Loading...
04-07-09 Item 9South Miami AHmmicaCity " M CITY OF SOUTH MIAMI ��� 927po OFFICE OF THE CITY MANAGER o Ry INTER - OFFICE MEMORANDUM 2001 To: The Honorable Mayor, Vice Mayor and Members of the City Commission Via: W. Ajibola Balogun, City Manager ' From: Matilde G. Menendez, Finance Director J)v Date: April 7, 2009 Agenda Item: Subject: Authorization to negotiate a management contract for the operations and maintenance of the City's parking system. Request: A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO NEGOTIATE A MANAGEMENT CONTRACT FOR THE OPERATIONS AND MAINTENANCE OF THE CITY'S PARKING SYSTEM WITH THE FIRST RANKED COMPANY STANDARD PARKING, FAILING THAT WITH THE SECOND RANKED COMPANY CENTRAL PARKING SYSTEMS, FAILING THAT WITH THE THIRD RANKED COMPANY LAZ PARKING; AND PROVIDING AN EFFECTIVE DATE. Background: In January 2009 the City initiated a process of requesting qualifications for the purpose of managing the operations and maintenance of the City's parking system. The Request for Qualifications was advertised in the Miami Daily Business Review on January 28d' and February 2nd, 1009. Four sealed qualifications packages were submitted; only 3 companies complied with the bond requirement. The qualification packages were publicly opened the last day of the qualification submittal period, March 3, 2009 at 3:00pm.. On March 17, 2009, the Selection Committee commenced the review of the packages. On March 30, 2009 the three companies presented a factual dissertation of their organization and qualifications during a video - recorded Presentation and Interview process: The Selection Committee members ranked the companies as follows: 1. Standard Parking 2. Central Parking Systems 3. Laz Parking Recommendation: It is recommended that the City Commission authorize the City Manager to negotiate a management contract for the operations and maintenance of the City's parking system with the first ranked company Standard Parking, failing that with the second ranked company Central Parking Systems and failing that with Laz Parking. Attachments: • Proposed Resolution • Copy of Notice of Request for Qualifications • Certified Advertised Notice of RFQ • List of Selection Committee members • Selection Committee's Presentation & Interview Tally Sheet • Copies of reference evaluation sheets 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 RESOLUTION NO. A RESOLUTION OF THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA, AUTHORIZING THE CITY MANAGER TO NEGOTIATE A MANAGEMENT CONTRACT FOR THE OPERATIONS AND MAINTENANCE OF THE CITY'S PARKING SYSTEM WITH THE FIRST RANKED COMPANY STANDARD PARKING, FAILING THAT WITH THE SECOND RANKED COMPANY CENTRAL PARKING SYSTEMS, FAILING THAT WITH THE THIRD RANKED COMPANY LAZ PARKING; AND PROVIDING AN EFFECTIVE DATE. WHEREAS, the City Commission desires to negotiate a management contract for the operations and maintenance of the City's parking system, and WHEREAS, the City published a Notice of Request for Qualifications, and received a total of three responses that complied with the requirements, and WHEREAS, a thorough review of the companies and their qualifications was conducted, and NOW THEREFORE BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA; Section 1. That the City Commission approves the recommended ranking of the three companies as follows: 4. Standard Parking 5. Central Parking Systems 6. Laz Parking Section 2. That the City Commission authorizes the City Manager to negotiate a management contract for the operations and maintenance of the City's parking system. Section 3. That if the City is unable to negotiate a satisfactory contract with the first ranked company the City must formally terminate the negotiation and undertake negotiations with the second ranked company, failing that undertake negotiations with the third ranked company. 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 Section 4. That the negotiated contract is brought back to the City Commission for approval. PASSED AND ADOPTED this ATTEST: CITY CLERK READ AND APPROVED AS TO FORM CITY ATTORNEY day of , 2009. APPROVED: MAYOR Commission Vote: Mayor Feliu: Vice Mayor Beasley: Commissioner Newman: Commissioner Palmer: Commissioner Beckman: NOTICE OF REQUEST FOR QUALIFATIONS RFQ # FN090303 MANAGEMENT OPERATIONS AND MAINT. PARKING SYSTEM FOR THE CITY SOUTH MIAMI The City of South Miami, hereinafter known as the City, invites submissions for qualification in the dPuc.lnnment_ etnffina and nneratinnal management and maintenance of the Citv's Parkine Svstem. REQUEST FOR Proposer's are invited to submit their qualifications, subject to the QUALIFICATIONS: Conditions and instructions specified herein, for the furnishing of: RFQ NO. FN 090303 MANAGEMENT OPERATIONS AND MAINTENANCE OF PARKING SYSTEM FOR THE CITY OF SOUTH MIAMI GENERAL SCOPE Provide the City of South Miami with the management and operation of parking in the City, and to perform such other tasks as specified. SUBMITTAL DATE: The City Clerk's office must receive all responses by 3:00 P.M. on March 3, 2009 at City of South Miami, City Clerks office located at 6130 Sunset Drive, South Miami, Florida. Responses submitted after this time and date will not be accepted. FULL RFQ All respondents must download the full RFQ specifications from the SPECIFICATIONS: City's webpage at www.ciiyofsouthmiami.net, or contact the City Clerk at MMenendez (a,cityofsouthmiami.net to receive specifications by mail. A. SUBMITTAL: Submit one original and five identical copies of your response. For proper identification,. the proponent's complete name and address should appear on the exterior of the package along with the RFQ number and name. The City shall not be held liable for any expenses incurred by the respondent in preparing and submitting materials and/or attendance at any interviews, final contract negotiations or applicable site visits. The City reserves the right to enter into negotiations and award this work to the respondent which best meets the goals and objectives of the city or to reject any and all responses; whichever is in the best interest of the City. B. QUESTIONS ABOUT THE RFQ: Communication is to the place in writing and addressed to the City Clerks office, to e -mail MMenendez@cityofsouthmiami.net or fax: 305- 663 -6348. C. REQUIRED BONDS: A respondent shall submit a qualification bond along with the response in the amount of $100,000.00. The bond shall become forfeit if the respondent is accepted by the City but the respondent does not accept the contract offered incorporating the elements of this Request for Qualifications. The qualification bond shall expire upon execution of the contract with the selected respondent, unless approved otherwise. D. SPECIFICATIONS: The City is seeking a qualified Operator under a Management Contract for the operations and maintenance management of City's parking. Other management arrangements will be considered. SCOPE OF SERVICE: GOALS: 1. To enforce parking regulations in compliance with City, State and County Code. 2. To manage a limited resource by creating turnover of public parking spaces. 3. To furnish, install and maintain single head meters and pay and display parking systems. EXPERIENCE QUALIFICATIONS: 1. 5 years of Company Experience managing municipal parking programs that include meters collection, maintenance and enforcement. 2. Company Experience managing at a minimum of 2 municipal contracts similar to City of South Miami. 3. Company Experience managing at a minimum of 2 municipal contracts with a minimum of 700 on- street spaces and enforcement of City Parking Garage. 4. Proven company experience developing marketing programs for parking programs. 5. Proven company experience in the insurance and management of parking citation system. 6. Proven experience with installing new parking equipment for a municipality either as an upgrade or implementation of pay and display parking program. COMPANY QUALIFICATIONS: 1. Parking management company in business for a minimum of 10 years. 2. Company with an established management base in Florida for a minimum of 10 years with a previously established regional office. 3. Financial ability to fund capital improvements - provide 2 years of audited financial reports. SERVICES REQUIRED: 1. Assistance and consultation with the City as necessary in any design of the program. 2. Assistance in implementing the program, including working with downtown businesses, neighborhood groups and other organizations as needed. 3. Procurement of any capital improvements including parking meters, pay and display, support vehicles and computer equipment. 4. Be available to respond to city calls when needed and attend group and or City Commission meetings when asked by City. 5. Installation and maintenance of parking equipment. Installation shall be in accordance with the standards by the City. 6. Provide sufficient personal to issue parking citations at a level of enforcement specified by verification. 7. Provide special training for all enforcement personal. Provide training manual as verification. 8. Provide towing and/or immobilization services as required by the City. 9. Handle all customer services associated with the program. 10. Provide weekly, monthly and annual reports as required by the City. 11. Any other services which the proposer is capable of providing. FORM OF RESPONSE: Respondent is to provide the following information. Experience 1. Describe your established parking management experience, which are related to the services to be provided in cities similar to South Miami. 2. Provide a minimum of three (3) references with which the proposer has contracted to provide parking management services similar to these specified herein. 2 3. Detail any parking management contracts that have in the past five years been terminated or cancelled, by either parry, prior to the completion of the contract term describe the basis for termination. Capability and Skill: Describe in detail the capability and skill of your organization to provide the services specified herein. The description of your firm's capability and skill should include, at a minimum, the following: 1. Background information about the organization, e.g., philosophy, ownership, size facilities, locations(s), etc. 2. Proposer's 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. Proposer's qualifications to perform the services, including all resources available to proposer for the performance of the contract. 4. Qualifications of management and /or supervisors who will be assigned to this contract. .5. Describe the proposer's Affirmative Active Program, and provide a plan to maximize use of minorities and disadvantaged persons and firms in the provision of services under this contract, as well as in internal operation of the program. 6. Description of proposer's financial stability and other resources that most adequately ensure the delivery of services acceptable to the City. 7. Provide organizational chart and staffing schedule showing maximum use of full -time permanent employees. 8. Provide information on employee, compensation packages that are available to project employees, to include, at a minimum, hourly wage, leave programs, employee performance incentives, etc. which all full -time permanent employees currently receive. 9. Provide a detailed description of training, safety and certifications programs given to all employees. Include excerpts from training manual for enforcement and collections personnel. 10. Describe any changes to the existing program to be recommended by your company including meter and citation rates. 11. Describe any advanced technology or processes you would recommend to improve parking management. 12. Describe any special amenities or programs you would propose to implement include any additional costs /charges that might be incurred through implementation of the program. ADDITIONAL SERVICES TO BE PROVIDED: Detail in your response any additional services that would be provided should your firm be selected for negotiations. The services that the City expects to receive as a result of this RFQ have been outlined in Services Required section. Respondent shall include any additional information not required herein that may be useful for the successful performance of the required services. ADDITIONAL CONTRACTUAL REQUIREMENTS: 1. Proposal binding for one hundred twenty (120) days: Respondent agrees that any negotiated pricing arising from the RFQ shall be good and may not be withdrawn for a period of one hundred and twenty (120) calendar days. 2. Contract Term: 1. The initial contract period shall consist of 3 years. 2. Upon mutual agreement, any resulting contract may be extended for two (2) additional yearly periods. 3 3. Award of Contract: The right to enter into negotiations and /or award a contract based on the responses to this RFQ shall be at the sole discretion of the City. Any award shall be based upon the evaluation of all information as the City may request. The City reserves the right to accept or reject any or all responses in whole or in part and to waive any informality in this RFQ process. Further, the city reserves the right to enter into any contract deemed to be in the interest of the City. ALTERNATIVES/EXCEPTIONS 1. In offering its best response, respondent may vote exceptions to any of the provisions in this RFQ. Respondent is to specify the RFQ page number and section number and to detail the exception. Respondent should not incorporate by reference its entire, standard contract document. 2. Respondent may present alternative methods to the meet the City's objective for this Contract. However, proposer is encouraged to first respond to the objectives detailed in the SERVICE TO BE PROVIDED section. EVALUATION: Selection shall be-made of one qualified and best suited among those submitting responses on the basis of the factors listed below. 1. Proposer's experience in providing the services requested; 2. Proposer's financial worthiness; 3. Proposer's capability and skill to perform the services; 4. Responsiveness of the written proposal to the purpose and scope of services. PRESENTATION: The City may elect, but is not obligated to do so, to offer to one or more proposers the opportunity to present their program to the City. Presentations will be in a form and manner prescribed by the City E. RECEIPT OF QUALIFICATIONS: unless otherwise stated in the technical specifications of the RFQ, the City will accept one and only one proposal per respondent. In the event a team of firms is entering into joint venture to respond to this RFQ, one firm shall be named the prime contractor and the response shall be submitted in the name of the prime contractor. All correspondence concerning the RFQ will be between the City and prime contractor. F. SUBCONTRACTING: Should the respondent intend to subcontract all or any part of the work specified, name(s) and address(es) of subcontractor(s) must be provided in the response. G. PUBLIC INFORMATION: All information and materials submitted will become the property of the City and shall be subject to the provisions of the public records laws in effect at the time. If awarded the contract, the RFQ submission, in its entirety, will be included as part of the contract documents and filed, as public record, with the Clerk of the City. H. CONTRACT: Each response is received with the understanding that an acceptance in writing by the City of the offer to furnish any or all of the services and materials described shall constitute a contract between the respondent and the City. This contract shall bind the respondent to furnish and deliver the services and materials specified, at the prices negotiated prior to award. In the event of an award of contract it is agreed that the successful respondent will not assign, transfer, convey or otherwise dispose of the contract or it's right, title or interest in or the same, or any part thereof, without previous consent or it's right, title or interest in or to the same, or any part thereof, without previous consent of the City and any sureties. Any part of any award, the City requires a $500,000 performance /security /bond. rd I. NON - COLLUSION: Respondent declares that their response is not made in connection with any other entity submitting a response for the same service, and that the response is bona fide, truthful and is in all respects fair and without collusion or fraud. J. INDEMNITY: The successful respondent agrees, by entering into a contract, to defend, indemnify and hold City harmless from any and all causes of action or claims of damages arising out or under said contract. K. DISADVANTAGED BUSINESS ENTERPRISE CLAUSE: Disadvantaged Business Enterprises (minority or woman -owned business) will be afforded full opportunity to submit a response to this invitation and will not be discriminated against on the grounds of race, color, creed, sex or national origin in consideration for an award. It is the policy of the City that disadvantaged business enterprises and minority business enterprises have an opportunity to participate at all levels of contracting in the performance of City contracts to the extent practical and consistent with the efficient performance of the contact. L. TAXES: State of Florida and City business licenses, personal property, real estate and other applicable tax requirements shall be in full compliance at the time of submission. M. DRUG -FREE WORKPLACE: The policy of the City requires all contractors maintain a drug free workplace policy. Consequently, any vendor providing goods or services to the city must comply with all applicable Federal and State Drug Free Workplace Acts. N. FEDERAL, STATE, LOCAL LAWS: All respondents will comply with all Federal, State and Local laws, ordinances, rules and regulations relative to conducting business in the City and performing the prescribed service. Ignorance on the part of the respondent shall not, in any way, relieve the respondent from responsibility for compliance with said laws and regulations or any of the provisions of these documents. O. INSURANCE: All respondents shall submit with the RFQ proof of insurance applicable for services described in these specifications. The establishment of minimum limits of insurance by City does not reduce or limit the liability or responsibilities of proposer. P. CONE OF SILENCE:The "Cone of Silence" specifically prohibits communication in regarding RFP's, RFQ's, RFLI's, IFB (bids) or any solicitation with the City of-South Miami staff except by written means, with copy filed with the City Clerk. Certain exceptions are made such as oral communications during pre - proposal conferences. This takes effect upon advertisement for Request for Qualifications and terminates when the City Manager makes recommendation for award to the City Commission. In addition to any other penalties provided by law, violation of the Cone of Silence by any Proposer(s) shall render any proposal disqualified. 5 MIAMI DAILY BUSINESS REVIEW Published Daily except Saturday, Sunday and Legal Holidays Miami, Miami -Dade County, Florida STATE OF FLORIDA COUNTY OF MIAMI -DADE: Before the undersigned authority personally appeared V. PEREZ, who on oath says that he or she is the LEGAL CLERK, Legal Notices of the Miami Daily Business Review f/k/a Miami Review, a daily (except Saturday, Sunday and Legal Holidays) newspaper, published at Miami in Miami -Dade County, Florida; that the attached copy of advertisement, being a Legal Advertisement of Notice in the matter of CITY OF SOUTH MIAMI RFQ # FN090303 in the XXXX Court, was published in said newspaper in the issues of 01/28/2009 02/02/2009 Affiant further says that the said Miami Daily Business Review is a newspaper published at Miami in said Miami -Dade County, Florida and that the said newspaper has heretofore been continuously published in said Miami -Dade County, Florida, each day (except Saturday, Sunday and Legal Holidays) and has been entered as second class mail matter at the post office in Miami in said Miami -Dade County, Florida, for a period of one year next preceding the first publication of the attached copy of advertisement; and affiant further says that he or she has neither paid nor promised any person, firm or corporation any discount, rebate, commission or refund for the purpose of securing this advertisement for publication in the said newspaper. Sworn to and subscribed Le this 02 day of FEBRUARY , A.D. 2009 (SEAL) V. PEREZ personally known to me Y,, �*. i''' t�' a*, rOt`', d' a�'" R�``=" ;.Y.3�..¢�st�,�.+,+^1,�'•�, b y s ,.Joe xry r�,; iic yinta r }f t-londa My Commis ion. DD793490 Y >oF oQ� Expires 07M8 /2012 south Miami r+ -927 rt j V1 - ..: .. 2001 'CITY . OF SOUTH- NOTICE : Off. REQUEST FOR. QUALIFICATIONS RFQ # FN090303 MANAGEMENT OPERATIONS AND MAINTENANCE OF PARKING SYSTEM FOR THE CITY SOUTH MIAMI. The `City,of South Miami; hereinafter known as the City,„invites; submissions for qualification i'n the development, staffing and operational management and. maintenance of the City's Parking... Rv <fnm REQUEST FOR .`- Proposers are invited to submit their qualifi- . QUAUFICATIONS cations,. subject. to the., conditions and 11 ins tructions . =. specified . herein .for ..the furnishing of RFQ NO. FN 090303 MANAGEMENT OPERATIONS AND MAIN -. TENANC.E -OF. PARKING:.SYSTEM.FOR THE CITY OF SOUTH MIAMI . . GENERAL SCOPE_ Provide, the City of_,Sou(h Miami" with the management and operation of parking in the City ,'end" to perform such other tasks. as SUBMITTAL DATE: Th'e:.`City '.Clerk's office must receive all responses by 3:00 P.M. on March 3, 2009 at City of South Miami; City Clerks office located at 6130 Sunset Drive, South Miami, Florida. Responses submitted after this time and date will not be accepted. .- FULL RFQ SPECIFICATIONS: All respondents must download the full RFQ specifigetions' from the City's webpage at www citvofsouthmiami.net, or contact the City Clerk -at MMenend9K@_ci1v0fs0uth - miami.netto receive- specifications by mail. A. -- SU13MITTAL: Submit one original and:five identical copies of your response. For proper identification; the proponent's complete name and address should appear on. the exterior of the package along with the RFQ number and .name.` The City shall not be held liable for;. any i expenses incurred by ,.the respondent m 'preparing ..and submitting materials and /or attendance at, any interviews; final contract negotiations .) or applicable site visits..'. The City reserves the `right "to. enter Into i negotiations and award this work to the respondent which best meetsthe goals and objectives of, the city. or to reject, any and all. responses; whichever is in the best interest of the City. B QUESTIONS ABOUT THE.RFQ: Communication_is to the place in; writing and addressed to_the City_ Clerks office, to e-mail .MMenendei 1. c�ofsouthmiami.netorfax:305- 663 - 6348. C. REQUIRED BONDS: A respondent shall submit a qualification bond along with the response in the amount.of $100,000.00. The bond shall become forfeit if the respondent is accepted by the City but the respondent does not accept the contract offered incorporating the elements of this Request for Qualifications. -The qualification bond shall I expire upon execution of the contract with the selected respondent or i unless approved otherwise. D. SPECIFICATIONS: The City is seeking a qualified Operator under a Management Contract for the operations and maintenance management. of City's parking. Other management arrangements.will be considered. SCOPE OF SERVICEf - GOALS: 1. To enforce parking regulations in compliance with City, State and County Code: 2. To manage a resource by creating.tumover of public. parking spaces: 3. To furnish, install and-.maintain single head meters and pay and display parking systems. EXPERIENCE QUALIFICATIONS:'. 1. 5 years of Company Experience managing municipal parking.: programs that, include:_ meters:. collection, maintenance.. and.; enforcement.' ` 2:` Company Experience managing at a minimum of.? municipal contracts similarto City of South Miami. 3 Company Experience managing at a minimum of 2 municipal i contracts with a minimum of :700 on- street: spaces and - enforcement:of City Parking Garage 4. Proven company, experience developing marketing programs ; for parking programs. 5. Proven company experience m the insurance and- manage- ment of parking cit ation system 6 Proven experience with installing new parking equipment fora municipaW either as an upgrade or implementation of pay and display.parking program.. i COMPANY•! QUALIFICATIONS A. Parking - management company in business fora :minimum.of j 10 year 1 2. Company with an established management base in Florida for I a minimum of 10 years with a previously established regional office: , 3. Financial ability to fund capital improvements provide 2 years,; of audited financial reports._ _.- SERVICES REQUIRED 1. Assistance and consultation with the City as necessary in 1 any design of the program ram including working 2 Assistance in implementing the prog with downtown businesses, neighborhood groups and other organizations as needed 3 Procurement of any.capital improvements including parking` meters,: pay - :and display support vehicles and computer equipment 4. Be available to respond to city calls when needed aridly td group and or City Commission meetings when asked b City. 5: _Installation _::and: maintenance.. of.,..parking equipment. Installation shall . be in accordance with the standards by the City. 6. Provide sufficient personal to issue parking cdabons at a level of enforcement specified by verification: 7. Provide special training for all enforcement personal Provide training manual as verification .. 8. Provide towing and /or immobilization services as required by ' the City.'. . 9. Handle all customer services associated with the program 10. Provide weekly, monthly, and annual reports as required by the City: 11. Any other services which the proposer is capable of providing. 1/28..2/2 09- B- 240/1162167M CITY OF SOUTH MIAMI RFQ# FN090303 SELECTION COMMITTEE • Kevin Kinney Parking Director City of Coral Gables • Richard Sobaram Parking Director University of Miami • Eddie Berrones Parking Board Chairman City of South Miami • Wiener Chalvire Collections /Parking Manager City of South Miami • Jose Olivo Public Works Director City of South Miami 0 ern � a. � � M w U N cl v O E M c � � U a> a 3 � w o d w W z � x Z w d a � Cc a 4 w e vco Q z N �:, L..) Ale C �1 • 4 l0 l9 F- _ LO M s a 41� c� W m c o LO LU 00 I ono H a a z > W O QC) � y 0 Hcya�3 [-�-� W 8 y rA r U �h Cr D. cD E y X m y 4? O V /y CQ p n c 3 m E z w U E 2 V Q � m ots a ` o o = o a W p 0 N '6 L E m w Uo E W m z w w cm H _ LO o p . - o� 'U C z a�w.= o� H U m ga a co o ° W = ` co C. m a C E CL 72 a cC O i.,' w = C cc E _z Q U U z N c� A I� CD w v G po {4 0 G G ca 6 0 3 I W al ca .H s4 A G W ul a] a) En PQ 0 I W M � c x 1 0 LU o W o ,o tw x ca a EW-� a > o W z N �C,6 c c0 Y f6 fC CL cc H W w O' G x c6 y •�- V .n bA o o � n :U O V a'3dE w w z ° d _� O 0 N =o Cm CL °r-o ; z d' CL E m w s W U o E a> z w CD T � � A O co �U Z U c O Z a�� o [~.� U) a�a a N = U co ° 0)�W E a "a - LL O U a cd 0 cc N a m E U U) c4 J q (� t; j z N c� A I� CD w v G po {4 0 G G ca 6 0 3 I W al ca .H s4 A G W ul a] a) En PQ 0 I W OR a� A a� a W a) G U) PO > s� O r. a7 •r-I G a) A W co ul a) a co O PO a •r-4 Co $4 e O O a 3 W I W W 3pq � Y C _ cc x �a m 4,I OI 2 2.2 ,O w •- a> aj co !? z W O a� o co cc cc CL H W CIS � C • N a Of E H >. z o > >a N a� °�`- ' a o 42 � CL E ; q- 3: tt v► ° Pro z C `0 o yE- o o a o � =1 c7 U t C `° o 13 — r W cc N C a 'E t W U o'E T LO L C CD • H o °_80 T .) o z a 4) H o H N a a a cl WFo, x CO O ° L p w _0 a CZ 1:4 O = co N cc O A V U R Z r N M a� A a� a W a) G U) PO > s� O r. a7 •r-I G a) A W co ul a) a co O PO a •r-4 Co $4 e O O a 3 W I W W 3pq � N A >4 N r~ w U) ca N G co PO O A r. ro 0 3 I W 3 N s4 A O C W w co P� 0 a I W ` Y C rn `\ x LO ° ZI a. w --i of o V w n ,n o A N m S2 a � o z �o Q U w o 0-4 o CL z F W x E N N ( v t Z N co U N A— Cc U 3 C O U a '30( E d Oro r� z o C S- 2 OM O = o m W otf d O U T o 0 o Ecw W vo E .z W w w M 0-4 16 e Q m Q r m '0 p °1 z Qt A41 �0.4 rn V E a a a W Q cl o z '� ,, ,✓ ae o D cq W = L cc tm O c ° N W a 'a Y U- �, U a d c q,z D C c Q V U Z � N M N A >4 N r~ w U) ca N G co PO O A r. ro 0 3 I W 3 N s4 A O C W w co P� 0 a I W im a) a w W a) G •rl +.) N O G .H a~ cc s 0 3 w as 3 a� A a) G W w a� O PQ 0 i w Y � ant C R p � A 7 0 T �_ w �j LO m: H a b a Y z �o as °v a O QU o .� c0 Y d ` C% d V 3 z H w N r °' _ - cf C� cc x =_= U O o O bOD T > j m a d n n :� O 0- u) E Pro U ° a z �°' r P94 O m " 52 m *6 n o U t ° o a w cc 0. E ca m W CioE w y w c H T to C o � � V r •°' t ,z, . O z n� v .U�.. o [� co V E Q a a Cd cn 3: con U N O v C cc Y (C v LL Lj E U CO J _ A V U z N ch im a) a w W a) G •rl +.) N O G .H a~ cc s 0 3 w as 3 a� A a) G W w a� O PQ 0 i w Soupq 7 y INCORPORATED 1927 R IL 6130 Sunset Drive, South Miami, Florida 33143 Telephone 305 - 668 -2512 Fax 305- 663 -6346 References 'j c-g '— ac k',' r1 Ok is a potential Parking Service Management contractor for the City of South Miami. It is our practice to obtain references from individuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Type of Service Perform: 1. Enforcement(citations): 2. Collections: 3. Repair and Maint of single head meters: 4. Installation of new single head meters /poles: 5. Repair and Maint pay and display meters: 6. Installation of new pay and display meters: Yes l No Yes No Yes No Yes No Yes No ✓ Yes No If the company is responsible f6r the repairs of the sb2gle }head and the pay and display meters, what is their turn around time in repairing them: How would you rate the company in following -up on complaints? Poor average very good excellent yz� Years. of Service: C�- Years 1. Do they have an existing contract? 2. Is the contract with a governmental institution? 3. Is the service being provided in Miami -Dade? 4. Is the service being provided in the State of Florida? Performance Level: poor average Would you recommend their services: Yes No Yes / No Yes No Yes No very good excellent ,"- Yes / No Reference given by: arofarrt Name & Title Reference check conducted b Ssc ;� t' ll� LIOOW �'naliar �3 D Date CS 5 O U q•�� i t� INCORYORATEO 1921 R�vP 6130 Sunset Drive, South Miami, Florida 33143 Telephone 305- 668 -2512 Fax 305- 663 -6346 References is a potential Parking Service Management contractor for the City of South Miami. It is our practice to obtain references from individuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Tyne of Service Perform: 1. Enforcement(citations): Yes No 2. Collections: Yes No 3. Repair and Maint of single head meters: Yes / No 4. Installation of new single head meters /poles: Yes No 5. Repair and Maint pay and display meters: Yes i No 6. Installation of new pay and display meters: Yes No If the company is responsible for the repairs of the single head and the pay and display meters, what is their turn around time in repairing them: How would you rate the company in following -up on complaints? Poor average very good excellent Years. of Service: 4;�p �- Years 1. Do they have an existing contract? Yes 2. Is the contract with a governmental institution? Yes �- 3. Is the service being provided in Miami -Dade? Yes 4. Is the service being provided in the State of Florida? Yes Performance Level: poor average Would you recommend their services: very good I"- Yes No No No No excellent No alr 3 � � l Reference given by: kn� p AN—afrnei!-& Ti 1 Dat Reference check conducted by: ss �� �- 3 4 ate Soury o'` y J INCORPORATED 1927 ORl9� 6130 Sunset Drive, South Miami, Florida 33143 Telephone 305- 668 -2512 Fax 305- 663 -6346 References is a potential Parking Service Management contractor for the City of So h Miami. It is our practice to obtain references from individuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Tyne of Service Perform: 1. Enforcement(citations): 2. Collections: 3. Repair and Maint of single head meters: 4. Installation of new single head meters /poles: 5. Repair and Maint pay and display meters: 6. Installation of new pay and display meters: Yes No Yes No Yes No Yes No Yes No Yes No If the company is responsible for the repairs of the single head and the pay and display meters, what is their turn around time in repairing them:' How would you rate the company in following -up on complaints? Poor average very good / excellent Years. of Service: Z)- Years 1. Do they have an existing contract? Yes �� No 2. Is the contract with a governmental institution? Yes No 3. Is the service being provided in Miami -Dade? Yes No 4. Is the service being provided in the State of Florida? Yes No , ,,f— Performance Level: poor average very good excellent Would you ecommend their services: Yes No Reference given by: � gmft'ts � 3 1 Name & Title Date Reference check conducted by p Oate- SOUTR i INCORPORATEO 1827 o ft t 6130 Sunset Drive, South Miami, Florida 33143 Telephone 305- 668 -2512 Fax 305- 663 -6346 References �em is a potential Parking Service Management contractor for the City of Sbuth Miami. It is our practice to obtain references from individuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Type of Service Perform: 1. Enforcement(citations): Yes No � 2. Collections: Yes No 3. Repair and Maint of single head meters: Yes No 4. Installation of new single head meters /poles: Yes No 5. Repair and Maint pay and display meters: Yes No r- 6. Installation of new pay and display meters: Yes No If the company is responsible for the repairs of the sin le head and the pay and display meters, what is their turn around time in repairing them: How would you rate the company in following -up on complaints? Poor average very good excellent ✓ Years. of Service: _C _Years 1. Do they have an existing contract? Yes / No 2. Is the contract with a governmental institution? Yes No 3. Is the service being provided in Miami - Dade? Yes / No 4. Is the service being provided in the State of Florida? Yes No Performance Level: poor average Would you recommend their services: very goody excellent Yes Reference given by: y Z Name & Title Reference check conducted byLs s We -26 n I Date D ate S0UTH Al 7 3 v INCORPORATED IoV �1 O R LU P 6130 Sunset Drive, South Miami, Florida 33143 Telephone 305- 668 -2512 Fax 305- 663 -6346 References �em is a potential Parking Service Management contractor for the City of South Miami. It is our practice to obtain references from individuals and companies who have worked with a potential contractor. The above company has included, you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Type of Service Perform: 1. Enforcement(citations): Yes No 2. Collections: Yes / No 3. Repair and Maint of single head meters: Yes / No 4. Installation of new single head meters /poles: Yes / No 5. Repair and Maint pay and display meters: Yes i . No 6. Installation of new pay and display meters: Yes No If the company is responsible for the repairs of the single head and the ay and displ y meters, what is their turn around time in repairing them: d Y-I\ How would you rate the company in following -up on complaints? Poor average very good excellent Years. of Service: Years 1. Do they have an existing contract? Yes No 2. Is the contract with a governmental institution? Yes ✓ No 3. Is the service being provided in Miami -Dade? Yes No 4. Is the service being provided in the State of Florida? Yes ,i No Performance Level: poor average very good excellent �^ Would you recommend their services: Yes / No Reference given Name &Tit Reference check conducted by: sS�C ►V s-Yr� o''oUr��� .� a INCORPORATE 1827 ontvr 6130 Sunset Drive, South Miami, Florida 33143 Telephone 305- 668 -2512 Fax 305- 663 -6346 References LIZ potential otential Parking Service Management a�`�'� n a contractor for the City of South Miami. It is our practice to obtain references from individuals and companies who have worked with a potential contractor. The above company has included you and/or your company as a reference. We would greatly appreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Type of Service Perform: 1. Enforcement(citations): Yes No / 2. Collections: Yes No 3. Repair and Maint of single head meters: Yes No 4. Installation of new single head meters /poles: Yes — No 5. Repair and Maint pay and display meters: Yes No 6. Installation of new pay and display meters: Yes No.� If the company is responsible for the repairs of th single head d the pay and display meters, what is their turn around time in repairing them: How would you rate the company in following -up on complaints? Poor average very good / excellent Years. of Service: Years 1. Do they have an existing contract? Yes / No 2. Is the contract with a governmental institution? Yes / No 3. Is the service being provided in Miami -Dade? Yes No 4. Is the service being provided in the State of Florida? Yes / No Performance Level: poor average Would you recommend their services: very good -' excellent Yes No Reference given by: L L), lc'e'rso Name & Title Reference check conducted by: L t sse jk 4? (IA' Dat 3 acs o ate VJ/ L If LUV7 1J. ID YlU- OOU -IJ:J! I 1u "Y 111. u' vi 1 1 I --- vim• -- Ma r. 26. 2009 4:03PM No, 0668 P. 2 ,ovr J M • IIIOCP/ORAT[ , 1 »1 r Rt 6130 Sunset Drive, South Mia* f"lorida 33143 Telephone 305668.2512 Pax 305- 663 -6346 Refer._enc� �K • is a potential. parking Service Management contractor for the City of Sou Miami. It is our practice to obtain references from individuals The VO company has inoluded and companies who have worked eference.�We would greatly Appreciate. your pr mpt espous you and/or your company as e o the following inquiry as it applies to the nature or your relationship with the company. e o Scrvice Perform: L Enforeement(citations): Yes Yes / No No 2. Collections: 3. Repair and Maint of single head meters: Yes No t/-"' 4. Installation of new single head. Meters/Poles: Yes ; No JC 5. Repair and Maint pay and display meters; Yes No 6. Installation of new pay and display meters: Yes No i/ If the company is responsible for the repairs of the "single head and t e pay and display meters, what is their twin around time in repairing them; now would you rate the aomban in n foIlowing�up on comnZaa"? Poor average very good excellent Years: of Service: Years 1. Do they have an existing contract? Yes ✓ No 2. Is the contract with a governmental institution Yes No 3. Is the service being provided in Miami -Dade? Yes No 4. Is the service being provided in the State of Florida? Yes No Performance Level:. poor average •very good V/• excellent Wo d You recommend, their services: Yes • ✓ No Reference given b� Name 8t Title Date Reference check conducted by: L Date nnia l, L r, t v v i I L 17 i ni f -rti/V �-- /S.lG7%� � 11 V 145 A ,r . I I I& , s0Uro of a, y . IMGO QS •DF7 6X30 Sunset Drive, Soutil Afiami, Florida 33143 Telephone 305 -668 -2512 Fax 305 - 663 -6346 References is potential Parldng Service Management Q RIM k' a r contractor for the City of Solith Miami. It is our practice to obtain references ftom individuals and companies who have worked with a potential contractor, The above company has included you and /or your company as a reference. We would greatly 6ppreciate your prompt response to the following inquiry as it applies to the nature or your relationship with the company. Type of Service Per 1. t&orcetnent(citations): Yes Yes -7 No ✓ No 2. 3. Collections: Repair and Maint of single head meters: Yes ✓ No 4. Installation of new single head meters/poles: Yes v-7' No S. Repair and Maint pay and display meters: Yes No 6. Installation of new pay and display meters: Yes No If the company is responsible for the repairs of the single head and the pay and display meters, what is their turn around time in repairing them: aZ if. N - How would you We the eoarpanv in followinOnu on complaints /? Poor ayetage very good I excellent Years. of Servlc% I I Years 1. Do they have an existing contract? Yes ✓ No 2. Is the contract with a governmental institution? Yes No sZ 3. Is the service being provided in Miami -Dade? Yes No 4. Ts the service being provided in the State of Florida? Yes No rafo=ance j&VQI: poor average Would you reeommend-their services: very good excellent j Yes No Reference given by: � E "fro' J � �G k t` K - NN 14 PA C- ?.k X6 0 � Name &ITitle Date Reference check conducted by: