t--NON-OWNED PROPERTY DAMAGE X HIRED AUTOS X AUTOS IPer accident\ $ -t-- $ X UMBRELLA LIAB '~ OCCUR EACH OCCURRENCE $ 10 000 000 - C EXCESSLIAB CLAI MS-M AOE AGGREGATE $ 10 000 ,000 DED I X I RETENTION $ 10 000 CUP!D3197442347 05/23/2023 05/23/2024 $ WORKERS COMPENSATION X I ;~fTUTE I I OTH- AND EMPLOYERS" LIABILITY ER Y/N ANY PROPRIETOR/PARTNER/EXECUTI VE 0 E.L. EACH ACCIDENT $ 1 000 ,000 OFFICER/MEMBER EXCLUDED? NIA C (Mandatory in NH) UBSK3205582347 05/23/2023 05/23/2024 E.L. DISEASE -EA EMPLOYEE $ 1 000 ,000 If yes, describe under DESCRIPTION OF OPERATIONS below E.L. DISEASE -POLICY LIMIT $ 1 000 000 D Professional Liability DPR5011535 05/23/2023 05/23/2024 Per Cl aim 5 ,000 ,000 Aggregate 7,500 ,000 DESCRIPTION OF OPERATIONS/ LOCATIONS I VEHICLES (ACORD 101 , Addltional Remarks Schedule, may be attached if more space is required) CERTIFICATE HOLDER CANCELLATION SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE For Informational Purposes Only THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN ACCORDANCE WITH THE POLICY PROVISIONS. AUTHORIZED REPRESENTATIVE I Mi k e Cos g rove/SUNNY 1Y/d,J (},,a"'"- © 1988-2014 ACORD CORPORATION . All rights reserved. ACORD 25 (2014/01) INS025 1201401 I The ACORD name and logo are registered marks of ACORD WALKER CONSULTANTS I 50 321 06 Additional Information 322 WALKER CONSULTANTS RFP No FN2024-03 Parking Study Services Prepared for City of South Miami Recent Awards South Gondola Parking Structure Breckenridge , CO 2022 Award of Excellence "Stand-Alone Structured Parking Facility Design" International Parking & Mobility Institute Other Recent Awards City of Lansing Parking Structures "Extreme Makeover," Lansing, Ml 2022 Award of Merit: "Structured Parking Facility Restoration," International Parking & Mobility Institute athenahealth Arsenal on the Charles West Garage, Watertown, MA 2021 Award of Excellence : "Best Design of a Parking Facility," International Parking & Mobility Institute Gilbert Heritage District RD 120 Parking Structure, Gilbert, AZ 2021 Award of Excellence: "Best Design of a Parking Facility," International Parking & Mobility Institute Arizona State University Novus Parking Garage, Tempe, AZ 2021 Excellence in Parking Award : "Best Parking Structure," Southwest Parking and Transportation Association Manhattan Regional Airport, Manhattan, KS 2021 Excellence in Parking Award: "Innovative Use of Parking Technology or Equipment," Southwest Parking and Transportation Association WALKER CONSULTANTS I 52 323 324 WALKER CONSULTANTS RFP No FN2024-03 Parking Study Services Prepared for City of South Miami Services Parking Design • Architecture & Engineering • Functional Design • Queuing Analysis • Wayfinding/Signage • Adaptive Reuse • Automated Parking Guidance Systems (APGS) • Automated Vehicle Storage and Retrieval Systems (AVSRS) Planning & Mobility Planning • Airport Landside Plans • Bicycle and Pedestrian Plans • Mobility Studies and Plans • Municipal Code Studies and Updates Curb Management • Autonomous Vehicles • Parking Access & Revenue Control Systems (PARCS) • Traffic Simulation • Sustainability • ParkSmart Certification • Design-Build Project Delivery • Parking Supply/Demand • Shared Parking Plans • Transportation Demand Management Plans (TDM • Parking allocation and pricing strategies • Data Collection and Inventory • Curb Access Fees, Financial • Stakeholder Engagement Modeling, and Implementation • Curb and Loading Zone Planning • Vendor RFPs and Agreements and Design Financial Feasibility • Due Diligence Studies • Market and Financial Analyses • P3 Monetization Operations & Technology Operations • Operational Audits & Plans • Parking Operator RFPs • Curb Management Plans • Valet Parking Plans • On-Street Parking Operations, Enforcement, Technology, and Policy Technology • License Plate Recognition (LPR) • Reservation Systems and Apps • Collection Security Analysis • On-street parking system designs • PCI compliance • Procurement of revenue and enforcement technologies WALKER CONSULTANTS I 54 325 WALKER CONSULTANTS RFP No FN2024-03 Parking Study Services Prepared for City of South Miami Services, continued Forensics & Restoration • Asset Management Plans • Advanced Structural Analysis ° Fire Analysis and Passive Fire Protection (PFP) Optimization 0 Impact and Drop Object Analysis 0 Modeling and Advanced Analysis 0 Seismic and High Wind Analysis and Strengthening • Blast Analysis, Design, and Retrofit • Due Diligence Surveys • Foundation Repairs and Evaluations • Investigations and Assessments • Litigation/Claim Support and Expert Testimony • Maintenance Programs • Non-Destructive Testing • Post-Tensioning Evaluation • Repair Design and Construction Documents • Structural Strengthening • Diagnostics & Testing Consulting • System Upgrades Building Envelope • Building Envelope Testing • Fa~ade Access Davit & Anchor Testing • Design Peer Review • Fenestration Consulting • Construction Monitoring and Third-Party Review • Waterproofing Design • Building Science • Fa~ade Design and Restoration • Roofing Design and Repairs • Plaza Design and Remediation • Commissioning WALKER CONSULTANTS I 55 326 WALKER CONSULTANTS Member Name City of South Miami Bid Number RFP-(RFP) No. FN2024-03-0-2024/SK Bid Name PARKING STUDY SERVICES 6 Planholder(s) found 408 NOTIFIED SupplierName FullNameAddress1 City State Postal Attributes CONEMCO ENGINEERING, INC.Jose Compres250 SW 87th Path Miami FL 33174 Hispanic Owned, Small Business Designa Chris Agrell 4401 S. Pinemont Dr Houston TX 77041 Dodge Data Bonny Mangold 4300 Beltway Place, Ste 150 Arlington TX 76018 Kimley-Horn and Associates, Inc.Erin Athas1005 Nancy Circle Orlando FL 32708 Onvia, Inc. - Content Department Content Source Management 509 Olive Way, Suite 400 Seattle WA 98101 Walker Consultants Melinda Maxwell 4925 INDEPENDENCE PKWY Tampa FL 33634 3 Document(s) found for this bid 327 328I s FROM PAGE 4SW HIALEAH from other parks to Level-Up Lounge. "We understand that not all children arc in-terested in traditional sports like soccer or bas-ketball, and this is a per-fect alternative for them," Barzaga said to the Nucvo Herald. NEIGHBORS made an investment of $20 million since 2018 in cSports scholarships, integrating it into their existing Computer In-formation Science pro-gram. FIU offers scholarships as part of their initiative to enhance diversity in eSports culture. University of Miami emphasizes that its cSports program not only "hones critical and analytical thinking skills and fosters team commit-ment but also provides valuable career experi-ences and leadership development opportuni-ties." SUNDAY MARCH 311024 Mayor Esteban Bovo Jr. said Hialeah's program is the only one of its kind in South Florida and that the city has established agree-ments with Florida In-ternational University, the University of Miami, Bar-ry University, the Uni-versity of Florida, and Miami Dade College to offer scholarships to Miami Dade College has been actively recruiting players since their eSports Gaming Program launched in 2022. ALEXIA FODE RE For 1hl': Milmi Hc,atd Hialeah Mayor Esteban Bove Jr .. with council members Jesus Tundidor, Jaqueline-Garcia-Roves and Bryan Calvo, speaks at a press conference to announce the launch of the first e-sports lounge in Cotson Park on March 22. young people who excel in eSports competitions, to encourage participation. Barry University has The lounge took six months to build out at a cost of $10,000 for the city. The objective is to expand these types of ffly . . PUBLIC NOTICE spaces to other parks in the city, said Michael Festa, Assistant Director of Parks and Recreation in Hialeah. REQUEST FOR PROPOSALS (RFP) No. PR2024-04 OperaUon and Management Services for the South Miami Youth and Teen Soccer Program NOTICE IS HEREBY GIVEN that the City of South Miami ("City") Is soliciting proposals for Operation and Management Services for the South Miami Youth and Teen Soccer Program (the "Services"). Interested companies, firms, and individuals <-Proposers") may obtain a copy of Request for Proposals No. PR2024-04 (the "RFP") to bo Issued on March 27, 2024 at lhe Clly of South Miami 6130 Sunset Drive, South Miami, FL 33143 or on the City's website at www soutbMiamill oov or via Demand Star at httos·t/network Demand Star comt. The RFP contains detailed information about the scope of Services, submission requirements, and selection procedures. All notices and any addenda issued by the City with respect to the RFP will be made available on the City's website. It Is tho Proposor·s sole rosponsiblllty to ensure receipt of any issued notice or addenda relating lo this AFP once posted to the website. The Proposal submission shall be submitted electronically via Demand Star, and marked -Proposal lo City of South Miami, RFP No. PR2024-04 for OPERATION AND MANAGEMENT SERVICES FOR THE SOUTH MIAMI YOUTH AND TEEN SOCCER PROGRAM." Proposals must be received by the City by no later thnn April 26, 2024 at 10:00 AM. Proposals will be publicly opened through video conferencing using the Zoom platform. Members of the public are Invited to view the Proposal opening meeting through Zoom nt bttos·//zoom us/1/3056636339 on Aor!I 26 2024 ot 10·30 AM or by listening to the Proposal opening meeting on a dedicated phone tine by dialing +1-78s.63S..1003 MeeUng ID: 3056636339. Any Proposal submission received after this lime and dale will be rejected and returned unopened. Proposers are responsible for ensuring that their Proposal Is received In tho City by the deadline. Nkenga A. Payne, CMC, FCRM City Clerk, City of South Miami "Fostering a safe and controlled environment where children can social-ize and compete with each other is our priority," said Festa. Level-Up Lo1111ge at Cot-so11 Park, 520 West 23 St., Hialeah. More i11Jormatio11: www./Jialea/Jj1.gov/724/ ~ -. . PUBLIC NOTICE Joh11ny-L-Cotso11-Park Ver611ica Eg11i Brito: 305-376-2664, Ver0Eg11i REQUEST FOR PROPOSALS (RFP) No. FN2024-03 PARKING STUDY SERVICES NOTICE IS HEREBY GIVEN that the City of South Miami C-City") Is soliciling proposals for Parking Study Services (the "Servlces"J. Interested companies, firms, and individuals ("Proposers") may obtain a copy of Request for Proposals No, FN 2024-03 (lhe "RFP") lo be issued on March 25, 2024 at the City of South Miami 6130 Sunset Drive, South Miami, FL 33143 or on lhe City's website at www.southmjamjll.gov, or via DemandStar at https·/ /network demandstar.com/. The RFP contains detailed informalion about the scope of Services, submission requirements, and selection procedures. All notices and any addenda Issued by the City with respect to the RFP will be made available on the City's website. II is the Proposer's sole responsibility to ensure receipt of any issued notice or addenda relating to this RFP once posted to the website. The Proposal submission shall be submitted electronically via DemandStar, and marked "Proposal to City of South Miami, RFP No. FN2024-03 for "PARKING STUDY SERVICES." Proposals must be received by the City by no later than April 17, 2024 at 10:00 AM. Proposals will be publicly opened through video conferencing using the Zoom platform. Members ol the public are invited to view the Proposal opening meeting through Zoom at bl!os·//zoom,ys/113056636339 on April JZ 2024 at ]0·30 AM or by listening to the Proposal opening meeting on a dedicated phone line by dialing +1-786-635-1003 Meeting ID: 3056636339. Any Proposal submission received after this time and date will be rejected and returned unopened. Proposers are responsible for ensuring that their Proposal ls received in the City by the deadline. Nkenga A. Payne, CMC, FCRM City Clerk, City of South Miami 4/18/24, 12:20 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=THACON…1/3 Document Number FEI/EIN Number Date Filed State Status Last Event Event Date Filed Event Effective Date Department of State / Division of Corporations / Search Records / Search by Entity Name / Detail by Entity Name Foreign Profit Corporation THA CONSULTING, INC. Filing Information F97000001910 23-2756408 04/14/1997 PA ACTIVE AMENDMENT 11/16/2021 NONE Principal Address 470 Norristown Rd. SUITE 200 BLUE BELL, PA 19422 Changed: 01/17/2024 Mailing Address 470 Norristown Rd. Suite 200 BLUE BELL, PA 19422 Changed: 01/17/2024 Registered Agent Name & Address CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301 Name Changed: 03/12/2004 Address Changed: 03/12/2004 Officer/Director Detail Name & Address Title CEO D C Florida Department of State 329 4/18/24, 12:20 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=THACON…2/3 HELMER, TODD 470 Norristown Rd. Suite 200 BLUE BELL, PA 19422 Title VP, Secretary ALARCON, PETRONILO C 470 Norristown Rd. Suite 200 BLUE BELL, PA 19422 Title CFO, Treasurer HAAHS, JANICE J 470 Norristown Rd. Suite 200 BLUE BELL, PA 19422 Title Director Shmidheiser, George IW.Elm street Suite 400 Conshohocken, PA 19428 Title President Zullo, James 144 Livingston Avenue New Brunswick, NJ 08901 Title DIRECTOR OF Operations, Miami SANCHEZ, JAVIER 40 NW 3RD ST - STE. 1102 MIAMI, FL 33128 Title VP Martindill, Michael 470 Norristown Rd. Suite 200 BLUE BELL, PA 19422 Annual Reports Report Year Filed Date 2022 01/11/2022 2023 01/04/2023 2024 01/17/2024 330 4/18/24, 12:20 PM Detail by Entity Name https://search.sunbiz.org/Inquiry/CorporationSearch/SearchResultDetail?inquirytype=EntityName&directionType=Initial&searchNameOrder=THACON…3/3 Document Images 01/17/2024 -- ANNUAL REPORT View image in PDF format 01/04/2023 -- ANNUAL REPORT View image in PDF format 01/11/2022 -- ANNUAL REPORT View image in PDF format 11/16/2021 -- Amendment View image in PDF format 03/22/2021 -- Name Change View image in PDF format 01/12/2021 -- ANNUAL REPORT View image in PDF format 01/30/2020 -- ANNUAL REPORT View image in PDF format 01/15/2019 -- ANNUAL REPORT View image in PDF format 01/17/2018 -- ANNUAL REPORT View image in PDF format 04/05/2017 -- ANNUAL REPORT View image in PDF format 03/29/2016 -- ANNUAL REPORT View image in PDF format 01/21/2015 -- ANNUAL REPORT View image in PDF format 08/14/2014 -- AMENDED ANNUAL REPORT View image in PDF format 01/09/2014 -- ANNUAL REPORT View image in PDF format 03/20/2013 -- ANNUAL REPORT View image in PDF format 04/09/2012 -- ANNUAL REPORT View image in PDF format 01/04/2011 -- ANNUAL REPORT View image in PDF format 01/06/2010 -- ANNUAL REPORT View image in PDF format 01/07/2009 -- ANNUAL REPORT View image in PDF format 01/24/2008 -- ANNUAL REPORT View image in PDF format 01/04/2007 -- ANNUAL REPORT View image in PDF format 01/05/2006 -- ANNUAL REPORT View image in PDF format 02/18/2005 -- ANNUAL REPORT View image in PDF format 03/25/2004 -- ANNUAL REPORT View image in PDF format 03/12/2004 -- Reg. Agent Change View image in PDF format 04/29/2003 -- ANNUAL REPORT View image in PDF format 04/17/2002 -- REINSTATEMENT View image in PDF format 05/12/2000 -- ANNUAL REPORT View image in PDF format 03/26/1999 -- ANNUAL REPORT View image in PDF format 03/25/1998 -- ANNUAL REPORT View image in PDF format Florida Department of State, Division of Corporations 331 470 NORRISTOWN RD. SUITE 200 BLUE BELL, PA 19422 Current Principal Place of Business: Current Mailing Address: 470 NORRISTOWN RD. SUITE 200 BLUE BELL, PA 19422 US Entity Name: THA CONSULTING, INC. DOCUMENT# F97000001910 FEI Number: 23-2756408 Certificate of Status Desired: Name and Address of Current Registered Agent: CORPORATION SERVICE COMPANY 1201 HAYS STREET TALLAHASSEE, FL 32301 US The above named entity submits this statement for the purpose of changing its registered office or registered agent, or both, in the State of Florida. SIGNATURE: Electronic Signature of Registered Agent Date Officer/Director Detail : I hereby certify that the information indicated on this report or supplemental report is true and accurate and that my electronic signature shall have the same legal effect as if made under oath; that I am an officer or director of the corporation or the receiver or trustee empowered to execute this report as required by Chapter 607, Florida Statutes; and that my name appears above, or on an attachment with all other like empowered. SIGNATURE: Electronic Signature of Signing Officer/Director Detail Date FILED Jan 17, 2024 Secretary of State 7496570378CC JANICE HAAHS CFO 01/17/2024 2024 FOREIGN PROFIT CORPORATION ANNUAL REPORT No Title CEO Name HELMER, TODD Address 470 NORRISTOWN RD. SUITE 200 City-State-Zip:BLUE BELL PA 19422 Title CFO, TREASURER Name HAAHS, JANICE J Address 470 NORRISTOWN RD. SUITE 200 City-State-Zip:BLUE BELL PA 19422 Title PRESIDENT Name ZULLO, JAMES Address 144 LIVINGSTON AVENUE City-State-Zip:NEW BRUNSWICK NJ 08901 Title VP Name MARTINDILL, MICHAEL Address 470 NORRISTOWN RD. SUITE 200 City-State-Zip:BLUE BELL PA 19422 Title VP, SECRETARY Name ALARCON, PETRONILO C Address 470 NORRISTOWN RD. SUITE 200 City-State-Zip:BLUE BELL PA 19422 Title DIRECTOR Name SHMIDHEISER, GEORGE Address IW.ELM STREET SUITE 400 City-State-Zip: CONSHOHOCKEN PA 19428 Title DIRECTOR OF OPERATIONS, MIAMI Name SANCHEZ, JAVIER Address 40 NW 3RD ST - STE. 1102 City-State-Zip:MIAMI FL 33128 332 PROPOSER A. RIVEROL A. VADIA S. FRAGA- LOPEZ SCORES TOTAL RANK TIMOTHY HAAHS (THA)100 95 98 293 1 SP PLUS 95 85 96 276 2 PARKING NETWORK 80 80 92 252 3 WALKER CONSULTANTS 85 60 94 239 4 Respondent Short List Scores SHORT LIST : EVALUATION SCORE & RANK May 20, 2024 PARKING STUDY SERVICES Recommendation: Top Three Highest Ranked 333