Loading...
HomeMy WebLinkAbout20250908 PRR25285 Responsive Documents1 From:Estrada, Erica Sent:Tuesday, July 14, 2020 3:51 PM To:Fuchs, Alexander Subject:RE: FS Collections Draft Letter Attachments:Ltr extending FSC contract month to month.docx Pretty much copied the original letter. Let me know if any wording should be changed. Don’t worry I’ll change “goose” to “Brett” before printing the final letter. From: Fuchs, Alexander <afuchs@slocity.org> Sent: Tuesday, July 14, 2020 3:27 PM To: Estrada, Erica <EEstrada@slocity.org> Subject: RE: FS Collections Yeah, something like this letter just saying that our intention is to continue month-to-month for collections. From: Estrada, Erica <EEstrada@slocity.org> Sent: Tuesday, July 14, 2020 12:59 PM To: Fuchs, Alexander <afuchs@slocity.org> Subject: RE: FS Collections Is he talking about something like the attached letter? Or amending the contract? From: Hussey, Gaven <ghussey@slocity.org> Sent: Thursday, July 9, 2020 11:22 AM To: Estrada, Erica <EEstrada@slocity.org>; Fuchs, Alexander <afuchs@slocity.org> Subject: FS Collections Hi Erica, Alex and I met with Brett the other day regarding Parking Services intent to not execute a new contract with FS Collection for FY 20/21 and remain in a month to month status for the time being. We will revisit the collections operation once we make a transition to pay-stations and mobile apps. Can you please draft a notice for FS Collections indicating that our intent to remain month to month for the time being? We will need to have them indicated if this is or is not an issues. If this is an issues we would need a date that service would be suspended. Thanks you, Gaven Gaven Hussey Parking Program Manager Public Works 1260 Chorro, San Luis Obispo, CA 93401-3218 2 E ghussey@slocity.org T 805.781.7234 slocity.org 1 From:Brett Cross < Sent:Wednesday, March 31, 2021 7:36 PM To:Fuchs, Alex Cc:John Girard Subject:FSC Collections IPS Pay Station Proposal This message is from an External Source. Use caution when deciding to open attachments, click links, or respond. FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 March 31, 2021 Alexander Fuchs Parking Services Supervisor 1260 Chorro St., Suite B San Luis Obispo, CA 93401 Dear Mr. Fuchs FS Collections is providing the City of San Luis Obispo Parking Services the following proposal for the collection of the IPS pay stations which have recently been installed. Initial Per Collection Rate based on twice weekly collection of installed pay stations (approximately 45 installed pay stations). 90 collections per week. Minimum collection frequency. $4.75 per pay station. 90 collections per week (2x's) $4.70 per pay station. 135 collections per week (3x's) $4.65 per pay station 180 collections per week (4x's) $4.60 per pay stations 225 collections per week (5x's) $4.55 per pay station 270 collections per week (6x's) All coinage will be comingled from each pay station in current collection canisters and coin receipts from each machine printed and provided with each canister. The rate for current meter collection remains unchanged. Sincerely, Brett Cross- Partner FS Collections 1 From:Banker-Hix, Wyatt Sent:Sunday, May 14, 2023 5:38 PM To:Leon, Jose (Luis) Subject:RE: BidSync Attachments:LAZ_Parking_Proposal.pdf; FS Collections.zip Hi Luis, Looks like this isn’t a project currently bidding: Looks like the bid window closed back in October 2022, and you had 2 bids: I’ve attached both. Let me know if you need any additional information. Thanks! Wyatt Banker-Hix, PE Supervising Civil Engineer Public Works 919 Palm Street, San Luis Obispo, CA 93401-3218 T 1-805-295-1609 E wbanker@slocity.org slocity.org From: Leon, Jose (Luis) <jleon@slocity.org> Sent: Thursday, May 11, 2023 9:00 AM To: Banker-Hix, Wyatt <wbanker@slocity.org> Subject: RE: BidSync Good morning Wyatt. 2 The bid id#: 2209-001 Company: FS Collections I’m not sure if we, Parking, put in a request but the project is for our Coin Collection. Thank you, Jose (Luis) Leon Parking Services Supervisor Public Works 1260 Chorro, San Luis Obispo, CA 93401-3218 E jleon@slocity.org T 805.781.7059 slocity.org Stay connected with the City by signing up for e-notifications From: Banker-Hix, Wyatt <wbanker@slocity.org> Sent: Wednesday, May 10, 2023 11:42 PM To: Leon, Jose (Luis) <jleon@slocity.org> Subject: RE: BidSync Hi Luis, I do have access to Bid Sync, what was the project that your team was bidding? For example: I can only view bids placed on a project if I was the person who created it. Do you know who created this project? Those two things, and you should be able to find the bid. Thanks, Wyatt Banker-Hix, PE Supervising Civil Engineer Public Works 919 Palm Street, San Luis Obispo, CA 93401-3218 T 1-805-295-1609 E wbanker@slocity.org slocity.org From: Leon, Jose (Luis) <jleon@slocity.org> Sent: Wednesday, May 10, 2023 12:45 PM 3 To: Banker-Hix, Wyatt <wbanker@slocity.org> Subject: BidSync Hello Wyatt. Hope all is well. Do you have access to BidSync? If so, when you have a chance can you please look for a bid for parking from the company FSC? It is a coin collection proposal. Thank you, Jose (Luis) Leon Parking Services Supervisor Public Works 1260 Chorro, San Luis Obispo, CA 93401-3218 E jleon@slocity.org T 805.781.7059 slocity.org Stay connected with the City by signing up for e-notifications Parking Meter Coin Collection Services The City of San Luis Obispo PROPOSAL RESPONSE Notice Requesting Proposals for Bid No. 2209-001 LAZ Parking | October 13, 2022 Parking Meter Coin Collection Services The City of San Luis Obispo | 1. Introduction and Executive Summary 2 1. Introduction and Executive Summary October 13, 2022 City of San Luis Obispo ATTN: Department of Finance 990 Palm Street, San Luis Obispo, California 93401 RE: PROPOSAL RESPONSE BID NO. 2209-001 PARKING METER COIN COLLECTION SERVICES Dear City Staff Member(s): Thank you for inviting LAZ Parking to submit a proposal response for Parking Meter Coin Collection Services and the opportunity to serve the San Luis Obispo community. We have modeled our proposal response to the specifications in your Notice Requesting Proposals for Bid No. 2209-001. LAZ has read and agrees to the Sample Agreement for Professional Services (Exhibit A) with no exceptions. LAZ Parking has successfully provided coin collection and related services in California for the past 40 years and has a firm understanding of the complexities of your operations. We have been an effective, dedicated and committed partner to the overall success of dozens of agencies we serve. The experience and expertise we have gained over the years, along with the qualifications of our management team, our local and national presence and our financial strength will make us a valuable resource to the City. We are confident that with the implementation of our proposed plan, you will see measurable results in the short term. Our management team will be responsive and will serve with a sense of urgency. Highlights of our proposal and what LAZ Parking will bring to the City of San Luis Obispo: ⚫ Our Qualification for Today, our Value for the Future. LAZ has a 30-year history managing complex parking meter programs. We have a proven track record of delivering quality service on time by earning and maintaining respect of agencies of public agencies throughout CA. LAZ not only meets but exceeds the minimum qualification requirements as set forth in this RFP. ⚫ Strength in Numbers. LAZ Parking is the leading provider of On-Street Parking Services with over 30-year proven track record of managing complex parking programs like San Francisco and Chicago. Today we manage over 120,000 On Street Parking Spaces and collect revenue from over 80,000 meters. ⚫ Employee Selection and Training is a Priority. Stringent hiring and onboarding process with robust training programs and professional development. ⚫ Access to Industry Leading Subject Matter Experts (SMEs). A highly experienced team with over 250 years of municipal parking experience and a dedicated team ready to deliver. ⚫ No Transition Risk. City of San Luis Obispo can rely on LAZ to deliver all services and deliverables on time as it has done in the past for dozens of municipalities in CA and nationwide. Parking Meter Coin Collection Services City of San Luis Obispo 3 ⚫ Hands On Experience with Diverse Portfolio of Parking Meters. LAZ has developed rigorous, repeatable meter collection processes that ensure timely collection of parking meters and security of meter revenues and is experienced with both open and closed meter systems. ⚫ Our Proposed Management Plan. Our proposed collection plan addresses City’s requirements of a fluid collection schedule based on revenue trends. As we have done for other cities, we will remain flexible in adjusting route schedules as trends change. ⚫ Technology Driven Solutions. We plan to implement LAZ Business Intelligence dashboard powered by Microsoft Power BI to monitor overall program performance, including route optimization and collection trend reporting. LOOKING FORWARD Our diverse project knowledge, our experienced project team, and our unwavering commitment to the overall success of our clients will add instant value to the City of San Luis Obispo. By partnering with LAZ Parking, the City will reduce the risk of transition failures or disruptive changes in operations. We look forward to developing a partnership of trust, transparency, and responsiveness, which often takes time to build. LAZ offers the City of San Luis Obispo an important advantage in addressing its parking meter collection needs by serving as a collaborative partner who has supported our clients’ vision for managing state-of- the-art parking meter programs nationwide. This proposal articulates our vision and demonstrates that our expertise will best serve the City’s operating principles and performance requirements as set forth in this RFP. Sincerely, MUHAMMAD MANSOOR Vice President, Municipal Services 1335 S Flower St. Los Angeles, CA 90015 (714) 290-4854 mmansoor@lazparking.com ROD HOWERY Regional Vice President, Northern California 5901 Christie Ave. Ste 202 Emeryville, CA 94608 (510) 250-2052 rhowery@lazparking.com Parking Meter Coin Collection Services The City of San Luis Obispo | 2. Submittal Forms 4 2. Submittal Forms a. Proposal submittal summary. b. Certificate of insurance. c. References from at least three firms for whom you have provided similar services. Parking Meter Coin Collection Services City of San Luis Obispo 5 Parking Meter Coin Collection Services City of San Luis Obispo 6 Parking Meter Coin Collection Services City of San Luis Obispo 7 Parking Meter Coin Collection Services City of San Luis Obispo 8 Parking Meter Coin Collection Services City of San Luis Obispo 9 Parking Meter Coin Collection Services The City of San Luis Obispo | 3. Summary of Qualifications 10 3. Summary of Qualifications Please see the following pages for a Summary of Qualifications and Relevant Experience. Parking Meter Coin Collection Services The City of San Luis Obispo | 3. Summary of Qualifications 11 EXPERIENCE IN EXCEEDING YOUR NEEDS MQ# Description LAZ Meets or Exceeds? Details MQ1 Active in the on- street or off-street parking meter business for a minimum of five years. YES Qualified Parking Partner: LAZ Parking has 30+ years in the on-and-off street parking meter business. Additional details to highlight this experience and show how LAZ Parking exceeds MQ1 is provided in Section 4, Firm Qualifications/References. MQ2 Currently providing parking meter services for multiple municipalities in North America. YES Government and Municipal Agency List: Currently providing on-and-off street parking meter services for 70+ municipal clients and government agencies. Additional details to highlight this experience and show how LAZ Parking exceeds MQ2 is provided in Section 4, Firm Qualifications/References. MQ3 Currently providing parking meter services for multiple municipalities in CA. YES Over 3 decades of experience serving municipal clients throughout CA. Notable Bay Area clients include cities of San Francsico, Palo Alto, San Mateo, Salinas, San Leandro, Sausalito, Walnut Creek and Stockton. Additional details to highlight this experience and show how LAZ Parking exceeds MQ3 is provided in Section 4, Firm Qualifications/References. LAZ Parking has a proven record of providing parking meter management services including coin and data collection, coin counting and processing, collection workforce management, meter maintenance services and operational reporting for the past 30 years. LAZ Parking not only meets but exceeds the Minimum Qualifications as set forth in this Bid Notice. Our experienced management team and local footprint provides accountability and an around-the-clock focus on the City’s needs. Our national support structure and financial strength offers a unique level of stability and sustainability that few others can match. LAZ Parking is ready to serve you as an experienced, collaborative, and innovative parking partner. Parking Meter Coin Collection Services City of San Luis Obispo 12 PARKING METER EXPERIENCE LAZ Parking has been active in the Municipal On-Street and Off- Street parking meter business for over 30 years and has dozens of current contracts where we provide parking meter management services. The key to LAZ’s success is our record of collaborating and partnering with our customers, key partners, vendors, and other key stakeholders. Our transparent approach, together with our track record, ensures we are the right partner to deliver the services requested by the City. To demonstrate LAZ Parking’s qualifications, we discuss 6 current projects of similar scope in Section 4, Firm Qualifications/References of this proposal. You can view more information on these projects and listed references in Section 4 Firm Qualifications / References. Project Scope Municipality Year Started Parking Meter Collection, Counting, and Support Services San Francisco Transportation Agency (SFMTA) 2002 Parking Meter Management Services City of West Hollywood, CA 2018 Parking Meter Management Services City of Inglewood, CA 2014 Parking Meter Management Services Chicago Parking Meters (CPM) 2009 Parking Meter Revenue Collections, Security of Meters, and Maintenance Services Montgomery County, Maryland 1988 Parking Meter Collection Services Kansas City, MO 2018 LAZ has created collaborative and productive long-term partnership with each of its clients. Our successful past performance can be attributed to our ability to facilitate increased revenues, lower operational costs, advanced technology integration by providing effective management, and by delivering superior customer service. Error! R eference source not found. illustrates how each of our references demonstrates our experience in the capabilities listed in the Scope of Work (SOW) of this RFP. Exhibit 0-1. Parking Meter Management Experience. LAZ provides parking meter management for over 80,000 parking meters nationwide. Six of our most notable programs are listed in the table below. 30+ Years of Experience in Municipal Parking 70+ Current Municipal Clients 120,000+ Managed Metered Parking Spaces Experience by the Numbers Parking Meter Coin Collection Services City of San Luis Obispo 13 Reference Total No. of Meters Meter Management Services Current Contract (Serving for more than 5 years) Smart Meters (Single Space & Multi Space) Coin Collection Services Coin Delivery Services Procurement Services IT & Related Support Services Mobile LPR Technology Data Collection City of San Francisco, CA 27,000 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Montgomery County, MD 12,000 ✓ ✓ ✓ ✓ ✓ ✓ City of Inglewood, CA 2,700 ✓ ✓ ✓ ✓ ✓ ✓ ✓ City of West Hollywood, CA 2,500 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ Chicago, IL 36,000 ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ ✓ City of Kansas City, MO* (In our 5th year) 7,600 ✓ ✓ ✓* ✓ ✓ ✓ ✓ ✓ Our success extends beyond these contracts to the dozens of other municipal contracts that we manage throughout North America. Our success is founded on our mission to Create Opportunities for Our Employees and Value for Our Clients, which drives us to deliver what we promise. LAZ Parking works continuously to improve our operations through innovation, process improvements and to collaborate with our clients, in and outside of the parking industry. A key differentiator for the LAZ Team is that our Government Services business routinely performs in mission-critical environments for our customers—be it collecting or safeguarding of revenue such as our parking coin collections, coin counting, or parking enforcement services in public facing environment. We routinely work with leading technology vendors in the parking sector and have experience operating different technologies. We effectively serve millions of customers face-to-face and are experts in providing a higher level of customer experience. Our mission is to Create Opportunities for Our Employees and Value for Our Clients. We strive to make this evident in everything we do as your partner in parking. Mission Focused, Value Driven Parking Meter Coin Collection Services City of San Luis Obispo 14 LAZ’s company culture firmly establishes that all our staff possess extensive customer care, public relations and conflict resolution skills no matter what service is being provided. In several current contracts, we provide essential 24/7 services on behalf of our customers. We view ourselves as an extension of our customers and actively encourage an ownership culture at all levels, which creates an organization that cares about and is aligned with our customer’s goals. LAZ’s technical capabilities and experience in parking meter management services are extensive. Below are some examples of our recent work in the past 5 years, biggest testament of our past performance is our past performance in San Francisco. ⚫ We currently provide parking meter management services for two of the five American cities with the largest metered parking systems (Chicago and San Francisco). Our services include program management, coin collections, coin processing & delivery, auditing, and financial reconciliation. ⚫ Currently collect parking meter revenue from over 80,000 parking meters and approximately 4- million-meter collections per year, jointly from San Francisco, Chicago, Kansas City, Inglewood, and Montgomery County, MD. ⚫ Counts, verifies, and deposits more than $7 million (pre-Covid) in coin revenue annually in San Francisco, while maintaining over 99 percent accuracy in quality control audits. ⚫ Introduced several significant operational improvements and efficiencies in San Francisco, Chicago, and Montgomery County over the past two decades. ⚫ We regularly reviewed meter collection schedules and advised SFMTA staff on necessary revisions based on our operational experience. ⚫ Transitioned the San Francisco Parking Meter Management System (SFPMM) to Oracle Business Intelligence Enterprise Edition (OBIEE) in partnership with the SFMTA to improve parking system collections, asset management, utilization of data and analysis adjudication, maintenance, and performance reporting/data for the city’s heterogeneous meter system. The system allows the city to maintain accurate data records and optimize operations. ⚫ Provided routine maintenance services such as lubrication, door removal, and zoning for many of our parking meter collection customers, encompassing over 50,000 meters. ⚫ Currently provides parking operations management for the SFMTA, providing metered parking collections, counting, management services, and technology and operational improvements. ⚫ Designed and constructed a coin counting facility that maximized operational efficiencies, integrated subcontractor software, and developed and delivered an integrated management solution for Chicago’s metered parking system. ⚫ Our success is based on best practices developed over two decades throughout all our parking operations across the U.S. For the past 30 years, we have been a partner to cities and agencies across North America, and we continue to ensure our solutions provide long- term benefits to the customers. Parking Meter Coin Collection Services City of San Luis Obispo 15 4. Firm Qualifications / References LAZ PARKING HISTORY Since 1981, LAZ Parking has grown and adapted alongside our customers. Today, we operate over a million parking spaces in thousands of locations across the country – most notably our long- standing partnership with the City and County of San Francisco. We pledge to build on this experience to continue our solid commitment in the delivery of turnkey parking meter management services for the cities we serve. In 2021, LAZ Parking announced a recent investment from Argo Infrastructure Partners, a leading infrastructure investor based in New York with a focus in long-term investments, targeting higher quality infrastructure assets and businesses. This new partnership will strengthen LAZ’s existing capabilities, contribute and sustain its strong relationships with employees and customers. LAZ operates over 1.2 million parking spaces in over 3,000 thousand locations and 450+ cities across the country, including many of the original locations we started back in 1981. We have served the Northern California region since 1998, currently employ over 4,000 people and manage more than 375,000 spaces. Today, we manage over a dozen municipal contracts in California, clients include San Mateo, Palo Alto, Sausalito, Salinas, Inglewood, Santa Ana, West Hollywood, CA State Parks, John Wayne Airport, Long Beach, LAWA, Berkeley, Walnut Creek, County of Alameda, SFMTA and Stockton. Strength in Numbers LAZ Parking recently acquired Serco Parking Services, uniting two of the most well-established companies in the parking industry. This brings together a leadership team with a combined 200 years of experience managing parking for local, state and federal governments. With the added strength of Serco, LAZ Parking is now one of the largest providers of municipal parking management in the United States, managing more than 400,000 spaces, 1.5MM citations and $500MM in collected revenue each year. GROWN LOCALLY, NATIONAL REACH LAZ Parking is a national parking company, headquartered in Hartford, CT, with regional offices across the U.S. We operate through these regional offices headed by officers of the company. This organizational structure enables LAZ to offer its clients the resources of a large company but with the attention and responsiveness more typical of a local company. We are the second largest parking company in the US, with the broadest experience and most creative employees in the industry. LAZ Parking currently manages over 180 locations throughout Northern California with a diverse portfolio, which includes major on-street and off-street municipal parking, mass transit parking systems, entertainment/event parking, commercial, residential buildings, hotels and resorts, office buildings, Since 1998, LAZ Parking has employed over 5,000 people (pre-COVID), managed 375,000 spaces and served over a dozen municipal contracts in California. A Local Leader Parking Meter Coin Collection Services City of San Luis Obispo 16 mixed-use projects, hospitals and medical complexes, airports, university parking, shuttle services and valet-oriented parking. Our range of experience makes us uniquely qualified to serve the needs of the City of San Luis Obispo. Our Northern California team has faced every conceivable type of parking challenge and led by our executive and management staff with decades of experience, has risen above each challenge and remained the fastest-growing parking company locally and nationwide. LAZ Parking’s continued growth in the Bay Area is a testament to the successful delivery of our commitments and service levels to our valued clients and customers. RELEVANT EXPERIENCE IN THE MUNICIPAL SECTOR Decades of experience managing large municipal and on-street parking systems have taught us what you already know: this is a massive task. Our parking management solution not only meets and exceeds the needs of the City of San Luis Obispo but is proven through our years of experience serving communities throughout CA. LAZ Parking is one of the nation’s premier operators specializing in parking services for municipalities and government agencies. Our comprehensive approach to parking management provides sustainable solutions that enhance communities, streamline parking operations, and improve the financial position of our clients. Our team has an unmatched track record operating municipal parking facilities and on-street programs managing more than 400,000 total parking spaces (120,000 On Street Spaces) for federal, state, and local government agencies. We have a very keen focus on implementing efficient operational procedures, revenue integrity systems, revolutionary technology applications and best-in-class customer service initiatives. Public Sector Expertise The following list includes LAZ Parking’s public sector clients, including the approximate number of spaces for each. Reference information for select clients is provided later in this section. ⚫ Washington Metro Area Transit Authority (59,000) ⚫ City of Chicago Meters System (36,000) ⚫ City of San Francisco Meters (27,000) ⚫ Montgomery County, MD (21,500) ⚫ NY City Housing Authority (20,000) ⚫ NY Metropolitan Transit (16,600) ⚫ City of Lincoln, NE (14,780) ⚫ City of Inglewood, CA (12,750) ⚫ City of Long Beach, CA (10,300) ⚫ City of Kansas City, MO (6,600) ⚫ City of Stockton, CA (6,145) The LAZ Parking Government Services Division is led by a team of dedicated professionals with over 250 years of combined government and municipal parking experience. Municipal Sector Experience ⚫ City of Miami Beach, FL (6,000) ⚫ City of New Rochelle, NY (5,870) ⚫ City of Lowell, MA (5,570) ⚫ Norwalk Parking Authority, CT (3,765) ⚫ City of Stamford, CT (3,400) ⚫ City of West Hollywood, CA (3,360) ⚫ City of Las Vegas, NV (3,000) ⚫ Birmingham Jefferson Convention Complex (3,000) ⚫ California State Parks (2,665) ⚫ City of San Mateo, CA (2,610) ⚫ City of Syracuse, NY (2,525) ⚫ Alameda County, CA (2,500) Parking Meter Coin Collection Services City of San Luis Obispo 17 Awards and Certifications ⚫ 2021 IPMI Award of Excellence - LAZ Parking is the recipient of the 2021 IPMI Award of Excellence. The IPMI Award of Excellence winners exemplify creativity, future-thinking, and a commitment to mobility and sustainability. Showcasing outstanding parking and transportation facilities and innovative programs in several categories, IPMI’s Awards of Excellence program has a rich history of recognizing project excellence in the parking, transportation, and mobility industry. ⚫ National Cooperative Purchasing Alliance (NCPA) - NCPA (National Cooperative Purchasing Alliance) is a national government purchasing cooperative with the goal of reducing the cost of goods and services by leveraging the purchasing power of public agencies. NCPA utilizes state of the art procurement resources and solutions that result in cooperative purchasing contracts that ensure all public agencies are receiving products and services of the highest quality at minimal prices. ⚫ CAPP Program - CAPPs represent the best of the industry advancing the profession and leading with innovation, professionalism, and expertise. LAZ currently has 12 applicants within the program, including our proposed Contract Manager, Adam Feller and Senior Executive, Muhammad Mansoor. ⚫ Accredited Parking Organization (APO) – APO is a designation for parking organizations that have achieved a comprehensive standard of excellence. It recognizes best practices in responsible parking management and operations, customer service, professional development, safety, and security. LAZ Parking received APO certification in March 2022. "LAZ Parking has been operating Kansas City MO’s On-Street and Off-Street parking programs since 2017. Within the first few months, their autopsy and analysis yielded significant growth opportunities, including account management, event operations, rate structures and deal terms . . . With LAZ’s help, the best is yet to come to KCMO’s parking program.” Matthew Muckenthaler, Parking Program Manager, Kansas City, MO Parking Meter Coin Collection Services City of San Luis Obispo 18 TURNKEY MUNICIPAL REFERENCES – LAZ PARKING LAZ Parking can address the needs of the City because we have decades of experience reliably meeting the needs of similar partners and communities. We pledge to build on this experience to continue our unwavering commitment in the delivery of turnkey parking meter collection services for the City of San Luis Obispo. We invite you to contact the below references and are happy to provide additional information on request. San Francisco Municipal Transportation Agency In 1994, Serco (now owned and managed by LAZ) began providing meter collection support services for the SFMTA, formerly the Department of Parking and Traffic (DPT). In 2002, we were selected to provide a fully integrated, turnkey $25 million parking solution that included the procurement and installation of 23,000 single-space and 250 multi-space parking meters; construction of a state-of-the-art Coin Counting Facility; implementation of a smart card pilot program; and development and integration of various software products into a comprehensive Oracle software–based San Francisco Parking Meter Management System (SFPMMS). This contract was renewed in 2012 for an additional nine-year term. Since the start of the meter contract in 2002, our project team has evolved with the SFMTA to provide the most innovative parking solutions available. We support technology pilots and evaluate new infrastructure to increase revenue and minimize cost. Currently, we perform revenue and data collection for citywide parking meters daily (Monday through Friday). We have been responsible for parking meter revenue management, including coin, credit card, and smart card payments. LAZ SF Team coordinates with SFMTA on all matters related to meter collections, including route collection optimization and collection frequency. We also generate revenue projection reports when the SFMTA is considering a potential rate increase. We provide daily reconciliation reports along with a detailed monthly project review and provide continuous self-assessment to exceed our project deliverables. Since 2012, we have been awarded four successful extensions, with an annual budget of approximately $4 million (not including pass-through purchasing). LAZ has proven to be a trusted partner who has continued to challenge itself to improve on a well-organized and efficient project. In 2008, we introduced an improved asset management system that has been proven effective and we also developed an automated meter maintenance reporting system that enables meter collectors to be more efficient in the field and increases reporting consistency. Parking Meter Coin Collection Services City of San Luis Obispo 19 West Hollywood, California Since 2002, LAZ Parking has overseen the City of West Hollywood’s on-street parking program. Previously overseen by Serco Parking until the LAZ and Serco acquisition, this operation manages 2,500 spaces with a staff of more than 35 team members. In July 2021 LAZ Parking was rewarded a new nine-year contract for parking enforcement services that is valued at $20M+. We provide these turnkey parking enforcement services 24 hours a day and 365 days a year. This includes vehicle, bike and foot patrol, traffic control, dispatch services, front counter customer service, encroachment, and temporary permit placement, towing and court appearances. In 2018, we were awarded their meter collection and maintenance program which contains approximately 1900 IPS meters with annual revenues exceeding $6M. Our dedicated team of meter collectors are comprised of two Level 2 IPS certified technicians and seasoned veterans of the industry. The average downtime of damaged/unresponsive meters have been reduced dramatically with most issues resolved within 4 hours. Inglewood, California In 2014, LAZ Parking was selected by the City of Inglewood to develop a comprehensive 10-year parking management plan and provide turnkey services for enforcement, traffic control, meter management, traffic dispatch and customer experience. Within 45 days we successfully transitioned the City’s parking program, including technology upgrades and special event operations at the SoFi Stadium. Since 2014, the operation has seen a 35% increase in total parking revenue, as well as the following successes: ⚫ Technology Upgrades. LAZ Parking oversaw technology implementation to improve the consumer experience and reduce expenses. HaaS and SaaS upgrades were made including changing Duncan Eagle meters to IPS single space parking meters. We introduced Genetec LPR for citywide 7-day enforcement and partnered with Passport Parking for mobile payment options. These upgrades improved vehicle turnover in the Central Business and Residential districts. They offered improved pedestrian mobility, traffic congestion and handicap access. ⚫ Special Event Operations. LAZ Parking oversaw the opening of the SoFi Stadium and currently directs traffic control, off-site parking and shuttle operations. Parking Meter Coin Collection Services City of San Luis Obispo 20 Chicago, Illinois Since 2009, LAZ has provided 24/7 management for the City of Chicago’s on- street parking meter system – the third largest on-street system in the United States. LAZ operates the entire system under a management contract for a private concessionaire, so the efficiency of the equipment and personnel is critical to a successful and profitable operation. Upon award of the contract, we set out to upgrade over 90% of the existing system with 4,200 multi- space pay stations in just 7 months, the fastest technology upgrade of its kind ever undertaken anywhere in the world. The system is now 100% pay station controlled with a system wide average up-time of 99.64% across 4,700 pay stations. LAZ collects and deposits nearly $12 million each month from the system on behalf of our client. ⚫ Advanced Technology Upgrades. In 2019, the system was overhauled again by replacing all 4,700 multi-space pay stations with a modernized solution provided by Flowbird, allowing for an expanded offering of payment options for both individuals and business/fleet management. Since 2015, when mobile payments were first introduced in partnership with Passport (http://www.ParkChicago.com), utilization of the mobile payment app has soared to over 70% of transactions now being completed from mobile devices. This has reduced maintenance and expenses on the hardware. ⚫ Increased Enforcement. LAZ provides a supplemental parking enforcement contract directly with the City of Chicago, providing enforcement of more than 500,000 citations a year. This contract has 40 officers and 40 enforcement personnel, providing us with a wide variety of relevant experience. Parking Meter Coin Collection Services City of San Luis Obispo 21 Kansas City, Missouri In January 2018, LAZ Parking began day-to-day operations of over 1,500 on- street metered spaces and more than 6,100 garage spaces for the City of Kansas City, Missouri after successfully winning the contract through a highly competitive RFP process. This operation staffs 30 employees. Upon contract start, LAZ assumed all maintenance and revenue collection duties for the on-street system which processes more than $1 million in revenue annually. LAZ also assists as a consultant to coordinate the replacement of the system’s single-space meters with the installation of IPS multi-space pay stations. 11 pay stations have been installed so far in several key locations throughout the city, with more to be added soon. Furthermore, LAZ developed the ParkSmartKC initiative which provides a common payment platform and provides information and other parking resources to users. In August 2019, partially due to the exceptional operational success of their on-street parking system, the City awarded LAZ an additional contract to operate five City-owned garages, consisting of over 6,100 spaces which generate more than $4.5 million in revenue annually. LAZ provides 24/7 operational support and staffing to the facilities, and immediately began to streamline operations with automated systems, including call center support, monthly parking signup and account management. The ParkSmartKC initiative was also integrated into the operations of the off-street facilities. LAZ employees also oversee traffic flow management for access to the garages during the many special events at the Kauffman Center for the Performing Arts and KCMO Conventions and Events, which regularly uses these highly desirable parking locations. "Kansas City has had a culture whereby parking operations was managed and ruled by old and outdated philosophical paradigms. LAZ helped KCMO understand that it is possible to expect those high levels of service without the sacrificing of revenues to achieve . . . LAZ has done a great job at recognizing the unique qualities of KCMO while helping build bridges that connect our past with our future.” Matthew Muckenthaler, Parking Program Manager, Kansas City, MO Parking Meter Coin Collection Services City of San Luis Obispo 22 Montgomery County, Maryland Since 1988, LAZ Parking has served Montgomery County, MD and provided meter management, revenue collections, meter security, maintenance services, parking enforcement and auditing service for over 14,000 parking meters. We are responsible for the Monday–Friday daily collections as well as daily meter maintenance support. The environment in the County is diverse with more than 20 multi-floored garages, 23 surface lots and over 3,500 single space on-street meters distributed over 500 square miles. Throughout the term of the contract, we have consistently met the meter revenue deposit deadlines. Under the prior contract, we met all cost estimates and schedule requirements. For the current contract, we provide a contract transition schedule and rotation schedule for all meter collections. Our contract transition schedule outlined 15 items that required review over a 3-to-6-month period. Our Transition Manager ensured that operations were aligned with best practices and new contract requirements. Our transition schedule, once approved, became our implementation plan when the contract began. Based on our implementation plan, we remained on schedule and budget. Parking Meter Coin Collection Services The City of San Luis Obispo | 5. Team Qualifications 23 5. Team Qualifications LAZ PARKING TEAM QUALIFICATIONS A critical aspect of this contract is providing highly qualified staff organized for maximum efficiency. The quality and success of a comprehensive parking meter program depends on effectively identifying the staffing requirements, hiring the best qualified staff, ensuring that they are trained for current and evolving contract requirements, and operating under a straightforward and flexible organization with clearly defined relationships and responsibilities. LAZ understands the challenges associated with public facing aspect of a program of this magnitude. We will enhance and maintain all levels of training and development so that we can rely on employees who have the ability to step into the shoes of another employee with differing primary job responsibilities and perform those tasks without any lapse in coverage. LAZ’s senior management team is made up of seasoned managers and subject matter experts with a combined municipal parking experience of over 250 years. With proven expertise and hands on experience managing similar programs, our project team lead the charge with full support of our Director of Operations, Steve Mooney. For this contract, our collection team will be supported by professionals with hands on experience transitioning and implementing meter management programs. These professionals are currently providing responsive and efficient support to programs throughout CA. Christopher Staricco – Operations Supervisor For the past 10 years, Chris has committed to continuing his growth on the San Francsico Meter Program and currently manages a team of 25 plus collection staff. He began work on the SF Meter contract as a revenue collector, performed work as an acting Crew Lead before being promoted to Field Supervisor and later to Operations Supervisor, a role he has occupied for 6 years. Chris is a hands-on supervisor and is skilled in collection route optimization, daily reports output and investigation, coin delivery support, fleet maintenance tracking, coin reconciliation support and meter reporting priorities. Chris will serve as the Operational Lead and will provide mid-level management support to the project collection team. He will also act as the Transition Lead during the first 60 days post contract award. Steve Mooney – Director of Ops, Northern CA With over 16 years working in the parking industry, Steve brings a diverse skillset, including but not limited to, extensive experience in Class-A commercial parking garage management, luxury hotel valet oversight, stadium/special event parking, and on-street meter collections and enforcement. Since joining LAZ in late April 2021, Steve has been Parking Meter Coin Collection Services City of San Luis Obispo 24 an instrumental resource and support line to all our municipal programs in the Bay Area and Central Coast. Steve possesses a passion for leadership, client engagement, customer satisfaction and problem resolution.  Steve is a Certified Parking Professional through the National Parking Association and remains active in several regional industry and municipal associations.  Cindy Hefner – Regional Vice President Cindy joined LAZ Parking in 2014 as Director of Operations, bringing over 17 years of experience in the parking industry to her operations. She is an accomplished operation executive with hands-on experience in successfully growing sales and revenues, improving customer service, and aggressively controlling expenses in competitive market environments. Cindy has a strong track record in identifying, developing and executing productivity and system improvements. She offers a wide range of expertise in all areas of parking, including managed garages, automation operations, hotel, valet and self-park. She graduated from Texas Wesleyan University and will be responsible for developing, supporting and implementing the operations as well as client communication on a day-to-day basis. In addition, she will utilize her ability to implement effective team building skills. Cindy will work directly with Director of Operations to support this contract. Muhammad Mansoor, CAPP – Vice President, Municipal Services A familiar name in the parking industry, Muhammad will serve as the Senior Executive if LAZ is awarded this contract. In his current role with LAZ, Muhammad ensures high-quality service delivery across our government parking contracts and has direct responsibility over the decisions for all on street parking contracts throughout the U.S. He is a Certified Administrator of Public Parking (CAPP) and also a Six Sigma Yellow Belt recipient. During his 20-year parking career, Muhammad has led the implementation of cutting-edge technology and helped cities develop the state of design tools and redefine transportation practices to transform urban spaces into urban places and stands by as a subject matter expert ready and willing to assist in this contract. He attended California State University, Long Beach and the Said Business School, University of Oxford. Rob Maroney, CAPP – Vice President, Government Services Rob joined LAZ Parking in 2015 as the Vice President of Government Services. Based in Richmond, VA, Rob is responsible for overseeing and supporting our rapidly expanding Government Services market, which includes municipal agencies and public private partnerships. With over 20 years of experience, Rob brings extensive experience in government operations, management, and consulting. He started his career in municipal government, and during his 12+ year career with Norfolk, VA, he served as the Director of Parking. Rob was also the Director of Parking and Transportation for Virginia Commonwealth University, overseeing the university’s parking, transportation, and fleet management programs. He currently serves on the Board of Directors for the Parking Association of the Virginias and is an active member of several national and regional parking associations. Rob holds a Government and Fine Arts degree from the College of William & Mary and is a Certified Administrator of Public Parking (CAPP). Parking Meter Coin Collection Services City of San Luis Obispo 25 6. Work Program MANAGEMENT APPROACH A. Coin Collection and Coin Delivery Services LAZ has crafted our project approach around the priorities of the City in the performance of all coin collection and coin delivery services covered in this scope of work. Our strategy for success is to operate from a position of control, avoid unmanageable schedule disruptions and delays, identify and mitigate risks, and focus the team’s resources on promptly resolving any issues threatening program success. LAZ will develop a concept of operations for the San Luis Obispo meter operation which will serve as the guide to accomplish these goals so that standards for this scope of work can be upheld safely and successfully for the City. LAZ will create, develop, implement, and maintain methodologies and procedures to optimize the management and operations of the contract. We fully understand and appreciate that there are both short- and long-term goals ahead for each parking program we manage, and LAZ intends to be a partner every step of the way. Upon contract award, LAZ will conduct a complete review of all administrative, operational, and procedural documents to incorporate new requirements and deliverables. In keeping with our philosophy that continuous open communication improves project performance and client satisfaction, all documentation including manuals, documents, and underlying records, will always be available to the City for review. The LAZ Regional Office is fully empowered to provide the complete scope of this project including all coin and coin delivery services to the City. There are many variables included in this scope of work which LAZ staff are well suited to address. Our coin collection routing strategies will address up-to-speed assignments for citywide meters. Upon request, our team will provide analysis of revenue reconciliation, and meter transaction variances. Our management team will be poised to keep a steady watch on the completion and scheduling of all collection assignments as approved by the City. Our Crew Leader will ensure safe and secure transport of collections crews, collection equipment and collected coins to and from collection routes and sub-routes each working day. The processes and procedures in place which each Crew Leader follows will ensure security of all vehicles, coins and equipment which they are responsible for monitoring during their shifts. As collection crews are issued equipment and before they deploy to their collection assignments, the Crew Leader will also document receipt of and condition of equipment for use each day. The Crew Leader will ensure that collection crew is prepared to perform duties successfully, that crew is aware and knowledgeable of their route assignments and that assignments are completed fully and in sequence. In addition to performing regular audits of collection crews during collection duties, our Operations Supervisor will act as a first line of support for all crew members in the field to resolve probl ems or support as needed. A supervisor’s duty is also to observe all collections staff and ensure crews are following approved policies and procedures. Continue our Partners in Parking partnership and help reach the strategic goals of the City for years to come. The Formula for Success Parking Meter Coin Collection Services City of San Luis Obispo 26 B. Collection Procedures LAZ Parking understands that in performing this work, we will have to adhere to the following procedures: a. Meter and payment center collections will begin at the Parking Services Office located at 1260 Chorro Street, Suite B, San Luis Obispo. b. Collection staff will pick up the keys required to open the meters and payment centers to be collected that day. c. LAZ Crew Lead will sign for receipt of the keys picked up. d. Collection staff will pick up the appropriate cart and collection canister required for the street zone(s) and/or parking lot(s) to be collected. (The collection canisters may be different; some zones/lots may have sealed or open coin cans.) e. Collection staff will begin the walking route for the appropriate street zone or parking lot to be collected. f. For each parking meter or payment center to be collected, Collection staff will adhere to the following procedure: 1) Unlock and open the coin can compartment or vault. 2) Remove the coin can and empty it into the collection canister. 3) Replace the coin can in its compartment or vault. 4) Lock the coin can compartment or vault. 5) If observable meter or payment center repairs are required, they will record them on a parking meter repair form. 6) Collection staff will note any vandalism or theft on a parking meter repair form. g. Collection staff will return to the Parking Services Office when the zone and/or lot collection is completed. h. Collection staff will remove the collection canister from the collection cart in the presence of a City employee. i. LAZ Crew Lead will record the date, time, location, initials, and the number of bags to be filled on a collection slip. LAZ collection staff will attach the collection slip to the collection canister and move the canister to the designated storage area in the presence of a City employee. j. If collections are to continue for that day (second collection route), LAZ collection staff will follow all these steps starting with Step d. k. When all scheduled meter collections have been completed for the day, Collection staff will unlock all collection canisters in the presence of a City employee. l. Collection staff will remove the collection bags from inside the collection canisters and place the coin into sealable coin bags labeled with the appropriate zone and/or lot number. This procedure is done in the weighing/collection room with a City employee monitoring and sealing the coin bags. Collection staff will Parking Meter Coin Collection Services City of San Luis Obispo 27 place an empty collection bag into each collection canister and lock the canister in the presence of the City employee. m. The City employee will complete a receipt of uncounted sealed coin bags on a form furnished by the authorized armored service (currently Garda). n. Collection staff will place all sealed coin bags inside the City’s safe in the presence of the City employee. o. Collection staff will return the keys required for the meters and payment centers collected that day. p. A City employee will sign for receipt of the returned keys in a logbook maintained by the City. q. Collection staff will turn in meter repair forms to the meter repair shop. C. Collection Schedule LAZ understands that parking meters and payment centers to be collected are organized into street zones and parking lots. LAZ collection staff will perform the specified work according to the schedule provided in this Bid Notice, however, the City may change this schedule at any time with at least seven calendar days’ notice of the change. It is understood that LAZ staff shall not deviate from this schedule without prior written permission from the City. In addition, LAZ staff shall not perform the specified work on any holiday observed by the City without prior written permission from the City. Collection Schedule by Day Mondays Tuesdays Wednesdays Thursdays Fridays Zone D Upper Zone A Zone B Zone C Zone D Lower Zone G Zone E Zone G Zone D Upper Zone G Zone B Zone H Zone F Zone Part B Lot 2 Zone D Lower Lot 9 Zone Part H Lot 4 Lot 14 Lot 3 Lot 2 Lot 10 Lot 11 Lot 15 Lot 4 Lot 3 Lot 10 Lot 11 Donation Meters With the City’s approval, LAZ proposes to collect the 7 donation meters at no additional cost to the City or United Way San Luis Obispo. It is understood that any revenue collected from the Donation Meters will be bagged separately from the City’s collections and picked up by the United Way of San Luis Obispo. Parking Meter Coin Collection Services City of San Luis Obispo 28 D. Collection Hours LAZ understands that collection staff will perform the specified work only on weekdays (Monday through Friday). The suggested start time for collection is 8:00 a.m. and will continue until the collections scheduled for that day are completed. Collections must be completed for the assigned day and the coin bagged no later than 4:00 p.m. We further understand that the collection/bagging room is not available between the hours of noon – 1:30 p.m. for bagging of coins and that coin bagging is subject to the availability of staff. We anticipate first collection shift drop off to be around 11am or earlier each day and the second drop off to be between 1pm- 2pm each collection day. We fully understand that the collection schedule and coin bagging task may have to be rescheduled, or at times additional zones may have to be collected. We are prepared to work with the City and will remain flexible. LAZ will not make any changes to the regular collection hours without prior permission from the City. E. Collection Equipment LAZ understands that the City shall provide the contractor with the necessary collection equipment, meter collection keys and other accessories as needed. Per Bid Notice, the City shall furnish two collection carts, eight lockable collection canisters, and one coin bag holder. Whereas LAZ will be responsible for any periodic maintenance required on this equipment and for any routine repair to the equipment that costs less than one hundred dollars ($100). It is also understood that the City will maintain tires, tubes and canning mechanisms and that the City will provide locks and keys for the collection of canisters. F. Responsibility for Loss or Damage of City Property LAZ acknowledges that we will be responsible for City property while it is in our custody. It is also understood that LAZ shall replace or repair City property, including specifically coin revenue and collection equipment, lost or damaged as a result of the actions or negligence of LAZ collection staff. LAZ shall not be responsible for loss or damage caused by theft and vandalism by third parties. LAZ takes the stewardship of our customer’s equipment seriously. We will provide expert maintenance of equipment throughout the contract to ensure safe and secure access to meters by our staff. If City-owned equipment is damaged or stolen while we are performing collections services, we will work with the City staff to remedy it immediately. LAZ’s experience managing similar programs reduces equipment risk for the City of San Luis Obispo as we understand both the equipment in addition to the priorities facing meter security. Whether the equipment is City owned or not, our staff will be required to and trained on handling and maintaining it with care. Parking Meter Coin Collection Services The City of San Luis Obispo | 6. Work Program 29 F. Qualifications of Collection Workers LAZ Parking has a comprehensive pre-screening, recruiting and onboarding process. For all of our contracts, the recruiting process is led by our dedicated regional Talent Acquisition team under the supervision of our Regional HR Business Partner. For this contract, we will source both internal and external candidates with a clean background and past experience in public facing position(s). It is understood that LAZ will be required to provide the City a list of collection workers for approval by the City on the proposal form. LAZ will inform the City of any changes in collection workers prior to their start of work. LAZ will only hire staff who are competent, skilled and qualified to perform the specified work. Ideally, staff with past experience of working in a cash handling environment and public facing positions will be offered an opportunity to work on a program of this nature. LAZ acknowledges that no collection worker shall perform any of the specified work without (a) passing a background security check conducted by the City; (b) a credit check conducted by the City; and (c) receiving written permission from the City to perform the specified work. Each collection worker shall be able to comfortably lift a collection canister weighing up to 140 pounds. LAZ has the required theft insurance that should be able to cover and suffice the requirements of a cash bond of ten thousand dollars ($10,000) as required for the contract. All collection workers will be required to meet all of the contract qualifications and requirements. G. Conduct of Collection Workers Collection workers shall perform the specified work in an orderly manner and shall avoid even the appearance of impropriety in any form. If the City representative advises the Contractor that a collection worker is incompetent, unqualified, or disorderly, the Contractor shall remove that collection worker from the specified work for the duration of the agreement. While performing the specified work, a collection worker shall not bring to the work locations any pets, any children, or any persons not employed under the agreement. Contractor and collection workers are not authorized to discuss confidential information that is learned in the course and scope of the performance of this contract with private third parties or the press without prior written authorization of the City. Parking Meter Coin Collection Services City of San Luis Obispo 30 H. Uniforms Each employee will be outfitted with at least 5 sets of uniforms annually and be required to maintain the uniforms to present clean and professional appearances while performing the duties of this contract. LAZ will obtain City approval for the style and look of the uniforms. For this contract, LAZ plans to supply collection staff with 5 pair of pants, 5 work shirts, a jacket with reflective striping, a ball cap, black boots which are both comfortable and are waterproof, ANSI class 3 rain gear with reflective striping, and an ANSI class 2 safety vest with reflective striping. Pants and shirt pockets for collection staff will be sewn shut to discourage theft. A belt will also be supplied to employees as needed to allow equipment to be clipped to an employee’s person. Only the uniform style and items as approved by the City be worn by collection staff during the performance of this contract. Any modifications to uniforms shall be presented to and approved by the City prior to LAZ issuing new items to staff. LAZ will supply all staff with photo identification badges displaying contractor and employee name and which will be visible while on duty. Either a lanyard or retractor clip can be used to attach the badge to the staff and not be placed in a pocket or otherwise hidden. LAZ understands that the items listed here are essential to performing duties and maintaining meter security. Staff will be responsible for the upkeep of all items, whether owned by the City or LAZ. I. Providing for Vacations, Illnesses, or Other Absences of Collection Workers As required in the Bid Notice, LAZ Parking shall maintain a staff of at least two (2) fully qualified collection workers in order to continue performing the specified work when a collection worker takes time off for vacation, illness, or other absence. Upon award of a contract, LAZ will be prepared to list at least two proposed collection workers on the proposal form. For call offs and scheduled PTO, LAZ regional operational team will obtain City approval to have at least two back up collection staff members who could fill in for planned and unexpected absences by the regular staff. Parking Meter Coin Collection Services City of San Luis Obispo 31 J. Training Having a well-trained work force is a priority for developing staff, refreshing employees on procedures and techniques, and promoting safety in the workplace. Meter operations is a unique environment and staff will be trained to be fully prepared to complete the duties as required by the City. When trainings are completed, LAZ will maintain an employee sign off sheet to signal individual employee completion. Training sign-off records shall be stored and supplied to the City upon request. Although paper documentation can be used for group or individual training, LAZ also utilizes an application called Gotsafety to provide more accessible training to staff online or on a mobile device. LAZ regional operational leadership team assists in facilitating monthly and annual initiatives to ensure safety training and all federal, state and local trainings are completed by all staff. Updated employee sign offs will be included in the contract Location Notebook. With the direction of HR and the oversight of the Regional Director of Operations, our San Luis Obispo Meter staff will utilize the Gotsafety app or otherwise to complete required trainings. Other training includes items such as Injury and Illness Prevention, Emergency Action Plan, Repetitive Motion Injury Safety and other safety or industry related training for public facing jobs including Conflict Resolution and Verbal Judo. Everyone in the LAZ Parking family has their own diverse set of needs, aspirations, and personal backgrounds. With this always on our mind, our duty is to promote and maintain our LAZ Parking values. We promote open communication between all levels of staff. We believe that open communication is essential to the well-being of our organization. Problems, questions, concerns, or complaints left unresolved only negatively impact our employee’s work environment and the customer/client experience. It is everyone’s responsibility to follow policies in a consistent manner and maintain our commitment to people. LAZ Parking requires a minimum of 16 classroom hours of basic training before employees are permitted to start location specific duties. Setting the Standard In Training Parking Meter and Parking Payment Center Coin Collections Services FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 Proposed Collection Schedule Mondays Tuesday’s Wednesday’s Thursday’s Pay Stations 55 Zone E 52 Zone C 151 Pay Stations 55 Zone H Meters 58 Zone F 115 Zone A 52 Zone H Meters 58 Zone E (High Use) 101 Lot 9 19 Zone E (High Use) 55 Lot 4 10 Lot 14 44 Zone F (High Use) 61 Zone F (High Use) 92 Lot 15 6 Lot 4 4 Total Pay Stations Total Pay Stations 55 55 Total Meters Total Meters Total Meters Total Meters 261 236 203 178 Weekly Totals Pay Stations 110 On Street Meters 878 Parking Meter Coin Collections Services City of San Luis Obispo Bid ID: 2209-001 FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 On behalf of John Girard and myself as partners in FS Collections we appreciate the opportunity to again submit a bid to the City of San Luis Obispo for the Parking Meter Coin Collection contract. Both John and I have provided parking meter coin collection services for the city for about the past 25 years. A lot has changed over those years. Lot 6 which was the Court St. lot was developed as a major retail project as were Lots 11 and 13. Lot 2 is now a hotel. I think the City may have still be using the old “wind up” meters. With the new pay stations and license plate reader vehicles plus the proposed new IPS M5 meters the city has come a long way from the days of the wind up meters. As the city has adapted so have our collection schedules, routes and frequencies. With the addition of the pay stations routes B and G were eliminated and combined with existing routes. The change in rates and hours of enforcement has changed the need for additional collections in some areas that were collected once a week to twice per week to avoid meters jamming do to filling up. It will be interesting to see what changes to collection frequencies may be necessary with the next rate increase. It’s important to have a contractor in place that can recognize necessary changes and the flexibility to do so. Before I get too far along with discussing the specific bid proposal, especially the schedule and frequency, John and I want to share more of our commitment not only to providing a high level of service to city’s parking department but a high level of service to the community Both John and I are lifelong residents of San Luis Obispo. John grew up on Verde Dr and had a home on Benton Way in San Luis Obispo. He now lives out on Tiffany Ranch Rd. I grew up in the Laguna Lake neighborhood where I still live. We are both proud and lucky to make San Luis Obispo our home and I believe that is reflected in our role as ambassadors for the City when we are out in public collecting the meters or the pay stations. We do our best to provide tourists and residents alike with parking information, directions to points of interest (the Mission and Gum Alley are pretty high on the list), where’s the best place for breakfast, and “how do you do the pay station”. John and I are also concerned about our downtown and we both are in the habit of picking up litter and reporting any graffiti on the meters along with other issues that need attention while we are out collecting meters or pay stations. A little discussion about the pay stations and why I’m guessing you may be wonder why is it more to collect those and do they really need to be collected twice a week. The simple answer is they take a lot longer and have ‘issues” that really necessitates them being collected twice a week. Plus I should mention that users quite frequently need help using the machines. I like to say we’ve become like concierge service too. It can take some time to help the public enter their license plate and help them get their credit card read. The Pay Stations are “clunky” and they are spread out all over the downtown and basically they take a long time to collect. The average time to consider for each collection is 5 minutes per station. It doesn’t always take that long but with 3 locks and coins jamming in the chute that leads to the coin box along with coins that somehow spill outside the coin box it can take a long time to collect each one if you have to unjam the Pay Station or scoop out the coins that are piled up inside. And it’s those jams in the coin chute leading to the coin box and the tendency for the coins to spill out into the bottom of the pay station that makes it important to get to them twice per week. If you reduce the frequency you’ll invariably see many stations that are not accepting coins because they are jammed. That will create additional maintenance call outs along with a frustrated public. The meter collection schedule and frequency is currently what is being done. It’s the minimum necessary to keep the meters from filling up and becoming jammed and inoperable. The increase in hours of payment from 9AM-6PM to 9AM-9PM really changed the pattern of meter usage. Some 10 hour meters near the core which would have only been collected once a week now have to be done twice a week or will fill up. That’s why in the proposal you’ll see references “High Use”. Some of those are 10 hour meters which are collected twice now. It will be interesting to see what if any changes need to be made with the new IPS M5 meters which take credit cards along with a substantial rate increase in 2023. John and I look forward to a continued relationship with the City’s Parking Department as the Parking Meter and Pay Station Collections contractor. Sincerely, Brett Cross Partner FS Collections ‘ 1 From:Harmon, Tarilyn Sent:Tuesday, April 30, 2024 3:17 PM To:King, Donna Subject:Goose Contract Attachments:FSC Collections IPS Pay Station Proposal; FSC Collections_ammend to contract 2-10-16.pdf; FSC- Signed Agreement.pdf; Letterhead Template - Agreement.docx; Surety Bonds - FSC - Coin Collection (copies).pdf; FSC-Signed Agreement.pdf Flag Status:Flagged Tarilyn Harmon Administrative Assistant II Public Works E tdonnaho@slocity.org T 805.781.7261 slocity.org Stay connected with the City by signing up for e-notifications 1 From:Brett Cross < Sent:Wednesday, March 31, 2021 7:36 PM To:Fuchs, Alex Cc:John Girard Subject:FSC Collections IPS Pay Station Proposal This message is from an External Source. Use caution when deciding to open attachments, click links, or respond. FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 March 31, 2021 Alexander Fuchs Parking Services Supervisor 1260 Chorro St., Suite B San Luis Obispo, CA 93401 Dear Mr. Fuchs FS Collections is providing the City of San Luis Obispo Parking Services the following proposal for the collection of the IPS pay stations which have recently been installed. Initial Per Collection Rate based on twice weekly collection of installed pay stations (approximately 45 installed pay stations). 90 collections per week. Minimum collection frequency. $4.75 per pay station. 90 collections per week (2x's) $4.70 per pay station. 135 collections per week (3x's) $4.65 per pay station 180 collections per week (4x's) $4.60 per pay stations 225 collections per week (5x's) $4.55 per pay station 270 collections per week (6x's) All coinage will be comingled from each pay station in current collection canisters and coin receipts from each machine printed and provided with each canister. The rate for current meter collection remains unchanged. Sincerely, Brett Cross- Partner FS Collections 1 A THEFT OF CLIENTS' PROPERTY BOND BOND NO.: 51BSBAK1336 EFFECTIVE DATE: 2/28/2000 ----~-------------- KNOW ALL MEN BY THESE PRESENTS, that Hartford Fire Insurance Company, a corporation organized and existing under the laws of the State of Connecticut, having its principal place of business at Hartford, Connecticut (hereinafter called the Company) in consideration of an agreed premium is firmly bound unto the client or customer (hereinafter called the Obligee) in the aggregate penal sum shown in the Schedule below, for which payment, well and truly to be made, the Company binds itself, its successors and assigns, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, Brett. Cross (hereinafter called the Principal) has entered into a contractual agreement to provide certain specified services for such Obligee and while performing such services, if such Principal shall not commit any act of Theft while having access to the Obligee's property then this Bond shall be void; otherwise it shall remain in full force or effect until or unless cancelled. SCHEDULE Name of Obligee Penal Sum City of San Luis Obispo $ 5, 000.00 PROVIDED, HOWEVER that this Bond is executed by the Company upon the following express conditions precedent to the right of recovery hereunder: 1. The total liability of the Company to the Obligee shall not exceed the penal sum shown in the Schedule regardless of the number of years that this bond may continue in force or the premiums which are paid. 2. Liability under this Bond shall only apply to acts by the Principal shown in the Schedule and committed against the Obligee, also shown in the Schedule, and which constitutes the "Theft" of the Obligee's property. Theft means the taking of money, securities, or other tangible property which has intrinsic value to the deprivation of the Obligee. 3. This Bond may be cancelled by the Company after giving 60 days notice of cancellation to the Obligee, in writing, of its desire to cancel this Bond. If cancellation is for non-payment of premium, then the Company will provide 10 days written notice. Or, the Obligee may give written notice to the Company of its desire to cancel this Bond as of the date specified in its written notice. 4. This bond shall cancel automatically if the Obligee shall learn of any act of dishonesty committed at any time by the Principal and there shall be no coverage for losses arising from dishonest acts occurring after the obligee learns of such act of dishonesty. 5. If this Bond is cancelled, the Company shall have no liability for acts of Theft occurring after the cancellation of this Bond or for any act of Theft not discovered within 60 days following the cancellation effective date. theftbd.doc Page 1 of2 ·- 6. This Bond does not cover legal expenses related to any legal action nor does it cover indirect losses such as unrealized income, payment of damages other than direct compensatory damages arising from a covered loss, or any costs, fees, or expenses incurred in establishing the amount of the loss. 7. In the event of the discovery of a loss covered by this Bond, the Obligee shall notify the Company within 30 days, and shall furnish a detailed, sworn proof of loss within 120 days and cooperate with the Company in the investigation and settlement of the claim. 8. No legal action may be brought against the Company until 90 days after the Company has been provided a proof of loss and unless the legal action is brought within two years from the discovery of the loss. 9. If the Company makes a payment under the Bond and there are any recoveries other than from insurance, suretyship, reinsurance or any security or indemnity taken for the Company's benefit, any recoveries, less the cost of obtaining them, made after the settlement of the loss will be distributed as follows: (a) To the Obligee if the loss exceeds the remaining penal sum of this bond; then (b) To the Company until it is fully reimbursed for its payment. 10. The Obligee, upon payment of its loss, must transfer, to the Company, all of its rights of recovery against the Principal and must do everything necessary to secure those rights. 11. The Principal shown in the Schedule is responsible for the payment of all premiums and will be the payee if any return premiums are made. IN WITNESS WHEREOF, the undersigned have set their hands and seals this 3rdday of March ,2\~_IPOO. Brett Cross By: '5-w.z;;-~AL Title: ~/Vrh /}A-vf-.w,.A... Hartford Fire Insurance Company theftbd.doc Page 2 of 2 ! I • HARTFORD FIRE INSURANCE COMPANY Hartford,Connecticut POWER OF ATTORNEY Know all men by these Presents, That HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, State of Connecticut. does hereby make, constitute and appoint DOUGLAS E. BARNETTE, MIKE BATTENFIELD, BEVERLY K. BOHNERT, JOEL CANNON, TERESA L. CLARK, SHAYNE DALY, M FORD, S FULMER, S GAGNE, DEBORAH HART, C HOLMES, DANIELLE HUSSEY, SANDY JONES, DONALD L. LONGSHORE, V MCCORMICK, MARY T. MONICA, SUSAN J. NEWTON, T REINERTSEN, ANIKA RIVERA, MARK H. SEMEL, BRITANY SLABAUGH, SUZAN TURNER, T TRAJICK, V WHEELER, L WILLIAMS, KENDRA WRIGHT OF HARTFORD, CONNECTICUT its true and lawful Attorney(s)-in-Fact, with full power and authority to each of said Attorney(s)-in-Fact, in their separate capacity if more than one is named above, to sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in the nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities; and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, in penalties tlflf t>xceedms the sum ol" UNLIMITED and to bind HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance .hereof This Power of Attorney is granted under and by authority of the By-Laws of HARTFORD FIRE INSURANCE COMPANY, ("the Company") as amended by the Board of Directors at a meeting duly called and held on July 9. 1997, as follows: ARTICLE IV SECTION 7. The President or any Vice President or Assistant Vice-President, acting with any Secretary or Assistant Secretary shall have power and authority to s•gn and execute and attach the seal of the Company to bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and such instruments so s1gned and executed, with or without the common seal, shall be valid and binding upon the Company SECTION 8 .The President or any Vice-President or any Assistant Vice President acting with any Secretary or Assistant Secretary, shall have power and authority to appo1nt, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more resident V1ce Presidents, resident Assistant Secretaries and Attorneys-in-Fact and at any time to remove any such resident Vice-President, resident Assistant Secretary, or Attorney-in-Fact, and revoke the power and authority given to h1m. Resolved, that the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached In Witness Whereof, HARTFORD FIRE INSURANCE COMPANY has caused these presents to be signed by its Assistant Vice-President, and ils corporate seal to be hereto affixed, duly attested by its Secretary, this 171h day of September, 1997. HARTFORD FIRE INSURANCE COMPANY Paul A. Bergenholtz, Assistant Secretary Robert L. Post, Assistant Vice President STATE OF CONNECTICUT} ss. COUNTY OF HARTFORD On this 17th day of September, A.D. 1997, before me personally came Robert L. Post, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice-President of HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT} ss. COUNTY OF HARTFORD CERTIFICATE G~/ ,;!;::::~ /" --Notary Public My Commission Expires June 30, 2004 I, the undersigned, Secretary of HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, thai Article IV, Sections 7 and 8 of the By-Laws of HARTFORD FIRE INSURANCE COMPANY sel forth in the Power of Attorney, are now in force. ' Signed and sealed at the City of Hartford. Dated the 13th day of March, 2000 Richard L. Marshall, Jr., Assistant Secretary J. Dennis Lane, Assistant Vice President Form S-3507-9 (HF) Printed in U.S.A. ,. ....... ~ THEFT OF CLIENTS' PROPERTY BOND BOND NO.: 51BSBAK1376 EFFECTIVE DATE: 2/28/2000 KNOW ALL MEN BY THESE PRESENTS, that Hartford Fire Insurance Company, a corporation organized and existing under the laws of the State of Connecticut, having its principal place of business at Hartford, Connecticut (hereinafter called the Company) in consideration of an agreed premium is firmly bound unto the client or customer (hereinafter called the Obligee) in the aggregate penal sum shown in the Schedule below, for which payment, well and truly to be made, the Company binds itself, its successors and assigns, firmly by these presents. THE CONDITION OF THIS OBLIGATION IS SUCH THAT WHEREAS, John Girard (hereinafter called the Principal) has entered into a contractual agreement to provide certain specified services for such Obligee and while performing such services, if such Principal shall not commit any act of Theft while having access to the Obligee's property then this Bond shall be void; otherwise it shall remain in full force or effect until or unless cancelled. SCHEDULE Name of Obligee Penal Sum City of San Luis Obispo $ 5' 000.00 PROVIDED, HOWEVER that this Bond is executed by the Company upon the following express conditions precedent to the right of recovery hereunder: 1. The total liability of the Company to the Obligee shall not exceed the penal sum shown in the Schedule regardless of the number of years that this bond may continue in force or the premiums which are paid. 2. Liability under this Bond shall only apply to acts by the Principal shown in the Schedule and committed against the Obligee, also shown in the Schedule, and which constitutes the "Theft" of the Obligee's property. Theft means the taking of money, securities, or other tangible property which has intrinsic value to the deprivation of the Obligee. 3. This Bond may be cancelled by the Company after giving 60 days notice of cancellation to the Obligee, in writing, of its desire to cancel this Bond. If cancellation is for non-payment of premium, then the Company will provide 10 days written notice. Or, the Obligee may give written notice to the Company of its desire to cancel this Bond as of the date specified in its written notice. 4. This bond shall cancel automatically if the Obligee shall learn of any act of dishonesty committed at any time by the Principal and there shall be no coverage for losses arising from dishonest acts occurring after the obligee learns of such act of dishonesty. 5. If this Bond is cancelled, the Company shall have no liability for acts of Theft occurring after the cancellation of this Bond or for any act of Theft not discovered within 60 days following the cancellation effective date. theftbd.doc Page 1 of2 ... , . ..~ 6. This Bond does not cover legal expenses related to any legal action nor does it cover indirect losses such as unrealized income, payment of damages other than direct compensatory damages arising from a covered loss, or any costs, fees, or expenses incurred in establishing the amount of the loss. 7. In the event of the discovery of a loss covered by this Bond, the Obligee shall notify the Company within 30 days, and shall furnish a detailed, sworn proof of loss within 120 days and cooperate with the Company in the investigation and settlement of the claim. 8. No legal action may be brought against the Company until 90 days after the Company has been provided a proof of loss and unless the legal action is brought within two years from the discovery of the loss. 9. If the Company makes a payment under the Bond and there are any recoveries other than from insurance, suretyship, reinsurance or any security or indemnity taken for the Company's benefit, any recoveries, less the cost of obtaining them, made after the settlement of the loss will be distributed as follows: (a) To the Obligee if the loss exceeds the remaining penal sum of this bond; then (b) To the Company until it is fully reimbursed for its payment. 10. The Obligee, upon payment of its loss, must transfer, to the Company, all of its rights of recovery against the Principal and must do everything necessary to secure those rights. 11. The Principal shown in the Schedule is responsible for the payment of all premiums and will be the payee if any return premiums are made. IN WITNESS WHEREOF, the undersigned have set their hands and seals this 3rdday ofM_a_r_c_h ___ ,.:1~~000. AlTEST:·~. By. ~ Title: : John Girard By:~ ~J PRINCIPAL Title: ?A..-rtr-->e v- Hartford Fire Insurance Company theftbd.doc Page 2 of2 •·" HARTFORD FIRE INSURANCE COMPANY Hartford,Connecticut POWER OF ATTORNEY Know all men by these Presents, That HARTFORD FIRE INSURANCE COMPANY, a corporation duly organized under the laws of the State of Connecticut, and having its principal office in the City of Hartford, County of Hartford, Slate of Connecticut. does hereby make, constitute and appoint DOUGLAS E. BARNETTE, MIKE BATTENFIELD, BEVERLY K. BOHNERT, JOEL CANNON, TERESA L. CLARK, SHAYNE DALY, M FORD, S FULMER, S GAGNE, DEBORAH HART, C HOLMES, DANIELLE HUSSEY, SANDY JONES, DONALD L. LONGSHORE, V MCCORMICK, MARY T. MONICA, SUSAN J. NEWTON, T REINERTSEN, ANIKA RIVERA, MARK H. SEMEL, BRITANY SLABAUGH, SUZAN TURNER, T TRAJICK, V WHEELER, L WILLIAMS, KENDRA WRIGHT OF HARTFORD, CONNECTICUT its true and lawful Altorney(s)-in-Facl, with full power and authority to each of said Attorney(s)-in-Fact, in their separate capacity if more than one is named above, lo sign, execute and acknowledge any and all bonds and undertakings and other writings obligatory in lhe nature thereof on behalf of the Company in its business of guaranteeing the fidelity of persons holding places of public or private trust; guaranteeing the performance of contracts other than insurance policies; guaranteeing the performance of insurance contracts where surety bonds are accepted by states and municipalities; and executing or guaranteeing bonds and undertakings required or permitted in all actions or proceedings or by law allowed, in J.."Jenultir:s tl(lf c:>xceedins the sum~._)( UNLIMITED ----------·------------- and to bind HARTFORD FIRE INSURANCE COMPANY thereby as fully and to the same extent as if such bonds and undertakings and other writings obligatory in the nature thereof were signed by an Executive Officer of HARTFORD FIRE INSURANCE COMPANY and sealed and attested by one other of such Officers, and hereby ratifies and confirms all that its said Attorney(s)-in-Fact may do in pursuance hereof This Power of Attorney is granted under and by authority of the By-Laws of HARTFORD FIRE INSURANCE COMPANY, ("the Company") as amended by the Board of Directors at a meeting duly called and held on July 9, 1997, as follows: ARTICLE IV SECTION 7. The President or any Vice President or Assistant Vice-President, acting with any Secretary or Assistant Secretary shall have power and authonty to s1gn and execute and attach the seal of the Company to bonds and undertakings, recognizances, contracts of indemnity and other writings obligatory in the nature thereof, and such instruments so signed and executed, with or without the common seal, shall be valid and binding upon the Company SECTION 8 .The President or any Vice-President or any Assistant Vice President acting with any Secretary or Assistant Secretary, shall have power and authority to appoint, for purposes only of executing and attesting bonds and undertakings and other writings obligatory in the nature thereof, one or more resident V1ce Presidents, resident Assistant Secretaries and Attorneys-in-Fact and at any time to remove any such resident Vice-President, resident Assistant Secretary, or Attorney-in-Fact, and revoke the power and authority given to h1m. Resolved, that the signatures of such Officers and the seal of the Company may be affixed to any such power of attorney or to any certificate relating thereto by facsimile, and any such power of attorney or certificate bearing such facsimile signatures or facsimile seal shall be valid and binding upon the Company and any such power so executed and certified by facsimile signatures and facsimile seal shall be valid and binding upon the Company in the future with respect to any bond or undertaking to which it is attached In Witness Whereof, HARTFORD FIRE INSURANCE COMPANY has caused these presents to be s1gned by its Assistant Vice-President, and its corporate seal to be hereto affixed, duly attested by its Secretary, this 17th day of September, 1997. HARTFORD FIRE INSURANCE COMPANY Ct. Paul A. Bergenholtz, Assistant Secretary Robert L. Post, Assistant Vice President STATE OF CONNECTICUT } ss. COUNTY OF HARTFORD On this 17th day of September, A.D. 1997, before me personally came Robert L. Post, to me known, who being by me duly sworn, did depose and say: that he resides in the County of Hartford, State of Connecticut; that he is the Assistant Vice-President of HARTFORD FIRE INSURANCE COMPANY, the corporation described in and which executed the above instrument; that he knows the seal of the said corporation; that the seal affixed to the said instrument is such corporate seal; that it was so affixed by order of the Board of Directors of said corporation and that he signed his name thereto by like order. STATE OF CONNECTICUT} ss. COUNTY OF HARTFORD G~/.~~~ ~ --Notary Public My Commission Expires June 30, 2004 I, the undersigned, Secretary of HARTFORD FIRE INSURANCE COMPANY, a Connecticut Corporation, DO HEREBY CERTIFY that the foregoing and attached POWER OF ATTORNEY remains in full force and has not been revoked; and furthermore, that Article IV, Sections 7 and 8 of the By-Laws of HARTFORD FIRE INSURANCE COMPANY set forth in the Power of Attorney, are now in force. ' Signed and sealed at the City of Hartford. Dated the 13th day of March, 2000 Richard L. Marshall, Jr., Assistant Secretary J. Dennis Lane, Assistant Vice President Form S-3507-9 (HF) Printed in U.S.A. Parking Services 1260 Chorro Street, Suite B, San Luis Obispo, CA 93401 805.781.7230 www.slocity.org AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this hereinafter referred to as City, and FS Collections (FSC), hereinafter referred to as Contractor. W IT N E S S E T H: WHEREAS, on July 15, 2014, City requested proposals to furnish parking meter coin collection services per Specification No. 91291; and WHEREAS, pursuant to said request, the Contractor submitted a proposal which was accepted by City for said parking meter coin collection services. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1.TERM. The term of this Agreement shall be from September 1, 2014 to June 30, 2018. If service is satisfactory, the City may extend the term until June 30, 2020 by written notification to the Contractor. 2. INCORPORATION BY REFERENCE. City Specification No. 91291 and Contractor's proposal dated August 4, 2014, are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing parking meter coin collection services as specified in this Agreement, City will pay and Contractor shall receive therefor payments based upon the actual collections received by City at the unit price proposed by the Contractor and accepted by the City. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to everything required by this Agreement and the said specification. 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Finance Department City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Contractor FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. City of San Luis Obispo, Title, Subtitle IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO, A Municipal Corporation By: City Manager APPROVED AS TO FORM: CONTRACTOR City Attorney By: Attest: City Clerk 1 From:Brett Cross < Sent:Wednesday, July 24, 2024 11:52 PM To:Fuchs, Alex Subject:FS Collections Bid Submittal. Attachments:Parking Meter Coin Collections Services City of San Luis Obispo cover letter.docx; Parking_Meter_and_Parking_Payment_Center_Coin_Collections_Services.docx; Packet_for_Bid_ 2209-001.pdf; Scan_0019 (1).pdf; Scan_0021.pdf This message is from an External Source. Use caution when deciding to open attachments, click links, or respond. This is what I think I have. Brett Solicitation 2209-001 Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S Bid Designation: Public City of San Luis Obispo Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 1 Bid 2209-001 Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S Bid Number    2209-001  Bid Title    Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S    Bid Start Date  Sep 13, 2022 9:59:11 AM PDT Bid End Date  Oct 13, 2022 3:00:00 PM PDT Question & Answer End Date  Oct 6, 2022 5:00:00 PM PDT   Bid Contact    Daniel Clancy    dclancy@slocity.org    Contract Duration  5 years Contract Renewal  Not Applicable   Prices Good for  30 days   Bid Comments Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Item Response Form   Item    2209-001-01-01 - Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S Quantity  1 each Unit Price   Delivery Location         City of San Luis Obispo     919 Palm   919 Palm Street   San Luis Obispo CA  93401   Qty 1 Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 2   Expected Expenditure  $1.00 Description Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services. The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app-web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 3 The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities. Telecommunications Device for the Deaf (805) 781-7410. Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 4 TABLE OF CONTENTS A. Scope of Work .......................................................................................................................................... 1 B. Budget………………………………………………………………………………………………………………………………………………..4 C. General Terms and Conditions…………………………………………………………………………………………………………….4 D. Special Terms……………………………………………………………………………………………………………………………………..6 E. Proposal Content………………………………………………………………………………………………………………………………..8 F. Insurance………………………………………………………………………………………………………………………………………….12 G. Proposal Submittal Form………………………………………………………………………………………………………………….14 Exhibit A - Form of Agreement Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 5 1 A. SCOPE OF WORK The City is requesting proposals for parking meter collection services located on streets and in parking lots. 1. Collection Procedure. In performing this work, the collection contractor shall adhere to the following procedure: a. Meter and payment center collections begin at the Parking Services Office located at 1260 Chorro Street, Suite B, San Luis Obispo. b. Contractor will pick up the keys required to open the meters and payment centers to be collected that day. c. Contract will sign for receipt of the keys picked up. d. Contractor will pick up the appropriate cart and collection canister required for the street zone(s) and/or parking lot(s) to be collected. (The collection canisters may be different; some zones/lots may have sealed or open coin cans.) e. Contractor will begin the walking route for the appropriate street zone or parking lot to be collected. f. For each parking meter or payment center to be collected, Contractor will adhere to the following procedure: 1) Unlock and open the coin can compartment or vault. 2) Remove the coin can and empty it into the collection canister. 3) Replace the coin can in its compartment or vault. 4) Lock the coin can compartment or vault. 5) If observable meter or payment center repairs are required, record them on a parking meter repair form. 6) Note any vandalism or theft on a parking meter repair form. g. Contractor will return to the Parking Services Office when the zone and/or lot collection is completed. h. Contractor will remove the collection canister from the collection cart in the presence of a City employee. i. Contractor will record the date, time, location, initials and the number of bags to be filled on a collection slip. Contractor will attach the collection slip to the collection canister and move the canister to the designated storage area in the presence of a City employee. j. Go back to Step d. if continuing collections. k. When all scheduled meter collections have been completed for the day, Contractor will unlock all collection canisters in the presence of a City employee. l. Contractor will remove the collection bags from inside the collection canisters and place the coin into sealable coin bags labeled with the appropriate zone and/or lot number. This procedure is done in the weighing/collection room with a City employee monitoring and sealing the coin bags. Contractor will place an empty collection bag into each collection canister and lock the canister in the presence of the City employee. m. The City employee shall complete a receipt of uncounted sealed coin bags on a form furnished by Garda. n. Contractor shall place all sealed coin bags inside the City’s safe in the presence of the City employee. o. Contractor shall return the keys required for the meters and payment centers collected that day. p. A City employee shall sign for receipt of the returned keys in a logbook maintained by the City. q. Contractor will turn in meter repair forms to the meter repair shop. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 6 2 2. Collection Schedule. Parking meters and payment centers to be collected are organized into street zones and parking lots, which are shown on the map at the end of this section. The Contractor shall perform the specified work according to the following schedule. The City may change this schedule at any time but shall give the Contractor at least seven calendar days’ notice of the change. The Contractor shall not deviate from this schedule without prior written permission from the City. The Contractor sha ll not perform the specified work on any holiday observed by the City without prior written permission from the City. Note: The number of collections is only an estimate and is subject to change. Mondays Tuesdays Wednesdays Thursdays Fridays Zone D Upper Zone A Zone B Zone C Zone D Lower Zone G Zone E Zone G Zone D Upper Zone G Zone B Zone H Zone F Zone Part B Lot 2 Zone D Lower Lot 9 Zone Part H Lot 4 Lot 14 Lot 3 Lot 2 Lot 10 Lot 11 Lot 15 Lot 4 Lot 3 Lot 10 Lot 11 (±439 Collections) (±499 Collections) (±469 Collections) (±433 Collections) (±450 Collections) Donation Meters (7±) ** **Donation Meters. In an effort to redirect money given to panhandlers, these recycled parking meters encourage Downtown patrons to give to local programs that are working to improve conditions for those in need. United Way of San Luis Obispo County is the fiscal agent for downtown donatio n meters in partnership with the City of San Luis Obispo and the San Luis Obispo Downtown Association. These 7 donation meters may be collected by Contractor while servicing the City meters without an additional cost or Contractor will submit a separate invoice to the United Way San Luis Obispo for their time based on the same fee schedule as that used in setting the fees for the other meter collections. The money collected will be bagged separately from the City’s collections and picked up by the United Way of San Luis Obispo. 3. Collection Hours. The Contractor shall perform the specified work only on weekdays (Monday through Friday). Suggested start time for collection is 8:00 a.m. and will continue until the collections scheduled for that day are completed. Collections must be completed for the assigned day and the coin bagged no later than 4:00 p.m. The collection/bagging room is not available between the hours of noon – 1:30 p.m. for bagging of coin. Coin bagging is subject to the availability of staff. Due to various meetings and or special events, the collection and/or bagging of coin may have to be postponed and/or rescheduled. Contractor will be given advance notice whenever possible of any schedule changes. Contractor may have additional zones/lots to collect in addition to the regularly scheduled collections due to office closures and other circumstances. These additional collections must be made and bagged no later than 4:00 p.m. the same day as collected. No changes to the regular collection hours will be made by the Contractor without prior written permission from the City. 4. Collection Equipment. The City shall furnish two collection carts, eight lockable collection canisters, and one coin bag holder. The Contractor shall be responsible for any periodic maintenance required on this equipment and for any routine repair to the equipment that costs less than one hundred dollars ($100). Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 7 3 City will maintain tires, tubes and canning mechanisms. The City shall provide locks and keys fo r the collection canisters. 5. Qualifications of Collection Workers. Contractor will provide a list of collection workers for approval by the City on the proposal form. Contractor will inform the City of any changes in collection workers prior to their start of work. Collection workers shall be competent and qualified to perform the specified work. Collection workers will have worked in a cash handling environment. No collection worker shall perform any of the specified work without (a) passing a background security check conducted by the City; (b) a credit check conducted by the City; and (c) receiving written permission from the City to perform the specified work. Each collection worker shall be able to comfortably lift a collection canister weighing up to 140 pounds. A cash bond of ten thousand dollars ($10,000) will be required for the contract. All collection workers shall meet all of the contract qualifications and requirements. 6. Conduct of Collection Workers. Collection workers shall perform the specified work in an orderly manner and shall avoid even the appearance of impropriety in any form. If the City representative advises the Contractor that a collection worker is incompetent, unqualified, or disorderly, the Contractor shall remove that collection worker from the specified work for the duration of the agreement. While performing the specified work, a collection worker shall not bring to the work locations any pets, any children, or any persons not employed under the agreement. Contractor and collection workers are not authorized to discuss confidential information that is learned in the course and scope of the performance of this contract with private third parties or the press without prior written authorization of the City. 7. Uniforms for Collection Workers. While performing the specified work collection workers shall wear simple but distinctive uniforms which have been approved in advance by the City and which shall clearly identify the collection workers as representatives of the City. Uniforms shall be neat, clean and kept in good appearance at all times. The City shall furnish official City of San Luis Obispo uniform patches that must be affixed to the uniforms. The Contractor shall furnish all required uniforms, footwear, headgear, jackets, or inclement weather gear. 8. Providing for Vacations, Illnesses, or Other Absences of Collection Workers. The Contractor shall maintain a staff of at least two (2) fully qualified collection workers in order to continue performing the specified work when a collection worker takes time off for vacation, illness, or other absence. The Contractor shall list at least two proposed collection workers on the proposal form. 9. Responsibility for Loss or Damage of City Property. The Contractor shall be responsible for City property while it is in the Contractor’s custody. The Contractor shall replace or repair City property, including specifically coin revenue and collection equipment, lost or damaged as a result of the Contractor’s actions or negligence. The Contractor shall not be responsible for loss or damage caused by theft and vandalism by third parties, unless the theft or damage results from the Contractor’s negligence. In the event the Contractor fails to perform the required collections on any scheduled day, the Contractor shall be liable for all lost revenue because of their negligence. This amount shall not exceed the average daily amount collected on that scheduled day. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 8 4 B. GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall meet all the terms, and conditions of the Request for Proposals (RFP) project package. By virtue of its proposal submittal, the bidder acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be submitted electronically via BidSync. However, if you can’t submit electronic please send your bid copy in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To guard against premature opening, the proposal should be clearly labeled with the proposal title, project number, name of bidder, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the bidder’s insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder’s intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the bidder unopened. No proposal received after the time specified or at any place other than that stated in the “Notice Inviting Bids/Requesting Proposals” will be considered. All proposals will be opened and declared publicly. Bidders or their represent atives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested as the primary submitter in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub - proposal to a bidder submitting a proposal, or who has quoted prices on materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting proposals. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 9 5 7. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged but will be permitted. However, any such oral communication shall not be binding on the City. CONTRACT AWARD AND EXECUTION 8. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the “special terms and conditions” in Section C of these specifications for proposal evaluation and contract award criteria. 9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of bidders. Bidders will provide, in a timely manner, all information that the City deems necessary to make such a decision. 10. Contract Requirement. The bidder to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award. The contract shall be made in the form adopted by the City and incorporated in these specifications. CONTRACT PERFORMANCE 11. The City’s contract terms and conditions that [Contractor/Consultant] will be expected to execute and be bound by are attached hereto as Exhibit A Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 10 6 D. SPECIAL TERMS AND CONDITIONS 1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms and Conditions) of these specifications, the contract will be awarded to the lowest responsible, responsive proposer. Phase 1 – Proposal Review The review committee will review the general proposal forms submitted (Information about the Proposing Firm, References, Statement of Past Contract Disqualifications, and Insurance Certificate). Three to five proposing firms will be selected for follow-up interviews based on a) quality, clarity and responsiveness of the proposal b) competence and qualifications necessary for successfully performing the work and c) recent experience in successfully performing similar services. Phase 2 – Interviews and Contractor Selection Selected firms will be interviewed by the review committee. The purposes of this interview will be to a) evaluate communication and interpersonal skills and b) clarify and resolve any questions and issues about the proposal. Based on results of the interviews, the review committee will rank the proposing firms. Phase 3 – Evaluation of Price and Award of Contract After selecting the top-ranked firms, the review committee will open all the submitted price proposals from the selected firms. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 2. Sales Tax Reimbursement. For sales occurring within the City of San Luis Obispo, the City receives sales tax revenues. Therefore, for bids from retail firms located in the City at the time of proposal closing for which sales tax is allocated to the City, 1% of the taxable amount of the bid will be deducted from the proposal by the City in calculating and determining the lowest responsible, responsive proposer. 3. Labor Actions. In the event that the successful proposer is experiencing a labor action at the time of contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves the right to declare said proposer is no longer the lowest responsible, responsive proposer and to accept the next acceptable low proposal from a proposer that is not experiencing a labor action, and to declare it to be the lowest responsible, responsive proposer. 4. Failure to Accept Contract. The following will occur if the proposer to whom the award is made (Contractor) fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a proposer’s bond or security is required; and an award may be made to the next lowest responsible, responsive proposer who shall fulfill every stipulation as if it were the Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 11 7 party to whom the first award was made. 5.Contract Term. The services identified in this specification will be used by the City for five (5) years. The prices quoted for these items must be valid for the entire period indicated above unless otherwise conditioned by the proposer in its proposal. 6.Compensation Adjustment. Original contract prices shall remain in effect through June 30, 2024. Beginning on July 1, 2024, contract prices shall be increased by a percentage equal to the percentage increase in the U.S. Consumer Price Index/All Urban Consumers (CPI-U) from March in the previous year to March in the year of adjustment. 7.Supplemental Purchases Supplemental Purchases. Supplemental purchases may be made from the successful proposer during the contract term in addition to the items listed in the Detail Proposal Submittal Form. For these supplemental purchases, the proposer shall not offer prices to the City in excess of the amounts offered to other similar customers for the same item. If the proposer is willing to offer the City a standard discount on all supplemental purchases from its generally prevailing or published price structure during the contract term, this offer and the amount of discount on a percentage basis should be provided with the proposal submittal. 8.Contractor Invoices The Contractor may deliver either a monthly invoice to the City with the name of the contract and associated purchase order number with itemized detail by work category. Invoices should be received within 15 days of the completion of the invoiced work period. 9.Non-Exclusive Contract. The City reserves the right to purchase the items listed in the Detail Proposal Submittal Form, as well as any supplemental items, from other vendors during the contract term. 10.Unrestrictive Brand Names. Any manufacturer’s names, trade names, brand names or catalog numbers used in the specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Proposals will be considered for any brand that meets or exceeds the quality of the specifications given for any item. In the event an alternate brand name is proposed, supplemental documentation shall be provided demonstrating that the alternate brand name meets or exceeds the requirements specified herein. The burden of proof as to the suitability of any proposed alternatives is upon the proposer, and the City shall be the sole judge in making this determination. 11.Delivery. Prices quoted for all supplies or equipment to be provided under the terms and conditions of this RFP package shall include delivery charges, to be delivered F.O.B. San Luis Obispo by the successful proposer and received by the City within 90 days after authorization to proceed by the City. 12.Change in Work. The City reserves the right to change quantities of any item after contract award. If the total quantity of any changed item varies by 25% or less, there shall be no change in the agreed upon unit price for that item. Unit pricing for any quantity changes per item in excess of 25% shall be subject to negotiation with the Contractor. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 12 8 13.Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 14.Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 13 9 C.PROPOSAL CONTENT 1.Proposal Content. Your proposal must include the following information: Submittal Forms a.Proposal submittal summary. b.Certificate of insurance. c.References from at least three firms for whom you have provided similar services. Qualifications d.Experience of your firm and those of sub-consultants in performing work and projects relevant to the Scope of Services outlined and described in the request. e.Resumes of the individuals who would be assigned to this project, including any sub -consultants, with their corollary experience highlighted and specific roles in this project clearly described. f.Standard hourly billing rates for the assigned staff, including any sub-consultants. g.Statement and explanation of any instances where your firm or sub-consultant has been removed from a project or disqualified from proposing on a project. Work Program h.Detailed description of your approach to completing the work. i.Detailed schedule by task and sub-task for completing the work. j.Estimated hours for your staff in performing each phase and task of the work, including sub- consultants, so we can clearly see who will be doing what work, and how much time it will take. k.Detailed budget by task and sub-task for completing the work. l.Services or data to be provided by the City. m.Services and deliverables provided by the Consultant(s). n.Any other information that would assist us in making this contract award decision. o.Description of assumptions critical to development of the response which may impact cost or scope. Requested Changes to Terms and Conditions p.The City desires to begin work soon after selecting the preferred Consultant Team and expects the Consultant to execute the City’s contract and all of the terms therein, as set forth in Exhibit A. To expedite the contracting process, each submittal shall include requested redlined changes to terms and conditions, if necessary. Please be advised that Consultant’s requested changes to the City’s terms and conditions will be considered by City staff when scoring and determining the competency and responsibility of the bidder. Proposal Length q.Proposal length should only be as long as required to be responsive to the RFP, including attachments and supplemental materials. 2.Proposal Evaluation and Selection. Proposals will be evaluated by a review committee and evaluated on the following criteria: a.Understanding of the work required by the City. b.Quality, clarity and responsiveness of the proposal. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 14 10 c.Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. d.Recent team experience in successfully performing similar services. e.Creativity of the proposed approach in completing the work. f.Value g.Writing skills. h.References. i.Background and experience of the specific individuals managing and assigned to this project. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 3.Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a.Issue RFP b.Receive proposals c.Complete proposal evaluations d.Conduct finalist interviews and finalize recommendation e.Execute contract f.Start work 9/13/2022 10/13/2022 by 10/21/2022 10/24-28/2022 By 11/4/2022 By 11/4/2022 4.Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City and shall be delivered to the City upon demand. 5.Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the property of the City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 6.Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 7.Required Deliverable Products. The Contractor will be required to provide: a.One electronic submission - digital-ready original .pdf of all final documents. If you wish to file a paper copy, please submit in sealed envelope to the address provided in the RFP. b.Corresponding computer files compatible with the following programs whenever possible unless otherwise directed by the project manager: Word Processing: MS Word Spreadsheets: MS Excel Desktop Publishing: InDesign Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 15 11 Virtual Models: Sketch Up Digital Maps: Geodatabase shape files in State Plan Coordinate System as specified by City GIS staff c.City staff will review any documents or materials provided by the Contractor and, where necessary, the Contractor will be required to respond to staff comments and make such changes as deemed appropriate. ALTERNATIVE PROPOSALS 8.Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternative and discuss under what circumstances the City would prefer one alternative to the other(s). 9.Attendance at Meetings and Hearings. As part of the workscope and included in the contract price is attendance by the Contractor at meetings to present and discuss its findings and recommendations. Contractor shall attend as many "working" meetings with staff as necessary in performing work-scope tasks. 10.Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. Bidders are cautioned to undertake an independent analysis of any test results in the specifications, as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the bidder and all subcontractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the plans and specifications that could easily have been ascertained by examining either the project site or accurate test data in the City's possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of bidder to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the bidder. An ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful bidder to achieve the project’s objective or standard beyond the amounts provided there for in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 16 13 F. INSURANCE REQUIREMENTS Insurance Requirements – Standard Professional Services The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit of $2,000,000. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 17 13 3.The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4.Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 18 14 G: PROPOSAL SUBMITTAL FORM The undersigned declares that she or he has carefully examined [__________] which is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing firm; and agrees to perform the specified work for the following cost quoted in full: BID ITEM: Total Base Price Sales tax [] Other TOTAL $ Delivery of equipment to the City to be within _______ calendar days after contract execution and written authorization to proceed. q Certificate of insurance attached; insurance company’s A.M. Best rating: __________________. Firm Name and Address Contact Phone Signature of Authorized Representative Date Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 19 15 REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: . Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 20 16 Reference No. 3 Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 21 17 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. ◼Do you have any disqualification as described in the above paragraph to declare? Yes q No q ◼If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Proposer Representative Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 22 18 EXHIBIT A : FORM OF AGREEMENT CITY OF SAN LUIS OBISPO AGREEMENT FOR PURCHASES OF GOODS AND SERVICES This Agreement is made and entered into in the City of San Luis Obispo on _____________[day, date, year] by and between the City of San Luis Obispo, a municipal corporation, hereinafter referred to as City, and [Contractor’s Name], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City requested proposals for [______________], per Project No. [xxxx] (the “Project”); and WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for the Project; WHEREAS, [_________] NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1.TERM. The term of this Agreement shall be from the date this Agreement is made and entered, for five (5) years. 2.INCORPORATION BY REFERENCE. [Title of City’s RFP/RFQ/IFB] and Contractor's proposal dated [date] is hereby incorporated in and made a part of this Agreement and attached as Exhibit A. To the extent that there are any conflicts between the Contractor’s fees and scope of work and the City’s terms and conditions, the City’s terms and conditions shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3.CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay, and Contractor shall receive therefore compensation [_______]. 4.CONTRACTOR/CONSULTANT’S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specifications. 5.AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager. 6.COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 23 19 herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Name Dept. Address Consultant Name Title Address Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that everyone executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: By:_____________________________________ City Manager APPROVED AS TO FORM: CONSULTANT: ________________________________ By: _____________________________________ City Attorney Name of CAO / President Its: CAO / President Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 24 20 EXHIBIT A [CONTRACTOR’S PROPOSAL] Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 25 21 EXHIBIT B GENERAL TERMS AND CONDITIONS 1. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business license & tax certificate before execution of the contract. Additional information regarding the City’s business tax program may be obtained by calling (805) 781-7134. 2. Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with all federal, state, county, city, and special district laws, ordinances, and regulations. 3. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 5. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 6. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 7. Public and Employee Safety. Whenever the Contractor’s operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 8. Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Contractor’s operations, it shall be replaced or restored at the Contractor’s expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. The Contractor warrants on behalf of itself and all Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 26 22 subcontractors engaged for the performance of this work that only persons authorized to work in the United State pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 10. Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 11. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City’s sole option, be extended for such periods as may be agreed upon by the City and the Contractor. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 12. Payment Terms. The City’s payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor (Net 30). 13. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done, and all materials furnished, if any, shall be subject to the City’s inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 15. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. (a) Non-design, non-construction Professional Services: To the fullest extent permitted by Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 27 23 law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, including the City’s active or passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (b) Non-design, construction Professional Services: To the extent the Scope of Services involve a “construction contract” as that phrase is used in Civil Code Section 2783, this paragraph shall apply in place of paragraph A. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, except for such loss or damage arising from the active negligence, sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (c) Design Professional Services: In the event Consultant is a “design professional”, and the Scope of Services require Consultant to provide “design professional services” as those phrases are used in Civil Code Section 2782.8, this paragraph shall apply in place of paragraphs A or B. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8) Consultant shall indemnify, defend and hold harmless the City and its elected officials, officers, employees, volunteers and agents (“City Indemnitees”), from and against all claims, damages, injuries, losses, and expenses including costs, attorney fees, expert consultant and expert witness fees arising out of, pertaining to or relating to, the negligence, recklessness or willful misconduct of Consultant, except to the extent caused by the sole negligence, active negligence or willful misconduct of the City. Negligence, recklessness or willful misconduct of any subcontractor employed by Consultant shall be conclusively deemed to be the negligence, recklessness or willful misconduct of Consultant unless adequately corrected by Consultant. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. In no event shall the cost to defend charged to Consultant Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 28 24 under this paragraph exceed Consultant’s proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more defendants is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, Consultant shall meet and confer with other parties regarding unpaid defense costs. (d) The review, acceptance or approval of the Consultant’s work or work product by any indemnified party shall not affect, relieve or reduce the Consultant’s indemnification or defense obligations. This Section survives completion of the services or the termination of this contract. The provisions of this Section are not limited by and do not affect the provisions of this contract relating to insurance. 17. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 18. Termination for Convenience. The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom products, the less of a reasonable price for the raw materials, components work in progress and any finished units on hand or the price per unit reflected on this Agreement. For termination of any services pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services rendered prior to termination, or the price for the services reflected on this Agreement. Upon termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the City’s directions as to work in progress and finished goods. 19. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor’s surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the terminations thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City’s Notice of Termination, minus any offset from such payment representing the City’s damages from such breach. “Reasonable value” includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 29 -25- the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Contractor shall be based solely on the City’s assessment of the value of the work-in- progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City’s sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 30 Question and Answers for Bid #2209-001 - Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S   Overall Bid Questions There are no questions associated with this bid.     Question Deadline: Oct 6, 2022 5:00:00 PM PDT Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 31 Parking Meter Coin Collections Services City of San Luis Obispo Bid ID: 2209-001 FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 On behalf of John Girard and myself as partners in FS Collections we appreciate the opportunity to again submit a bid to the City of San Luis Obispo for the Parking Meter Coin Collection contract. Both John and I have provided parking meter coin collection services for the city for about the past 25 years. A lot has changed over those years. Lot 6 which was the Court St. lot was developed as a major retail project as were Lots 11 and 13. Lot 2 is now a hotel. I think the City may have still be using the old “wind up” meters. With the new pay stations and license plate reader vehicles plus the proposed new IPS M5 meters the city has come a long way from the days of the wind up meters. As the city has adapted so have our collection schedules, routes and frequencies. With the addition of the pay stations routes B and G were eliminated and combined with existing routes. The change in rates and hours of enforcement has changed the need for additional collections in some areas that were collected once a week to twice per week to avoid meters jamming do to filling up. It will be interesting to see what changes to collection frequencies may be necessary with the next rate increase. It’s important to have a contractor in place that can recognize necessary changes and the flexibility to do so. Before I get too far along with discussing the specific bid proposal, especially the schedule and frequency, John and I want to share more of our commitment not only to providing a high level of service to city’s parking department but a high level of service to the community Both John and I are lifelong residents of San Luis Obispo. John grew up on Verde Dr and had a home on Benton Way in San Luis Obispo. He now lives out on Tiffany Ranch Rd. I grew up in the Laguna Lake neighborhood where I still live. We are both proud and lucky to make San Luis Obispo our home and I believe that is reflected in our role as ambassadors for the City when we are out in public collecting the meters or the pay stations. We do our best to provide tourists and residents alike with parking information, directions to points of interest (the Mission and Gum Alley are pretty high on the list), where’s the best place for breakfast, and “how do you do the pay station”. John and I are also concerned about our downtown and we both are in the habit of picking up litter and reporting any graffiti on the meters along with other issues that need attention while we are out collecting meters or pay stations. A little discussion about the pay stations and why I’m guessing you may be wonder why is it more to collect those and do they really need to be collected twice a week. The simple answer is they take a lot longer and have ‘issues” that really necessitates them being collected twice a week. Plus I should mention that users quite frequently need help using the machines. I like to say we’ve become like concierge service too. It can take some time to help the public enter their license plate and help them get their credit card read. The Pay Stations are “clunky” and they are spread out all over the downtown and basically they take a long time to collect. The average time to consider for each collection is 5 minutes per station. It doesn’t always take that long but with 3 locks and coins jamming in the chute that leads to the coin box along with coins that somehow spill outside the coin box it can take a long time to collect each one if you have to unjam the Pay Station or scoop out the coins that are piled up inside. And it’s those jams in the coin chute leading to the coin box and the tendency for the coins to spill out into the bottom of the pay station that makes it important to get to them twice per week. If you reduce the frequency you’ll invariably see many stations that are not accepting coins because they are jammed. That will create additional maintenance call outs along with a frustrated public. The meter collection schedule and frequency is currently what is being done. It’s the minimum necessary to keep the meters from filling up and becoming jammed and inoperable. The increase in hours of payment from 9AM-6PM to 9AM-9PM really changed the pattern of meter usage. Some 10 hour meters near the core which would have only been collected once a week now have to be done twice a week or will fill up. That’s why in the proposal you’ll see references “High Use”. Some of those are 10 hour meters which are collected twice now. It will be interesting to see what if any changes need to be made with the new IPS M5 meters which take credit cards along with a substantial rate increase in 2023. John and I look forward to a continued relationship with the City’s Parking Department as the Parking Meter and Pay Station Collections contractor. Sincerely, Brett Cross Partner FS Collections ‘ Parking Meter and Parking Payment Center Coin Collections Services FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 Proposed Collection Schedule Mondays Tuesday’s Wednesday’s Thursday’s Pay Stations 55 Zone E 52 Zone C 151 Pay Stations 55 Zone H Meters 58 Zone F 115 Zone A 52 Zone H Meters 58 Zone E (High Use) 101 Lot 9 19 Zone E (High Use) 55 Lot 4 10 Lot 14 44 Zone F (High Use) 61 Zone F (High Use) 92 Lot 15 6 Lot 4 4 Total Pay Stations Total Pay Stations 55 55 Total Meters Total Meters Total Meters Total Meters 261 236 203 178 Weekly Totals Pay Stations 110 On Street Meters 878 1 From:King, Donna Sent:Tuesday, August 13, 2024 3:57 PM To:Clancy, Daniel; Holt, Timothy Cc:Rice, Jennifer Subject:FSC Collections Contracts Attachments:Coin Collection Services Signed Agreement 10222014.pdf; FSC Contract and Amendment 1.pdf; FSC Collections month to month letter.pdf; Amendment No. 3 to Agreement - Signed Copy.pdf Hello, I am again on the hunt for final signed contracts and amendments. This time I am searching for all contracts and amendments and attachments for FSC Collections. I found the attached, but not a signed copy of amendment 2. I am also missing any proposed pricing or scope of work. The proposed pricing is referenced in Item 3 of the original contract, but I don’t see the proposed pricing anywhere. I appreciate any help you can give me. Donna King Parking Program Manager Public Works 1260 Chorro, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-notifications I I City 0~ SMlllliS OBISpo June 27, 2011 Mr. Brett Cross PARKING SERVICES • 1260 Chorro Street, Suite B • San Luis Obispo, CA 93401 (805) 781-7230 • FAX (805) 781-7267 FSC Collections 1217 Mariners Cove San Luis Obispo, CA 93401 Re: 90-Day Contract Extension Specification No. 90530 Parking Meter Coin Collection Services Dear Brett, As you are aware, your agreement with the City of San Luis Obispo will expire on June 30, 2011. This letter is intended to formalize in writing that you will continue to perform services as outlined in your current agreement on a month-to-month basis through September 30, 2011 or until such time as a new contract has been awarded for these services. Should you have any questions, please contact our office at 805-781-7230. Regards, Madelyn Paasch Supervising Administrative Assistant [[l The City of San Luis Obispo is committed to include the disabled in all of its services, programs and activities. II).. IQJ Telecommunications Device for the Deaf (805) 781-7410 ~ AMENDMENT TO AGREEMENT AMENDMENT NO.1 AGREEMENT TO FURNISH PARKING METER COIN COLLECTION SERVICES SPECIFICATION NO. 90530 THIS AMENDMENT TO AGREEMENT is made and entered into in the City of San Luis Obispo on this / c;--~"'day of S ~ , by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and FSC Collections, hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on October 3, 2005, the City entered into an Agreement with Contractor for parking meter coin collection services; and WHEREAS, the City and Contractor desire to amend the Agreement to extend its term beyond June 30, 2009; and NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. The tem1 of this Agreement shall be extended two years commencing .T uly 1, 2009 and shall end on June 30, 2011. 2. The conditions of this Agreement may be amended by written notification by City to the Contractor. 3. All other terms and conditions of the Agreement remain in full force and effect. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO, A Municipal Corporation City Administrative Officer APPROVED AS TO FORM: CONTRACTOR r;;;:r~y~ C Att ey Brett Cross dba FSC Collections AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on this y-tn day of Cd-tbtJ . ZOOS , by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, • hereinafter referred to as City, and FSC Collections, hereinafter referred to as Contractor. WI TN E S S E T H: WHEREAS, on August 20, 2005, City requested proposals to furnish parking meter coin collection services per Specification No. 90530; and WHEREAS, pursuant to said request, the Contractor submitted a proposal which was accepted by City for said parking meter coin collection services. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: I. TERM. The term of this Agreement shall be from October 3, 2005 to June 30, 2009. If service is satisfactory, the City may extend the term until June 30, 2011 by written notification to the Contractor. 2. INCORPORATION BY REFERENCE. City Specification No. 90530 and Contractor's proposal dated August 31,2005, are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing parking meter coin collection services as specified in this Agreement, City will pay and Contractor shall receive therefore payments based upon the actual collections received by City at the unit price proposed by the Contractor and accepted by the City. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration ofthe payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to everything required by this Agreement and the said specification. 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Administrative Officer of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Contractor Finance Department City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 9340 1 FSC Collections 1217 Mariners Cover San Luis Obispo, CA 93405 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute . Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO, A Municipal Corporation By: Lutu~ /04'-40 ~ City Administrat e Officer APPROVED AS TO FORM: CONTRACTOR ~~-c-~ Cit ttorney By: 1 From:King, Donna Sent:Wednesday, August 21, 2024 10:01 AM To:Clancy, Daniel; Holt, Timothy Cc:Rice, Jennifer Subject:RE: FSC Collections Contracts Attachments:14-8-4 FS Collections RFP Submittal.pdf Hi Daniel, Good news. I was able to find the original RFP folder (hard copy) in our file drawers. I scanned the FS Collections proposal that is referenced in the contract. I have attached it for your records. I still haven’t found a signed copy of amendment 2, but I feel like we will survive without that one. Donna King, CAPP Parking Program Manager Public Works 1260 Chorro, Ste B, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-notifications From: Clancy, Daniel <dclancy@slocity.org> Sent: Tuesday, August 13, 2024 4:53 PM To: King, Donna <DKing@slocity.org>; Holt, Timothy <tholt@slocity.org> Cc: Rice, Jennifer <jrice@slocity.org> Subject: RE: FSC Collections Contracts Hi Donna, I’ll look; contracts pre-2017 are very challenging to find; pre-dates me, we didn’t use DocuSign; or have Oracle POs. From: King, Donna <DKing@slocity.org> Sent: Tuesday, August 13, 2024 3:57 PM To: Clancy, Daniel <dclancy@slocity.org>; Holt, Timothy <tholt@slocity.org> Cc: Rice, Jennifer <jrice@slocity.org> Subject: FSC Collections Contracts Hello, I am again on the hunt for final signed contracts and amendments. This time I am searching for all contracts and amendments and attachments for FSC Collections. I found the attached, but not a signed copy of amendment 2. I am also missing any proposed pricing or scope of work. The proposed pricing is referenced in Item 3 of the original contract, but I don’t see the proposed pricing anywhere. I appreciate any help you can give me. 2 Donna King Parking Program Manager Public Works 1260 Chorro, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-notifications Parking Meter Coin Collection Services Specification No. 91291 About FS Collections FS Collections has been providing exceptional and highly dependable parking meter coin collections services since 2000. FS Collections is a business partnership between John Girard and Brett Cross. Both are lifelong residents of San Luis Obispo. Their commitment to the community through membership in service organizations, local non profits, and community groups extends to their commitment of provided the highest level ofservice to the City's parking operations. FS Collections was integral in helping to reduce costs to the City during the "Great Recession". We reevaluated the frequency of collections in a number of routes and through modifications reduced collections by nearly 6%o overall in 2011. while still minimizing the number of meters failing do to becoming full. FS Collections was also instrumental in a complete change of routes that reflect the new credit card meters and are now based upon rates. Rate based routing has made budget forecasting simpler and more accurate as parking meter rate changes occur. We expect that the ability to make routing changes will continue into the futures as more credit card meters are installed and rate changes go into effect. We also expect development of City parking lots along with future development may necessitate route changes. FS Collections has a proven track record ofbeing able to initiate those changes. FS Collections has provided the flexibility necessary for the smooth operation of the City's Parking Department when required because of meetings, stafFrng needs, or intermittent offi ce closures. John and I have the physical fitness which is necessary to push a heavy cart, sometimes in difficult weather conditions, and lift the heavy coin canisters which is required of this job. Collecting the City's parking meters is not as easy as we make it look, especially when it's raining or the temperatures reach into the 90's. The canisters are consistently 160 pounds or more. Both John and I recognize that parking operations are probably the one City function that most City and County residents, along with tourists come into contact with on a reguiar basis. Insuring that these groups view the City and the Parking Department positively is a major goal. Whether that is by making sure the meters are clean and functioning properly, providing directions to destinations, where to eat, providing information about parking altematives, or in the event they've received a citation how to resolve their ticket. John and I look forward to meeting with the review committee to provide further detail about our qualifications and business philosophy. INFORMATION ABOUT THE PROPOSING FIRM Specification No. 91291 Parking Meter Coin Collection Services Firm Name Mailing Address City, State, ZIP Phone Number FAX Number Business Type (proprietorship/partnership/corporation) Years Operating under this Firm Name Lrsurance Company's A.M. Best Rating Authorized Representative Title of Authorized Representative Signature of Authorized Representative and Date Names and Social Securtq Numbers of Pattnerc Partner Name Social Security Number Partner Name Social Security Number Employee Name Social Security Number Employee Name Social Security Number San Luis Obispo, CA, 93405 FS Collections 1217 Mariners Cove 805 234-1570 Partnership 14 A+ Brett Cross Partner Brett Cross John Girard 15 PROPOSAL SUBMITTAL FORM The undersigned declares that she or he has carefully examined Specification No. 91291, which is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing firm; and agrees to perform the specified work for the following cost quoted in full: Parking Meter Coin Collection Services Price per Coin Can Collected City of San Luis Obispo 42 cents Optional: Price per Donation Meter Coin Can No charge ha A---* P'qzloe'z 8(?2q l6 REFERENCES Number of years engaged in providing the services included within the scope of thc specifications under the present business name: l4 Describc fully the last three contracts performed by your firm which demonstrate your ability to provide the serviccs included with thc scope ofthe spccifications. Attach additional pages if required. Thc City reserves thc right to contact each of the refercnccs listed for additional information regarding your firm's qualifications. Reference No. I Reference No. 2 Customer Name Contact Individual Telephone & FAX number Street Address Description of sewices provided including confact amount, whcn provided and project outcome Reference No. 3 Customer Name Contact Individual Telephone & FAX number Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Customer Name City of San Luis Obispo Contact lndividual Roberl Horch Telephone & FAX number 805.781-7230 Street Address 1260 Chorro Street Suite B Ciry, State, Zip Code San Luis Obispo, CA. 9301 Description of services provided including contract amount, whcn provided and project outcomc Parking meter collections services 41 .5 cents Current contract provider 17 City, State, Zip Code STATEMENT OF PAST CONTRACT DISQUALIFICATIONS I Do you have any disqualiJicalion as described in the above parugraph to declare? Yes tr No X If Yes, explain the circamslances, Executcd on August 1,2014 at San Luis Obispo under pcnalty ofpe{ury ofthe laws ofthe State of Calilbrnia, that the foregoing is true and correct 72 ----/ /r\,../t- Signature of Authorized Proposer Representative l8 The proposcr shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever becn disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local govemment project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. FSC---1 OP lD: KY DAIE IMT/DD/YYYY) 07l2al14 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ANO CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AIIENO, 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 PROOUCER, AND THE GERTIFICATE HOLOER. IiIIPORTANT: lf the certiticate holder ls an A,DDITIONAL INSURED, the policy(les) must be endorsed. lf SUBROGATION lS WAIVED, subrect to the terrns and conditions of the pollcy, cedain policies may rcqulrc an ehdoBement. A staternent on this certmcate does not contur rights to the certllicate holder in lieu of such endorsement(s). PRODUCER Mor s & Garritano lnsurahce Agency License fl)305584 PO Drawer 1189 San Luis Obispo, CA 93406-1189 Phone: 805-543-6887 CONTACT Fax;805-543-30 I61e, ll=o, Ea):E.I'AL (rc.&): ADORESS: INSURER{S) Af FORDING COV€RAGE T SURER A. Scottldal. ln.u6ne Co. INSURER B: 11297 INSURED INSURER C INSURER O Ll,rllEER E INSt'RER F CERTIFICATE OF LIABILITY INSURANCE ,-!A,CORD COVERAGES CERTIFICATE NUMBER: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 CONOITION 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 REDUCEO BY PAID CLAIMS, EXPTYPE OF INSURAI{CE LIMrIS A GEITERAL LIAAIL|TY X cot'rt,lERcteL GeN eneL LtagtLttv CLAIMS.MADE X OCCUR 12t31t13 12t31t14 EACH OCCURRENCE DAMAGE TO RENTED PREMISES (Ea oc@ren@l MED EXP (Ary one D6Mn) r,000,00 100,00 5,00 r,000,00PERSONAL & ADV INJURY CENERAL AGGRECATE 2,000, 1,000,GEN'L AGGREGATE LIMITAPPLIES PER:PRODUCTS COMP]OPAGG i $POLICY LOC AIJTO OAILE LIAEILTTY IEaa@jdenl) r$ BoDILY INJURY (Pa pe@'Lf BODILY INJURY tPoracodenr) $ALL OWNED AUTOS HIREOAUTOS SCHEDULED AUTOS NON.OWNED AUIOS PROPERTY OAMAGE lSeracddent)s I UIIIBRELLA LIAB OCCUR CLAIMS-MADE EACH OCCURRENCE S EXCESS LIAE AGGREGATE S DED RETENTION S S WORI(ERS COiIPENSATION AI{O EI'PLOYERS' LIAEILITY ANY PROPRIEIOfuPARTNEFI/EXECIJTIVE OFFICER/MEMBER EXCLUDED? DFSCR PTION OF OPERATIONS below WCSTATU. OTH.TORYIIMIIS EL E.L, EACH ACCIDENT $ E-1, OISEASE. EA EI\,IPLOYEE $ E,L, OISEASE POLICY LIMII 3 N DEscRlpTloN oF opERAnoNs / LocAno[s / vEHtcLEs (an ch acoRo 1 01 . Addhr@ar R.m.rki sch€dolG, if mor. 3p.c. i. cquiEd) CERTIFICATE HOLDER CANCELLATION PROOFGL PROOF OF INSURANCE SHOULD ANY OF THE ABOVE DESCRIBEO POLICIES BE CANCELLED AEFORE THE EXPIRATION DATE THEREOF, NOTICE WILL BE OELIVERED IN ACCORDAT{CE wllt"t THE POLTCY PROVtSTOT'lS. A(ITHORIZEO REPRESENTATIVE O 1988-2010 ACORD CORPORATION. All rights reserved The ACORD name and logo are regislered marks of ACORDacoRD 25 (2010/05) Brett A" Cross & John Gi.ard, dba: FSC l217 Mariners Cove San Luis Obispo, CA 93405 $ $ q $ $ I{art ford Fire fnsurance Company Date: February 20, 2014 MORRIS & GARRITANO INS AGENCY INC PO DRAWER 1I8 9 SAN LUIS OBTSPO, CA 93405 FORD Agency Code: tz 165973 OBLIGEE :City of San Luis Obispo 990 Palm SEreets San Luis Obispo, CA 93405 ilr+ Attn: Bond Department lnsured / Principal: Brerts cross Policy / Bond #: ? Account Name/Number: POliCy Tefm: February 2a, 2ot4 - February 28, 20i.5 Type Of POliCy: sureEy - Miscellaneous Billing Term: Annual Billing Type: Direct Bill Transaction Type: Rene$ral Transaction Effective Date: rebruaty 28, 2oL4 Bond Limit: g1o, ooo Agent's Advice of Premium for Fidelity and Surety Bonds COMMENTS : Premium wlll be lncluded in your usual Agency Ac,countlng statement or Dlrect Blll noufication. It you havo 8ny questiona regarding this transaction, please contact your Hartford Bond Conter. 100$%$ Thank you for choosing The Hartford. Premium Commissiono/o Commission Amount **# ENDORSEMEI{T Attashed to and tbrming patt or Bond Number cffective February zB, 2oL2 on behalfof Brerr cros6 Of fzff Marinere Cove, San Luis obispo, C.A 98405 in favor of city of san LuiE obiapo and in the amormt of $ro, ooo dollars, It is understood and agreed that etTectirte February 28, 2oL2 the Bond Numba shall be changed from to ? A1l other conditions and tems rcruain as originally written Signed, Sealed, md Dated February 24tlr, 2012 garC.f,.b'lre rnrJ By ra L. sutton, Attorney-in PaeE The above endorsement is heleby agreed to and uccepted: v Bv 1 From:Brett Cross < Sent:Tuesday, October 1, 2024 7:48 PM To:Parking Information; King, Donna Subject:FS Collection August 2024 Invoice #0824 Attachments:FSC0824.xlsx Flag Status:Completed This message is from an External Source. Use caution when deciding to open attachments, click links, or respond. Donna, Attached is the Parking Meter Collection Invoice for August 2024. Invoice #0824 This is the current collection schedule and number of meters and pay station collections. The new lot 11 isn't included yet. Still trying to figure out the frequency that also takes into account issues with coin back up and coins spilling outside the coin box. I'm guessing it should be done twice a month to make sure the coin payment is working properly. Thanks, Brett Cross Partner FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235=0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0824 Billing Period August 1, 2024 through August 29, 2024 Total Collections Rate Rate 3325.00 less meters 0.56 $1,862.00 Pay Stations 569 $5.50 0 $3,129.50 Collection Dates not collected Amount Due $4,991.50 8/1/2024 PS, H, E(HU), F (HU),4 173 173 8/5/2024 8/6/2024 8/7/2024 8/8/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 8/12/2024 8/13/2024 8/14/2024 6/15/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 8/19/2024 8/20/2024 8/21/2024 8/22/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 8/26/2024 8/27/2024 8/28/2024 8/29/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 1 From:Brett Cross < Sent:Wednesday, October 30, 2024 12:17 PM To:Parking Information; King, Donna Subject:FS Collection September 2024 Invoice #0924 Parking Meter Coin Collections Services Specification No. 90530 Attachments:FSC0924.xlsx Flag Status:Completed This message is from an External Source. Use caution when deciding to open attachments, click links, or respond. Donna, Attached is Invoice #0924 for September 3rd through September 30th,. 2024 Parking Meter Coin Collections Services Specification No. 90530 FS Collections Brett Cross- Partner 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0924 Billing Period September 3, 2024 through September 30, 2024 Total Collections Rate Rate 3314.00 less meters 0.56 $1,855.84 Pay Stations 569 $5.50 0 $3,129.50 Collection Dates not collected Amount Due $4,985.34 9/3/2024 9/4/2024 9/5/2024 9/6/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 9/9/2024 9/10/2024 9/11/2024 9/12/2025 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 9/16/2024 9/17/2024 9/18/2024 9/19/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 9/23/2024 9/24/2024 9/25/2024 9/26/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 9/30/2024 PS, H, E(HU),F,4 162 162 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 1 From:Brett Cross < Sent:Tuesday, December 3, 2024 4:20 PM To:King, Donna Subject:FS Collections Invoice #1024 October 2024 Invoice #1124 November 2024 Attachments:FSC1024.xlsx; FSC1124.xlsx This message is from an External Source. Use caution when deciding to open attachments, click links, or respond. Attached are Invoice #1024 October 2024 and Invoice #1124 November 2024. October includes a reduction in Pay Station collected as they were beginning to be removed. November is the current Pay Station collected. That's also reflected in a change in pay stations to 55 from 61. Lot 11 gets collected every two weeks and goes into Zone C. Sincerely, Brett Cross FS Collections 1217 Mariners Cove San Luis Obispo, CA 805-235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 1024 Billing Period October 1, 2024 through October 31, 2024 Total Collections Rate Rate 3778.00 less meters 0.56 $2,115.68 Pay Stations 574 $5.50 9 $3,107.50 Collection Dates not collected Amount Due $5,223.18 10/1/2024 10/2/2024 10/3/2024 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 258 195 173 626 10/7/2024 10/8/2024 10/9/2024 10/10/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 10/14/2024 10/15/2024 10/16/2024 10/17/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 10/21/2024 10/22/2024 10/23/2024 10/24/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 10/28/2024 10/29/2024 10/30/2024 10/31/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 1124 Billing Period November 4, 2024 through November 30,2024 Total Collections Rate Rate 3152.00 less meters 16 0.56 $1,756.16 Pay Stations 460 $5.50 $2,530.00 Collection Dates not collected Amount Due $4,286.16 11/4/2024 11/5/2024 11/6/2024 11/7/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 11/12/2024 11/13/2024 11/14/2024 11/15/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 11/18/2024 11/19/2024 11/20/2024 11/21/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 11/25/2024 11/26/2024 11/27/2024 11/30/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 0 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 55 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 1 From:Brett Cross < Sent:Tuesday, December 3, 2024 3:45 PM To:King, Donna Subject:Re: FS Collection September 2024 Invoice #0924 Parking Meter Coin Collections Services Specification No. 90530 Attachments:FSC0524.xlsx; FSC0624.xlsx; FSC0724.xlsx; FSC0824.xlsx; FSC0924.xlsx Flag Status:Completed Thank you. There were two invoices I sent to Jenna Hester right before she left. Invoice #0624 and #0725. Those were for June and July of this year. But for some reason I'm not seeing if Invoice #0524 was ever sent for May. I see it in my files but not sent. Here are #0524, #0624, and #0724 I will check my bank statement for $0524 and could you check with finance if they sent out a check for that invoice. I haven't created invoices for October and November. Brett On Tuesday, December 3, 2024 at 12:41:52 PM PST, King, Donna <dking@slocity.org> wrote: Hi Brett, I am working on getting approval from Finance to pay for your monthly invoices. I will get these paid as soon as I can. Just to confirm, I only have invoices for August and September. Do you have any other outstanding invoices that need to be paid? Donna King, CAPP Parking Program Manager Public Works 1260 Chorro, Ste B, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-notifications From: Brett Cross < Sent: Wednesday, October 30, 2024 12:17 PM 2 To: Parking Information <ParkingInfo@slocity.org>; King, Donna <DKing@slocity.org> Subject: FS Collection September 2024 Invoice #0924 Parking Meter Coin Collections Services Specification No. 90530 This message is from an External Source. Use caution when deciding to open attachments, click links, or respond. Donna, Attached is Invoice #0924 for September 3rd through September 30th,. 2024 Parking Meter Coin Collections Services Specification No. 90530 FS Collections Brett Cross- Partner 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0524 Billing Period May 1, 2024 through May 31,2024 Total Collections Construction 3852.00 35 0.56 $2,137.52 Pay Stations 569 $5.50 $3,129.50 Collection Dates Amount Due $5,267.02 5/1/2024 5/2/2024 C,A PS H, E(HU), F (HU),4 203 177 380 5/6/2024 5/7/2024 5/8/2024 5/9/2024 PS, H, E(HU),F(HU),4 E,F,9,15,842 C,A PS H, E(HU), F (HU),4 257 231 203 177 868 5/13/2024 5/14/2024 5/15/2024 5/16/2024 PS, H, E(HU),F(HU),4 E,F,9,15,842 C,A PS H, E(HU), F (HU),4 257 231 203 177 868 5/20/2024 5/21/2024 5/22/2024 5/23/2024 PS, H, E(HU),F(HU),4 E,F,9,15,842 C,A PS H, E(HU), F (HU),4 257 231 203 177 868 5/28/2024 5/29/2024 5/30/2024 5/31/2024 PS, H, E(HU),F(HU),4 E,F,9,15,842 C,A PS H, E(HU), F (HU),4 257 231 203 177 868 collections by Zones Full Lots A 52 C 151 4 10 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 75 Zone E (HU) Thurday 55 F (HU) Monday 88 F Tuesday 110 F (HU) Thursday 57 14 44 H 58 15 6 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0624 Billing Period June 3, 2024 through June 28, 2024 Total Collections 3220.00 less meters 0.56 $1,803.20 Pay Stations 508 $5.50 0 $2,794.00 Collection Dates not collected Amount Due $4,597.20 6/3/2024 6/4/2024 6/5/2024 6/6/2024 PS, H, E(HU),4 E,F,9,15 C,A, 842 PS, H, E(HU), F (HU),4 169 260 203 173 805 6/10/2024 6/11/2024 6/12/2024 6/13/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/17/1900 260 203 173 805 6/17/2024 6/18/2024 6/19/2024 6/20/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 169 260 203 173 805 6/24/2024 6/25/2024 6/26/2024 6/27/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 169 260 203 173 805 0 collections by Zones Full Lots A 52 842 Palm 5 paystation C 151 4 10 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 183 F (HU) Thursday 37 14 44 H 58 15 6 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0724 Billing Period July 1, 2024 through July 31,2024 Total Collections Rate Rate 3852.00 less meters 0.56 $2,157.12 Pay Stations 574 $5.50 0 $3,157.00 Collection Dates not collected Amount Due $5,314.12 7/1/2024 7/2/2024 7/3/2024 7/5/2024 PS, H, E(HU),4 E,F,9,15 C,A, 842 PS, H, E(HU), F (HU),4 169 260 203 173 805 7/8/2024 7/9/2024 7/10/2024 7/11/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/17/1900 260 203 173 805 7/15/2024 7/16/2024 7/17/2024 7/18/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 169 260 203 173 805 7/22/2024 6/23/2024 7/24/2024 7/25/2023 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 169 260 203 173 805 7/29/2024 7/30/2024 7/31/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 169 260 203 632 collections by Zones Full Lots A 52 842 Palm 5 paystation C 151 4 10 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 183 F (HU) Thursday 37 14 44 H 58 15 6 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0824 Billing Period August 1, 2024 through August 29, 2024 Total Collections Rate Rate 3325.00 less meters 0.56 $1,862.00 Pay Stations 569 $5.50 0 $3,129.50 Collection Dates not collected Amount Due $4,991.50 8/1/2024 PS, H, E(HU), F (HU),4 173 173 8/5/2024 8/6/2024 8/7/2024 8/8/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 8/12/2024 8/13/2024 8/14/2024 6/15/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 8/19/2024 8/20/2024 8/21/2024 8/22/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 8/26/2024 8/27/2024 8/28/2024 8/29/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0924 Billing Period September 3, 2024 through September 30, 2024 Total Collections Rate Rate 3314.00 less meters 0.56 $1,855.84 Pay Stations 569 $5.50 0 $3,129.50 Collection Dates not collected Amount Due $4,985.34 9/3/2024 9/4/2024 9/5/2024 9/6/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 9/9/2024 9/10/2024 9/11/2024 9/12/2025 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 9/16/2024 9/17/2024 9/18/2024 9/19/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 9/23/2024 9/24/2024 9/25/2024 9/26/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 9/30/2024 PS, H, E(HU),F,4 162 162 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 1 From:King, Donna Sent:Friday, December 13, 2024 12:24 PM To:PW_AP Cc:Rice, Jennifer Subject:FS Collections Invoices Attachments:FSC0924.pdf; FSC1024.pdf; FSC1124.pdf; FSC0624.pdf; FSC0724.pdf; FSC0824.pdf Importance:High Hello, Attached are all FS Collections invoices to be paid for this Fiscal Year so far. Please process all for payment. These need to go out with Wednesday’s checks so that they are received by the vendor prior to the end of the 2024 calendar year. Let me know if there is anything else you need from me to make this happen. Thank you, Donna King Parking Program Manager Public Works 1260 Chorro, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-notifications PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0924 Billing Period September 3, 2024 through September 30, 2024 Total Collections Rate Rate 3314.00 less meters 0.56 $1,855.84 Pay Stations 569 $5.50 0 $3,129.50 Collection Dates not collected Amount Due $4,985.34 9/3/2024 9/4/2024 9/5/2024 9/6/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 9/9/2024 9/10/2024 9/11/2024 9/12/2025 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 9/16/2024 9/17/2024 9/18/2024 9/19/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 9/23/2024 9/24/2024 9/25/2024 9/26/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 9/30/2024 PS, H, E(HU),F,4 162 162 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 PO 621396 Receipt 80403 Amount $4,985.34 FY 24-25 DKing PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 1024 Billing Period October 1, 2024 through October 31, 2024 Total Collections Rate Rate 3778.00 less meters 0.56 $2,115.68 Pay Stations 574 $5.50 9 $3,107.50 Collection Dates not collected Amount Due $5,223.18 10/1/2024 10/2/2024 10/3/2024 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 258 195 173 626 10/7/2024 10/8/2024 10/9/2024 10/10/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 10/14/2024 10/15/2024 10/16/2024 10/17/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 10/21/2024 10/22/2024 10/23/2024 10/24/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 10/28/2024 10/29/2024 10/30/2024 10/31/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 PO 621396 Receipt 80403 Amount $5,223.18 FY 24-25 DKing PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 1124 Billing Period November 4, 2024 through November 30,2024 Total Collections Rate Rate 3152.00 less meters 16 0.56 $1,756.16 Pay Stations 460 $5.50 $2,530.00 Collection Dates not collected Amount Due $4,286.16 11/4/2024 11/5/2024 11/6/2024 11/7/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 11/12/2024 11/13/2024 11/14/2024 11/15/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 11/18/2024 11/19/2024 11/20/2024 11/21/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 11/25/2024 11/26/2024 11/27/2024 11/30/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 0 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 55 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 PO 621396 Receipt 80403 Amount $4286.16 FY 24-25 DKing PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0624 Billing Period June 3, 2024 through June 28, 2024 Total Collections 3220.00 less meters 0.56 $1,803.20 Pay Stations 508 $5.50 0 $2,794.00 Collection Dates not collected Amount Due $4,597.20 6/3/2024 6/4/2024 6/5/2024 6/6/2024 PS, H, E(HU),4 E,F,9,15 C,A, 842 PS, H, E(HU), F (HU),4 169 260 203 173 805 6/10/2024 6/11/2024 6/12/2024 6/13/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/17/1900 260 203 173 805 6/17/2024 6/18/2024 6/19/2024 6/20/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 169 260 203 173 805 6/24/2024 6/25/2024 6/26/2024 6/27/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 169 260 203 173 805 0 collections by Zones Full Lots A 52 842 Palm 5 paystation C 151 4 10 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 183 F (HU) Thursday 37 14 44 H 58 15 6 PO 621396 Receipt 80403 Amount $4,597.20 FY 24-25 DKing PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0724 Billing Period July 1, 2024 through July 31,2024 Total Collections Rate Rate 3852.00 less meters 0.56 $2,157.12 Pay Stations 574 $5.50 0 $3,157.00 Collection Dates not collected Amount Due $5,314.12 7/1/2024 7/2/2024 7/3/2024 7/5/2024 PS, H, E(HU),4 E,F,9,15 C,A, 842 PS, H, E(HU), F (HU),4 169 260 203 173 805 7/8/2024 7/9/2024 7/10/2024 7/11/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/17/1900 260 203 173 805 7/15/2024 7/16/2024 7/17/2024 7/18/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 169 260 203 173 805 7/22/2024 6/23/2024 7/24/2024 7/25/2023 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 169 260 203 173 805 7/29/2024 7/30/2024 7/31/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 169 260 203 632 collections by Zones Full Lots A 52 842 Palm 5 paystation C 151 4 10 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 183 F (HU) Thursday 37 14 44 H 58 15 6 PO 621396 Receipt 80403 Amount $5,314.12 FY 24-25 DKing PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0824 Billing Period August 1, 2024 through August 29, 2024 Total Collections Rate Rate 3325.00 less meters 0.56 $1,862.00 Pay Stations 569 $5.50 0 $3,129.50 Collection Dates not collected Amount Due $4,991.50 8/1/2024 PS, H, E(HU), F (HU),4 173 173 8/5/2024 8/6/2024 8/7/2024 8/8/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 8/12/2024 8/13/2024 8/14/2024 6/15/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 8/19/2024 8/20/2024 8/21/2024 8/22/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 8/26/2024 8/27/2024 8/28/2024 8/29/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 PO 621396 Receipt 80403 Amount $4,991.50 FY 24-25 DKing 1 From:King, Donna Sent:Tuesday, December 17, 2024 8:56 AM To:PW_AP; Accounts Payable Cc:Holt, Timothy; Rice, Jennifer Subject:FW: FS Collections Invoices Attachments:FSC0924.pdf; FSC1024.pdf; FSC1124.pdf; FSC0624.pdf; FSC0724.pdf; FSC0824.pdf Importance:High Hello, Can you confirm that these payments have been made? Thank you, Donna King, CAPP Parking Program Manager Public Works 1260 Chorro, Ste B, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-notifications From: King, Donna Sent: Friday, December 13, 2024 12:24 PM To: PW_AP <pw_ap@slocity.org> Cc: Rice, Jennifer <jrice@slocity.org> Subject: FS Collections Invoices Importance: High Hello, Attached are all FS Collections invoices to be paid for this Fiscal Year so far. Please process all for payment. These need to go out with Wednesday’s checks so that they are received by the vendor prior to the end of the 2024 calendar year. Let me know if there is anything else you need from me to make this happen. Thank you, Donna King Parking Program Manager 2 Public Works 1260 Chorro, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-notifications PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0924 Billing Period September 3, 2024 through September 30, 2024 Total Collections Rate Rate 3314.00 less meters 0.56 $1,855.84 Pay Stations 569 $5.50 0 $3,129.50 Collection Dates not collected Amount Due $4,985.34 9/3/2024 9/4/2024 9/5/2024 9/6/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 9/9/2024 9/10/2024 9/11/2024 9/12/2025 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 9/16/2024 9/17/2024 9/18/2024 9/19/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 9/23/2024 9/24/2024 9/25/2024 9/26/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 9/30/2024 PS, H, E(HU),F,4 162 162 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 PO 621396 Receipt 80403 Amount $4,985.34 FY 24-25 DKing PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 1024 Billing Period October 1, 2024 through October 31, 2024 Total Collections Rate Rate 3778.00 less meters 0.56 $2,115.68 Pay Stations 574 $5.50 9 $3,107.50 Collection Dates not collected Amount Due $5,223.18 10/1/2024 10/2/2024 10/3/2024 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 258 195 173 626 10/7/2024 10/8/2024 10/9/2024 10/10/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 10/14/2024 10/15/2024 10/16/2024 10/17/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 10/21/2024 10/22/2024 10/23/2024 10/24/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 10/28/2024 10/29/2024 10/30/2024 10/31/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 PO 621396 Receipt 80403 Amount $5,223.18 FY 24-25 DKing PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 1124 Billing Period November 4, 2024 through November 30,2024 Total Collections Rate Rate 3152.00 less meters 16 0.56 $1,756.16 Pay Stations 460 $5.50 $2,530.00 Collection Dates not collected Amount Due $4,286.16 11/4/2024 11/5/2024 11/6/2024 11/7/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 11/12/2024 11/13/2024 11/14/2024 11/15/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 11/18/2024 11/19/2024 11/20/2024 11/21/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 11/25/2024 11/26/2024 11/27/2024 11/30/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 0 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 55 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 PO 621396 Receipt 80403 Amount $4286.16 FY 24-25 DKing PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0624 Billing Period June 3, 2024 through June 28, 2024 Total Collections 3220.00 less meters 0.56 $1,803.20 Pay Stations 508 $5.50 0 $2,794.00 Collection Dates not collected Amount Due $4,597.20 6/3/2024 6/4/2024 6/5/2024 6/6/2024 PS, H, E(HU),4 E,F,9,15 C,A, 842 PS, H, E(HU), F (HU),4 169 260 203 173 805 6/10/2024 6/11/2024 6/12/2024 6/13/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/17/1900 260 203 173 805 6/17/2024 6/18/2024 6/19/2024 6/20/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 169 260 203 173 805 6/24/2024 6/25/2024 6/26/2024 6/27/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 169 260 203 173 805 0 collections by Zones Full Lots A 52 842 Palm 5 paystation C 151 4 10 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 183 F (HU) Thursday 37 14 44 H 58 15 6 PO 621396 Receipt 80403 Amount $4,597.20 FY 24-25 DKing PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0724 Billing Period July 1, 2024 through July 31,2024 Total Collections Rate Rate 3852.00 less meters 0.56 $2,157.12 Pay Stations 574 $5.50 0 $3,157.00 Collection Dates not collected Amount Due $5,314.12 7/1/2024 7/2/2024 7/3/2024 7/5/2024 PS, H, E(HU),4 E,F,9,15 C,A, 842 PS, H, E(HU), F (HU),4 169 260 203 173 805 7/8/2024 7/9/2024 7/10/2024 7/11/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/17/1900 260 203 173 805 7/15/2024 7/16/2024 7/17/2024 7/18/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 169 260 203 173 805 7/22/2024 6/23/2024 7/24/2024 7/25/2023 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 169 260 203 173 805 7/29/2024 7/30/2024 7/31/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 169 260 203 632 collections by Zones Full Lots A 52 842 Palm 5 paystation C 151 4 10 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 183 F (HU) Thursday 37 14 44 H 58 15 6 PO 621396 Receipt 80403 Amount $5,314.12 FY 24-25 DKing PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0824 Billing Period August 1, 2024 through August 29, 2024 Total Collections Rate Rate 3325.00 less meters 0.56 $1,862.00 Pay Stations 569 $5.50 0 $3,129.50 Collection Dates not collected Amount Due $4,991.50 8/1/2024 PS, H, E(HU), F (HU),4 173 173 8/5/2024 8/6/2024 8/7/2024 8/8/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 8/12/2024 8/13/2024 8/14/2024 6/15/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 8/19/2024 8/20/2024 8/21/2024 8/22/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 8/26/2024 8/27/2024 8/28/2024 8/29/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 61 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 PO 621396 Receipt 80403 Amount $4,991.50 FY 24-25 DKing 1 From:King, Donna Sent:Monday, May 19, 2025 9:45 AM To:Blevins, Amber Subject:FW: FS Collections Invoice 1204. 0125, 0225, 0325, and 0425 Attachments:FSC1224.xlsx; FSC0125.xlsx; FSC0225.xlsx; FSC0325.xlsx; FSC0425.xlsx Hi Amber, Can you process the attached invoices from FS Collections for payment? There is a blanket PO already opened in the blanket PO folder. Donna King, PTMP Parking Program Manager Public Works 1260 Chorro St, Ste B, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-notifications From: Brett Cross < Sent: Sunday, May 18, 2025 9:02 PM To: King, Donna <DKing@slocity.org> Subject: FS Collections Invoice 1204. 0125, 0225, 0325, and 0425 Here are the invoices from December 2024 through April 2025 Sincerely, Brett Cross Partner FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 1224 Billing Period December 2, 2024 through December 30, 2024 Total Collections Rate Rate 3572.00 less meters 24 0.56 $1,986.88 Pay Stations 515 $5.50 $2,832.50 Collection Dates not collected Amount Due $4,819.38 12/2/2024 12/3/2024 12/4/2024 12/5/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 12/9/2024 12/10/2024 12/11/2024 12/12/2025 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 12/16/2024 12/17/2024 12/18/2024 12/19/2024 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 12/23/2024 12/23/2024 12/26/2024 12/27/2024 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 12/30/2024 12/30/2024 PS, H, E(HU),F,4 E,F,9,15 162 258 420 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 55 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0125 Billing Period January 2, through January 30, 2025 Total Collections Rate Rate 3520.00 less meters 24 0.56 $1,957.76 Pay Stations 515 $5.50 $2,832.50 Collection Dates not collected Amount Due $4,790.26 1/2/2025 1/3/2025 C,A,842 PS, H, E(HU), F (HU),4 195 173 368 1/6/2025 1/7/2025 1/8/2025 1/9/2025 PS, H, E(HU),4 E,F,9,15 C,A,842 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 788 1/13/2025 1/14/2025 1/15/2025 1/16/2025 PS, H, E(HU),4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 1/21/2025 1/22/2025 1/23/2025 1/24/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 1/27/2025 1/28/2025 1/29/2025 1/30/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,842 PS H, E(HU), F (HU),4 162 258 195 173 788 collections by Zones Full Lots A 51 842 Palm 5 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 55 rate $5.50 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 181 F (HU) Thursday 43 14 44 H 52 15 6 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0225 Billing Period February 3, 2025 through February 27, 2025 Total Collections Rate Rate 3108.00 less meters 0 0.56 $1,740.48 Pay Stations 456 $5.50 $2,508.00 Collection Dates not collected Amount Due $4,248.48 0 2/3/2025 2/4/2025 2/5/2025 2/6/2025 PS, H, E(HU),4 E,F,9,15 C,A,842,11 PS, H, E(HU), F (HU),4 6/10/1900 258 195 173 777 2/10/2025 2/11/2025 2/12/2025 2/13/2025 PS, H, E(HU),4 E,F,9,15 C,A,842,11 PS H, E(HU), F (HU),4 162 258 195 173 777 2/18/2025 2/19/2025 2/20/2025 2/21/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,842,11 PS H, E(HU), F (HU),4 162 258 195 173 777 2/24/2025 2/25/2024 2/26/2025 2/27/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,842,11 PS H, E(HU), F (HU),4 162 258 195 173 777 collections by Zones Full Lots A 51 842 Palm 3 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 55 rate $5.50 11 1 paystation E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 170 F (HU) Thursday 43 14 44 H 52 15 6 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0325 Billing Period March 3, 2025 through March 31, 2025 Total Collections Rate Rate 3270.00 less meters 0 0.56 $1,831.20 Pay Stations 502 $5.50 $2,761.00 Collection Dates not collected Amount Due $4,592.20 3/3/2025 3/4/2025 3/5/2025 3/6/2025 PS, H, E(HU),4 E,F,9,15 C,A,842,11 PS H, E(HU), F (HU),4 162 247 195 173 777 3/10/2025 3/11/2025 3/12/2025 3/13/2025 PS, H, E(HU),4 E,F,9,15 C,A,842,11 PS H, E(HU), F (HU),4 162 247 195 173 777 3/17/2025 3/18/2025 3/19/2025 3/20/2025 PS, H, E(HU),4 E,F,9,15 C,A,842,11 PS H, E(HU), F (HU),4 162 247 195 173 777 3/24/2025 3/25/2024 3/26/2025 3/27/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,842,11 PS H, E(HU), F (HU),4 162 247 195 173 777 3/31/2025 PS, H, E(HU),F,4 162 162 collections by Zones Full Lots A 51 842 Palm 3 paystation C 144 4 9 D Pay Stations. 9 19 Paystations 54 rate $5.50 11 1 paystation E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 170 F (HU) Thursday 43 14 44 H 52 15 6 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0425 Billing Period April 1, through April 30, 2024 Total Collections Rate Rate 3550.00 less meters 0 0.56 $1,988.00 Pay Stations 437 $5.50 $2,403.50 Collection Dates not collected Amount Due $4,391.50 4/1/2025 4/2/2025 4/3/2025 E,F,9,15 C,A,11 PS H, E(HU), F (HU),4 247 195 173 615 4/7/2025 4/8/2025 4/9/2025 4/10/2025 PS, H, E(HU),4 E,F,9,15 C,A,11 PS H, E(HU), F (HU),4 162 247 195 173 777 4/14/2025 4/15/2025 4/16/2025 4/17/2025 PS, H, E(HU),4 E,F,9,15 C,A,11 PS H, E(HU), F (HU),4 162 247 195 173 777 4/21/2025 4/22/2025 4/23/2025 4/24/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,11 PS H, E(HU), F (HU),4 162 247 195 173 777 4/28/2025 4/29/2025 4/30/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,11 162 247 195 604 collections by Zones Full Lots A 51 842 Palm removed C 144 4 9 D Pay Stations. 9 19 Paystations 54 rate $5.50 11 1 paystation E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 170 F (HU) Thursday 43 14 44 H 52 15 6 1 From:King, Donna Sent:Thursday, June 5, 2025 3:36 PM To:Blevins, Amber Subject:FW: FS Collection May 2025 Invoice #0525 Attachments:FSC0525.xlsx Hi Amber, Can you process this invoice for payment under blanket PO #621396? Donna King, PTMP Parking Program Manager Public Works 1260 Chorro St, Ste B, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-notifications From: Brett Cross < Sent: Thursday, June 5, 2025 1:36 PM To: King, Donna <DKing@slocity.org> Subject: FS Collection May 2025 Invoice #0525 Attached is May 2025 Invoice #0525 FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0525 Billing Period May 1, 2025 through May 30, 2025 Total Collections Rate Rate 3281.00 less meters 0 0.56 $1,837.36 Pay Stations 490 $5.50 $2,695.00 Collection Dates not collected Amount Due $4,532.36 5/1/2025 PS H, E(HU), F (HU),4 173 173 5/5/2025 5/6/2025 5/7/2025 5/8/2025 PS, H, E(HU),4 E,F,9,15 C,A,11 PS H, E(HU), F (HU),4 162 247 195 173 777 5/12/2025 5/13/2025 5/14/2025 5/15/2025 PS, H, E(HU),4 E,F,9,15 C,A,11 PS H, E(HU), F (HU),4 162 247 195 173 777 5/19/2025 5/20/2025 5/21/2025 5/22/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,11 PS H, E(HU), F (HU),4 162 247 195 173 777 5/27/2025 5/28/2025 5/29/2025 5/30/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,11 PS H, E(HU), F (HU),4 162 247 195 173 777 collections by Zones Full Lots A 51 842 Palm removed C 144 4 9 D Pay Stations. 9 19 Paystations 54 rate $5.50 11 1 paystation E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 170 F (HU) Thursday 43 14 44 H 52 15 6 1 From:Brett Cross < Sent:Thursday, June 5, 2025 1:36 PM To:King, Donna Subject:FS Collection May 2025 Invoice #0525 Attachments:FSC0525.xlsx Attached is May 2025 Invoice #0525 FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0525 Billing Period May 1, 2025 through May 30, 2025 Total Collections Rate Rate 3281.00 less meters 0 0.56 $1,837.36 Pay Stations 490 $5.50 $2,695.00 Collection Dates not collected Amount Due $4,532.36 5/1/2025 PS H, E(HU), F (HU),4 173 173 5/5/2025 5/6/2025 5/7/2025 5/8/2025 PS, H, E(HU),4 E,F,9,15 C,A,11 PS H, E(HU), F (HU),4 162 247 195 173 777 5/12/2025 5/13/2025 5/14/2025 5/15/2025 PS, H, E(HU),4 E,F,9,15 C,A,11 PS H, E(HU), F (HU),4 162 247 195 173 777 5/19/2025 5/20/2025 5/21/2025 5/22/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,11 PS H, E(HU), F (HU),4 162 247 195 173 777 5/27/2025 5/28/2025 5/29/2025 5/30/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,11 PS H, E(HU), F (HU),4 162 247 195 173 777 collections by Zones Full Lots A 51 842 Palm removed C 144 4 9 D Pay Stations. 9 19 Paystations 54 rate $5.50 11 1 paystation E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 170 F (HU) Thursday 43 14 44 H 52 15 6 1 From:Rice, Jennifer Sent:Tuesday, June 24, 2025 4:04 PM To:King, Donna Subject:RE: CMR: Meter Repair Worker Job Description Attachments:Staffing Approach for Parking Meter Collection Services.docx Here is a copy of the CMR. Jennifer Rice, PTP, AICP pronouns she/her/hers Deputy Director of Mobility Services Public Works Mobility Services 1260 Chorro, San Luis Obispo, CA 93401-3218 E jrice@slocity.org T 805.781.7058 slocity.org Stay connected with the City by signing up for e-notifications From: Rice, Jennifer Sent: Monday, June 23, 2025 12:12 PM To: King, Donna <DKing@slocity.org> Subject: CMR: Meter Repair Worker Job Description Donna, I completed drafting the CMR for this: Please review. Nickole also indicated they could review prior to it routing in escribe, so can you share the like with her and Bri once you’ve completed your review? (Or concurrent to your review – it is up to you.) Thanks! Jennifer Rice pronouns she/her/hers Deputy Director of Mobility Services Public Works Mobility Services 1260 Chorro, San Luis Obispo, CA 93401-3218 E jrice@slocity.org T 805.781.7058 slocity.org Stay connected with the City by signing up for e-notifications 1 From:Brett Cross < Sent:Monday, June 30, 2025 9:27 PM To:King, Donna Subject:FS Collections June 2025 Invoice #0625 Attachments:FSC0625.xlsx Attached is Invoice # 0625 June 2025. Sincerely, Brett Cross- Partner FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0625 Billing Period June 2, through June 30, 2025 Total Collections Rate Rate 3270.00 less meters 0 0.56 $1,831.20 Pay Stations 504 $5.50 6 $2,739.00 Collection Dates not collected Amount Due $4,570.20 6/2/2025 6/3/2025 6/4/2025 6/5/2025 PS, H, E(HU),4 E,F,9,15 C,A PS H, E(HU), F (HU),4 162 247 195 173 777 6/9/2025 6/10/2025 6/11/2025 6/12/2025 PS, H, E(HU),4 E,F,9,15 C,A PS H, E(HU), F (HU),4 162 247 195 173 777 6/16/2025 6/17/2025 6/18/2025 6/19/2025 PS, H, E(HU),4 E,F,9,15 C,A PS H, E(HU), F (HU),4 162 247 195 173 777 6/23/2025 6/24/2025 6/25/2025 6/26/2025 PS, H, E(HU),F,4 E,F,9,15 C,A PS H, E(HU), F (HU),4 162 247 195 173 777 6/30/2025 PS, H, E(HU),F,4 162 162 collections by Zones Full Lots A 51 842 Palm removed C 144 4 9 D Pay Stations. 9 19 Paystations 56 rate $5.50 11 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 170 F (HU) Thursday 43 14 44 H 52 15 6 1 From:King, Donna Sent:Tuesday, July 1, 2025 10:27 AM To:Blevins, Amber Subject:FW: FS Collections June 2025 Invoice #0625 Attachments:FSC0625.xlsx Hi Amber, Can you please process this invoice for FY 24-25 under blanket PO #621396? Thank you, Donna King, PTMP Parking Program Manager Public Works 1260 Chorro St, Ste B, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-notifications From: Brett Cross < Sent: Monday, June 30, 2025 9:27 PM To: King, Donna <DKing@slocity.org> Subject: FS Collections June 2025 Invoice #0625 Attached is Invoice # 0625 June 2025. Sincerely, Brett Cross- Partner FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0625 Billing Period June 2, through June 30, 2025 Total Collections Rate Rate 3270.00 less meters 0 0.56 $1,831.20 Pay Stations 504 $5.50 6 $2,739.00 Collection Dates not collected Amount Due $4,570.20 6/2/2025 6/3/2025 6/4/2025 6/5/2025 PS, H, E(HU),4 E,F,9,15 C,A PS H, E(HU), F (HU),4 162 247 195 173 777 6/9/2025 6/10/2025 6/11/2025 6/12/2025 PS, H, E(HU),4 E,F,9,15 C,A PS H, E(HU), F (HU),4 162 247 195 173 777 6/16/2025 6/17/2025 6/18/2025 6/19/2025 PS, H, E(HU),4 E,F,9,15 C,A PS H, E(HU), F (HU),4 162 247 195 173 777 6/23/2025 6/24/2025 6/25/2025 6/26/2025 PS, H, E(HU),F,4 E,F,9,15 C,A PS H, E(HU), F (HU),4 162 247 195 173 777 6/30/2025 PS, H, E(HU),F,4 162 162 collections by Zones Full Lots A 51 842 Palm removed C 144 4 9 D Pay Stations. 9 19 Paystations 56 rate $5.50 11 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 170 F (HU) Thursday 43 14 44 H 52 15 6 1 From:Brett Cross < Sent:Sunday, August 10, 2025 10:01 PM To:King, Donna Subject:FS Collections July 2025 Invoice #0725 Attachments:FSC0725.xlsx Attached in Invoice #0725 for July 1, 2025 through July 31, 2025 Sincerely, Brett Cross-partner FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0725 Billing Period July 1, 2025 through July 31, 2025 Total Collections Rate Rate 3723.00 less meters 20 0.56 $2,073.68 Pay Stations 509 $5.50 0 $2,799.50 Collection Dates not collected Amount Due $4,873.18 7/1/2025 7/2/2025 7/3/2025 E,F,9,15 C,A.lot 11 PS H, E(HU), F (HU),4 247 195 173 615 7/7/2025 7/8/2025 7/9/2025 7/10/2025 PS, H, E(HU),4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 7/14/2015 7/15/2025 7/16/2025 7/17/2025 PS, H, E(HU),4 E,F,9,15 C,A,lot11 PS H, E(HU), F (HU),4 162 247 195 173 777 7/21/2025 7/22/1975 7/23/2025 7/24/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 7/28/2025 7/29/2025 7/30/2025 7/31/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 collections by Zones Full Lots A 51 842 Palm removed C 144 4 9 D Pay Stations. 9 19 Paystations 56 rate $5.50 11 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 170 F (HU) Thursday 43 Lot 11 1 paystation H 52 15 6 1 From:King, Donna Sent:Monday, August 11, 2025 7:43 AM To:Blevins, Amber Subject:FW: FS Collections July 2025 Invoice #0725 Attachments:FSC0725.xlsx Hi Amber, Please process the attached for payment under account 61013. Donna King, PTMP Parking Program Manager Public Works 1260 Chorro St, Ste B, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-notifications From: Brett Cross < Sent: Sunday, August 10, 2025 10:01 PM To: King, Donna <DKing@slocity.org> Subject: FS Collections July 2025 Invoice #0725 Attached in Invoice #0725 for July 1, 2025 through July 31, 2025 Sincerely, Brett Cross-partner FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0725 Billing Period July 1, 2025 through July 31, 2025 Total Collections Rate Rate 3723.00 less meters 20 0.56 $2,073.68 Pay Stations 509 $5.50 0 $2,799.50 Collection Dates not collected Amount Due $4,873.18 7/1/2025 7/2/2025 7/3/2025 E,F,9,15 C,A.lot 11 PS H, E(HU), F (HU),4 247 195 173 615 7/7/2025 7/8/2025 7/9/2025 7/10/2025 PS, H, E(HU),4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 7/14/2015 7/15/2025 7/16/2025 7/17/2025 PS, H, E(HU),4 E,F,9,15 C,A,lot11 PS H, E(HU), F (HU),4 162 247 195 173 777 7/21/2025 7/22/1975 7/23/2025 7/24/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 7/28/2025 7/29/2025 7/30/2025 7/31/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 collections by Zones Full Lots A 51 842 Palm removed C 144 4 9 D Pay Stations. 9 19 Paystations 56 rate $5.50 11 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 170 F (HU) Thursday 43 Lot 11 1 paystation H 52 15 6 1 From:Brett Cross < Sent:Thursday, August 21, 2025 2:19 PM To:Rice, Jennifer; Dietrick, Christine; McDonald, Whitney; Fuchs, Alex; King, Donna Subject:FS Collections Notification of Contract Termination Attachments:Parking Meter Coin Collections Services City of San Luis Obispo cover letter.docx; Parking_Meter_and_Parking_Payment_Center_Coin_Collections_Services.docx; Packet_for_Bid_ 2209-001.pdf; Scan_0019 (1).pdf; Scan_0021.pdf Dear Sir or Madam, On Wednesday August 20th I, as a partner of FS CollecƟons, was informed by Donna King- Parking Program Manager that the contract with FS CollecƟons was being terminated on October 31 of this year. The leƩer indicates the contract was "informally" extended on a month to month basis on July 1, 2020. However, on September 13, 2022 the City adverƟsed for SolicitaƟon 2209-001 NoƟce RequesƟng Proposals / QualificaƟons for Parking Meter Coin CollecƟon. The bid end date was October 13, 2022. FS CollecƟons submiƩed a proposal dated October 4, 2022 within the deadline outlined in the bid packet. The bid was received, and the bid was not rejected. The bid packet outlines the City's obligaƟons for review and execuƟon of the contract which was November 4, 2022. I was informed that the contract signatures were going to be signed by the City. Why they were not signed in a Ɵmely maƩer and in accordance with the contract is unknown. FS CollecƟons was never informed that the City did not intend to formalize the contract. My understanding was that due to the total 5 year contract costs exceeding city policy limits the contract needed to be adopted by the City Council. And we assumed that staff would prepare a report to the City Council for acƟon. At some point I became aware that City parking staff were going to prepare a report to the City Administrator to recognize FS CollecƟons as a "Sole Source Provider" therefore only needing signing by the City Administrator and City AƩorney to effectuate the contract. Apparently this approach was being considered due to the Finance Department puƫng pressure on the Parking Department to finalize the contract. My understanding is that finance needed the contract to be signed in order to disperse funds. I hadn't heard anything beyond that. If we had known that the City was going to now "claim" that because the City hadn't finalized the contract that it was only an extension of a previous month to month agreement and could be terminated at basically at any point we would have insisted the contract be signed as outlined in the bid documents. We were being generous, maybe too generous, in not having the contract finalized on November 4th, 2022 in order to give the City Ɵme to figure out what was needed to have the contract signed. I'll admit that we should not have been so lenient towards the City. The City should have signed the contract but for whatever reasons waited and waited. That's not FS CollecƟons fault. And now to say, "well you were really only working month to month" is rather disingenuous and it's not the right way to do business. It really isn't. Given that it was FS CollecƟons accommodaƟng the City and the fact there is only 2 more years leŌ on the contract. It would have been beƩer so just have said we're going to do our own collecƟons in the single space meters as they are removed and are replaced with pay staƟons or we'd like to hear what you propose. Apparently, the decision to bring coin collecƟons "in house" is being driven by the replacement of the single space parking meters to pay staƟons and the anƟcipated reducƟon in coins. That's certainly true however FS CollecƟons believe that given the bid submiƩal and indicaƟons from various staff since the bid was received and not rejected it is sƟll subject to the terms and condiƟons. Accordingly, we believe the contract sƟll should be in effect for approximately 2 more years. 2 If City staff would like to discuss the collecƟon of newly installed pay staƟons in the current single space zones we would be happy to discuss that. However, the contract submiƩal included already exisƟng pay staƟons. If the City wishes to collect any newly installed pay staƟons in single space meter zones that is your decision. Sincerely, BreƩ Cross Partner FS CollecƟon 1217 Mariners Cove San Luis Obispo, CA 93405 Solicitation 2209-001 Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S Bid Designation: Public City of San Luis Obispo Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 1 Bid 2209-001 Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S Bid Number    2209-001  Bid Title    Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S    Bid Start Date  Sep 13, 2022 9:59:11 AM PDT Bid End Date  Oct 13, 2022 3:00:00 PM PDT Question & Answer End Date  Oct 6, 2022 5:00:00 PM PDT   Bid Contact    Daniel Clancy    dclancy@slocity.org    Contract Duration  5 years Contract Renewal  Not Applicable   Prices Good for  30 days   Bid Comments Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Item Response Form   Item    2209-001-01-01 - Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S Quantity  1 each Unit Price   Delivery Location         City of San Luis Obispo     919 Palm   919 Palm Street   San Luis Obispo CA  93401   Qty 1 Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 2   Expected Expenditure  $1.00 Description Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services. The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app-web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 3 The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities. Telecommunications Device for the Deaf (805) 781-7410. Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 4 TABLE OF CONTENTS A. Scope of Work .......................................................................................................................................... 1 B. Budget………………………………………………………………………………………………………………………………………………..4 C. General Terms and Conditions…………………………………………………………………………………………………………….4 D. Special Terms……………………………………………………………………………………………………………………………………..6 E. Proposal Content………………………………………………………………………………………………………………………………..8 F. Insurance………………………………………………………………………………………………………………………………………….12 G. Proposal Submittal Form………………………………………………………………………………………………………………….14 Exhibit A - Form of Agreement Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 5 1 A. SCOPE OF WORK The City is requesting proposals for parking meter collection services located on streets and in parking lots. 1. Collection Procedure. In performing this work, the collection contractor shall adhere to the following procedure: a. Meter and payment center collections begin at the Parking Services Office located at 1260 Chorro Street, Suite B, San Luis Obispo. b. Contractor will pick up the keys required to open the meters and payment centers to be collected that day. c. Contract will sign for receipt of the keys picked up. d. Contractor will pick up the appropriate cart and collection canister required for the street zone(s) and/or parking lot(s) to be collected. (The collection canisters may be different; some zones/lots may have sealed or open coin cans.) e. Contractor will begin the walking route for the appropriate street zone or parking lot to be collected. f. For each parking meter or payment center to be collected, Contractor will adhere to the following procedure: 1) Unlock and open the coin can compartment or vault. 2) Remove the coin can and empty it into the collection canister. 3) Replace the coin can in its compartment or vault. 4) Lock the coin can compartment or vault. 5) If observable meter or payment center repairs are required, record them on a parking meter repair form. 6) Note any vandalism or theft on a parking meter repair form. g. Contractor will return to the Parking Services Office when the zone and/or lot collection is completed. h. Contractor will remove the collection canister from the collection cart in the presence of a City employee. i. Contractor will record the date, time, location, initials and the number of bags to be filled on a collection slip. Contractor will attach the collection slip to the collection canister and move the canister to the designated storage area in the presence of a City employee. j. Go back to Step d. if continuing collections. k. When all scheduled meter collections have been completed for the day, Contractor will unlock all collection canisters in the presence of a City employee. l. Contractor will remove the collection bags from inside the collection canisters and place the coin into sealable coin bags labeled with the appropriate zone and/or lot number. This procedure is done in the weighing/collection room with a City employee monitoring and sealing the coin bags. Contractor will place an empty collection bag into each collection canister and lock the canister in the presence of the City employee. m. The City employee shall complete a receipt of uncounted sealed coin bags on a form furnished by Garda. n. Contractor shall place all sealed coin bags inside the City’s safe in the presence of the City employee. o. Contractor shall return the keys required for the meters and payment centers collected that day. p. A City employee shall sign for receipt of the returned keys in a logbook maintained by the City. q. Contractor will turn in meter repair forms to the meter repair shop. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 6 2 2. Collection Schedule. Parking meters and payment centers to be collected are organized into street zones and parking lots, which are shown on the map at the end of this section. The Contractor shall perform the specified work according to the following schedule. The City may change this schedule at any time but shall give the Contractor at least seven calendar days’ notice of the change. The Contractor shall not deviate from this schedule without prior written permission from the City. The Contractor sha ll not perform the specified work on any holiday observed by the City without prior written permission from the City. Note: The number of collections is only an estimate and is subject to change. Mondays Tuesdays Wednesdays Thursdays Fridays Zone D Upper Zone A Zone B Zone C Zone D Lower Zone G Zone E Zone G Zone D Upper Zone G Zone B Zone H Zone F Zone Part B Lot 2 Zone D Lower Lot 9 Zone Part H Lot 4 Lot 14 Lot 3 Lot 2 Lot 10 Lot 11 Lot 15 Lot 4 Lot 3 Lot 10 Lot 11 (±439 Collections) (±499 Collections) (±469 Collections) (±433 Collections) (±450 Collections) Donation Meters (7±) ** **Donation Meters. In an effort to redirect money given to panhandlers, these recycled parking meters encourage Downtown patrons to give to local programs that are working to improve conditions for those in need. United Way of San Luis Obispo County is the fiscal agent for downtown donatio n meters in partnership with the City of San Luis Obispo and the San Luis Obispo Downtown Association. These 7 donation meters may be collected by Contractor while servicing the City meters without an additional cost or Contractor will submit a separate invoice to the United Way San Luis Obispo for their time based on the same fee schedule as that used in setting the fees for the other meter collections. The money collected will be bagged separately from the City’s collections and picked up by the United Way of San Luis Obispo. 3. Collection Hours. The Contractor shall perform the specified work only on weekdays (Monday through Friday). Suggested start time for collection is 8:00 a.m. and will continue until the collections scheduled for that day are completed. Collections must be completed for the assigned day and the coin bagged no later than 4:00 p.m. The collection/bagging room is not available between the hours of noon – 1:30 p.m. for bagging of coin. Coin bagging is subject to the availability of staff. Due to various meetings and or special events, the collection and/or bagging of coin may have to be postponed and/or rescheduled. Contractor will be given advance notice whenever possible of any schedule changes. Contractor may have additional zones/lots to collect in addition to the regularly scheduled collections due to office closures and other circumstances. These additional collections must be made and bagged no later than 4:00 p.m. the same day as collected. No changes to the regular collection hours will be made by the Contractor without prior written permission from the City. 4. Collection Equipment. The City shall furnish two collection carts, eight lockable collection canisters, and one coin bag holder. The Contractor shall be responsible for any periodic maintenance required on this equipment and for any routine repair to the equipment that costs less than one hundred dollars ($100). Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 7 3 City will maintain tires, tubes and canning mechanisms. The City shall provide locks and keys fo r the collection canisters. 5. Qualifications of Collection Workers. Contractor will provide a list of collection workers for approval by the City on the proposal form. Contractor will inform the City of any changes in collection workers prior to their start of work. Collection workers shall be competent and qualified to perform the specified work. Collection workers will have worked in a cash handling environment. No collection worker shall perform any of the specified work without (a) passing a background security check conducted by the City; (b) a credit check conducted by the City; and (c) receiving written permission from the City to perform the specified work. Each collection worker shall be able to comfortably lift a collection canister weighing up to 140 pounds. A cash bond of ten thousand dollars ($10,000) will be required for the contract. All collection workers shall meet all of the contract qualifications and requirements. 6. Conduct of Collection Workers. Collection workers shall perform the specified work in an orderly manner and shall avoid even the appearance of impropriety in any form. If the City representative advises the Contractor that a collection worker is incompetent, unqualified, or disorderly, the Contractor shall remove that collection worker from the specified work for the duration of the agreement. While performing the specified work, a collection worker shall not bring to the work locations any pets, any children, or any persons not employed under the agreement. Contractor and collection workers are not authorized to discuss confidential information that is learned in the course and scope of the performance of this contract with private third parties or the press without prior written authorization of the City. 7. Uniforms for Collection Workers. While performing the specified work collection workers shall wear simple but distinctive uniforms which have been approved in advance by the City and which shall clearly identify the collection workers as representatives of the City. Uniforms shall be neat, clean and kept in good appearance at all times. The City shall furnish official City of San Luis Obispo uniform patches that must be affixed to the uniforms. The Contractor shall furnish all required uniforms, footwear, headgear, jackets, or inclement weather gear. 8. Providing for Vacations, Illnesses, or Other Absences of Collection Workers. The Contractor shall maintain a staff of at least two (2) fully qualified collection workers in order to continue performing the specified work when a collection worker takes time off for vacation, illness, or other absence. The Contractor shall list at least two proposed collection workers on the proposal form. 9. Responsibility for Loss or Damage of City Property. The Contractor shall be responsible for City property while it is in the Contractor’s custody. The Contractor shall replace or repair City property, including specifically coin revenue and collection equipment, lost or damaged as a result of the Contractor’s actions or negligence. The Contractor shall not be responsible for loss or damage caused by theft and vandalism by third parties, unless the theft or damage results from the Contractor’s negligence. In the event the Contractor fails to perform the required collections on any scheduled day, the Contractor shall be liable for all lost revenue because of their negligence. This amount shall not exceed the average daily amount collected on that scheduled day. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 8 4 B. GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall meet all the terms, and conditions of the Request for Proposals (RFP) project package. By virtue of its proposal submittal, the bidder acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be submitted electronically via BidSync. However, if you can’t submit electronic please send your bid copy in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To guard against premature opening, the proposal should be clearly labeled with the proposal title, project number, name of bidder, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the bidder’s insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder’s intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the bidder unopened. No proposal received after the time specified or at any place other than that stated in the “Notice Inviting Bids/Requesting Proposals” will be considered. All proposals will be opened and declared publicly. Bidders or their represent atives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested as the primary submitter in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub - proposal to a bidder submitting a proposal, or who has quoted prices on materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting proposals. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 9 5 7. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged but will be permitted. However, any such oral communication shall not be binding on the City. CONTRACT AWARD AND EXECUTION 8. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the “special terms and conditions” in Section C of these specifications for proposal evaluation and contract award criteria. 9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of bidders. Bidders will provide, in a timely manner, all information that the City deems necessary to make such a decision. 10. Contract Requirement. The bidder to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award. The contract shall be made in the form adopted by the City and incorporated in these specifications. CONTRACT PERFORMANCE 11. The City’s contract terms and conditions that [Contractor/Consultant] will be expected to execute and be bound by are attached hereto as Exhibit A Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 10 6 D. SPECIAL TERMS AND CONDITIONS 1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms and Conditions) of these specifications, the contract will be awarded to the lowest responsible, responsive proposer. Phase 1 – Proposal Review The review committee will review the general proposal forms submitted (Information about the Proposing Firm, References, Statement of Past Contract Disqualifications, and Insurance Certificate). Three to five proposing firms will be selected for follow-up interviews based on a) quality, clarity and responsiveness of the proposal b) competence and qualifications necessary for successfully performing the work and c) recent experience in successfully performing similar services. Phase 2 – Interviews and Contractor Selection Selected firms will be interviewed by the review committee. The purposes of this interview will be to a) evaluate communication and interpersonal skills and b) clarify and resolve any questions and issues about the proposal. Based on results of the interviews, the review committee will rank the proposing firms. Phase 3 – Evaluation of Price and Award of Contract After selecting the top-ranked firms, the review committee will open all the submitted price proposals from the selected firms. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 2. Sales Tax Reimbursement. For sales occurring within the City of San Luis Obispo, the City receives sales tax revenues. Therefore, for bids from retail firms located in the City at the time of proposal closing for which sales tax is allocated to the City, 1% of the taxable amount of the bid will be deducted from the proposal by the City in calculating and determining the lowest responsible, responsive proposer. 3. Labor Actions. In the event that the successful proposer is experiencing a labor action at the time of contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves the right to declare said proposer is no longer the lowest responsible, responsive proposer and to accept the next acceptable low proposal from a proposer that is not experiencing a labor action, and to declare it to be the lowest responsible, responsive proposer. 4. Failure to Accept Contract. The following will occur if the proposer to whom the award is made (Contractor) fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a proposer’s bond or security is required; and an award may be made to the next lowest responsible, responsive proposer who shall fulfill every stipulation as if it were the Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 11 7 party to whom the first award was made. 5.Contract Term. The services identified in this specification will be used by the City for five (5) years. The prices quoted for these items must be valid for the entire period indicated above unless otherwise conditioned by the proposer in its proposal. 6.Compensation Adjustment. Original contract prices shall remain in effect through June 30, 2024. Beginning on July 1, 2024, contract prices shall be increased by a percentage equal to the percentage increase in the U.S. Consumer Price Index/All Urban Consumers (CPI-U) from March in the previous year to March in the year of adjustment. 7.Supplemental Purchases Supplemental Purchases. Supplemental purchases may be made from the successful proposer during the contract term in addition to the items listed in the Detail Proposal Submittal Form. For these supplemental purchases, the proposer shall not offer prices to the City in excess of the amounts offered to other similar customers for the same item. If the proposer is willing to offer the City a standard discount on all supplemental purchases from its generally prevailing or published price structure during the contract term, this offer and the amount of discount on a percentage basis should be provided with the proposal submittal. 8.Contractor Invoices The Contractor may deliver either a monthly invoice to the City with the name of the contract and associated purchase order number with itemized detail by work category. Invoices should be received within 15 days of the completion of the invoiced work period. 9.Non-Exclusive Contract. The City reserves the right to purchase the items listed in the Detail Proposal Submittal Form, as well as any supplemental items, from other vendors during the contract term. 10.Unrestrictive Brand Names. Any manufacturer’s names, trade names, brand names or catalog numbers used in the specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Proposals will be considered for any brand that meets or exceeds the quality of the specifications given for any item. In the event an alternate brand name is proposed, supplemental documentation shall be provided demonstrating that the alternate brand name meets or exceeds the requirements specified herein. The burden of proof as to the suitability of any proposed alternatives is upon the proposer, and the City shall be the sole judge in making this determination. 11.Delivery. Prices quoted for all supplies or equipment to be provided under the terms and conditions of this RFP package shall include delivery charges, to be delivered F.O.B. San Luis Obispo by the successful proposer and received by the City within 90 days after authorization to proceed by the City. 12.Change in Work. The City reserves the right to change quantities of any item after contract award. If the total quantity of any changed item varies by 25% or less, there shall be no change in the agreed upon unit price for that item. Unit pricing for any quantity changes per item in excess of 25% shall be subject to negotiation with the Contractor. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 12 8 13.Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 14.Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 13 9 C.PROPOSAL CONTENT 1.Proposal Content. Your proposal must include the following information: Submittal Forms a.Proposal submittal summary. b.Certificate of insurance. c.References from at least three firms for whom you have provided similar services. Qualifications d.Experience of your firm and those of sub-consultants in performing work and projects relevant to the Scope of Services outlined and described in the request. e.Resumes of the individuals who would be assigned to this project, including any sub -consultants, with their corollary experience highlighted and specific roles in this project clearly described. f.Standard hourly billing rates for the assigned staff, including any sub-consultants. g.Statement and explanation of any instances where your firm or sub-consultant has been removed from a project or disqualified from proposing on a project. Work Program h.Detailed description of your approach to completing the work. i.Detailed schedule by task and sub-task for completing the work. j.Estimated hours for your staff in performing each phase and task of the work, including sub- consultants, so we can clearly see who will be doing what work, and how much time it will take. k.Detailed budget by task and sub-task for completing the work. l.Services or data to be provided by the City. m.Services and deliverables provided by the Consultant(s). n.Any other information that would assist us in making this contract award decision. o.Description of assumptions critical to development of the response which may impact cost or scope. Requested Changes to Terms and Conditions p.The City desires to begin work soon after selecting the preferred Consultant Team and expects the Consultant to execute the City’s contract and all of the terms therein, as set forth in Exhibit A. To expedite the contracting process, each submittal shall include requested redlined changes to terms and conditions, if necessary. Please be advised that Consultant’s requested changes to the City’s terms and conditions will be considered by City staff when scoring and determining the competency and responsibility of the bidder. Proposal Length q.Proposal length should only be as long as required to be responsive to the RFP, including attachments and supplemental materials. 2.Proposal Evaluation and Selection. Proposals will be evaluated by a review committee and evaluated on the following criteria: a.Understanding of the work required by the City. b.Quality, clarity and responsiveness of the proposal. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 14 10 c.Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. d.Recent team experience in successfully performing similar services. e.Creativity of the proposed approach in completing the work. f.Value g.Writing skills. h.References. i.Background and experience of the specific individuals managing and assigned to this project. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 3.Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a.Issue RFP b.Receive proposals c.Complete proposal evaluations d.Conduct finalist interviews and finalize recommendation e.Execute contract f.Start work 9/13/2022 10/13/2022 by 10/21/2022 10/24-28/2022 By 11/4/2022 By 11/4/2022 4.Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City and shall be delivered to the City upon demand. 5.Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the property of the City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 6.Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 7.Required Deliverable Products. The Contractor will be required to provide: a.One electronic submission - digital-ready original .pdf of all final documents. If you wish to file a paper copy, please submit in sealed envelope to the address provided in the RFP. b.Corresponding computer files compatible with the following programs whenever possible unless otherwise directed by the project manager: Word Processing: MS Word Spreadsheets: MS Excel Desktop Publishing: InDesign Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 15 11 Virtual Models: Sketch Up Digital Maps: Geodatabase shape files in State Plan Coordinate System as specified by City GIS staff c.City staff will review any documents or materials provided by the Contractor and, where necessary, the Contractor will be required to respond to staff comments and make such changes as deemed appropriate. ALTERNATIVE PROPOSALS 8.Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternative and discuss under what circumstances the City would prefer one alternative to the other(s). 9.Attendance at Meetings and Hearings. As part of the workscope and included in the contract price is attendance by the Contractor at meetings to present and discuss its findings and recommendations. Contractor shall attend as many "working" meetings with staff as necessary in performing work-scope tasks. 10.Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. Bidders are cautioned to undertake an independent analysis of any test results in the specifications, as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the bidder and all subcontractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the plans and specifications that could easily have been ascertained by examining either the project site or accurate test data in the City's possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of bidder to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the bidder. An ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful bidder to achieve the project’s objective or standard beyond the amounts provided there for in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 16 13 F. INSURANCE REQUIREMENTS Insurance Requirements – Standard Professional Services The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit of $2,000,000. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 17 13 3.The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4.Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 18 14 G: PROPOSAL SUBMITTAL FORM The undersigned declares that she or he has carefully examined [__________] which is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing firm; and agrees to perform the specified work for the following cost quoted in full: BID ITEM: Total Base Price Sales tax [] Other TOTAL $ Delivery of equipment to the City to be within _______ calendar days after contract execution and written authorization to proceed. q Certificate of insurance attached; insurance company’s A.M. Best rating: __________________. Firm Name and Address Contact Phone Signature of Authorized Representative Date Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 19 15 REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: . Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 20 16 Reference No. 3 Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 21 17 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. ◼Do you have any disqualification as described in the above paragraph to declare? Yes q No q ◼If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Proposer Representative Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 22 18 EXHIBIT A : FORM OF AGREEMENT CITY OF SAN LUIS OBISPO AGREEMENT FOR PURCHASES OF GOODS AND SERVICES This Agreement is made and entered into in the City of San Luis Obispo on _____________[day, date, year] by and between the City of San Luis Obispo, a municipal corporation, hereinafter referred to as City, and [Contractor’s Name], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City requested proposals for [______________], per Project No. [xxxx] (the “Project”); and WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for the Project; WHEREAS, [_________] NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1.TERM. The term of this Agreement shall be from the date this Agreement is made and entered, for five (5) years. 2.INCORPORATION BY REFERENCE. [Title of City’s RFP/RFQ/IFB] and Contractor's proposal dated [date] is hereby incorporated in and made a part of this Agreement and attached as Exhibit A. To the extent that there are any conflicts between the Contractor’s fees and scope of work and the City’s terms and conditions, the City’s terms and conditions shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3.CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay, and Contractor shall receive therefore compensation [_______]. 4.CONTRACTOR/CONSULTANT’S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specifications. 5.AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager. 6.COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 23 19 herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Name Dept. Address Consultant Name Title Address Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that everyone executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: By:_____________________________________ City Manager APPROVED AS TO FORM: CONSULTANT: ________________________________ By: _____________________________________ City Attorney Name of CAO / President Its: CAO / President Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 24 20 EXHIBIT A [CONTRACTOR’S PROPOSAL] Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 25 21 EXHIBIT B GENERAL TERMS AND CONDITIONS 1. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business license & tax certificate before execution of the contract. Additional information regarding the City’s business tax program may be obtained by calling (805) 781-7134. 2. Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with all federal, state, county, city, and special district laws, ordinances, and regulations. 3. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 5. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 6. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 7. Public and Employee Safety. Whenever the Contractor’s operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 8. Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Contractor’s operations, it shall be replaced or restored at the Contractor’s expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. The Contractor warrants on behalf of itself and all Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 26 22 subcontractors engaged for the performance of this work that only persons authorized to work in the United State pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 10. Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 11. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City’s sole option, be extended for such periods as may be agreed upon by the City and the Contractor. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 12. Payment Terms. The City’s payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor (Net 30). 13. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done, and all materials furnished, if any, shall be subject to the City’s inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 15. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. (a) Non-design, non-construction Professional Services: To the fullest extent permitted by Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 27 23 law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, including the City’s active or passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (b) Non-design, construction Professional Services: To the extent the Scope of Services involve a “construction contract” as that phrase is used in Civil Code Section 2783, this paragraph shall apply in place of paragraph A. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, except for such loss or damage arising from the active negligence, sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (c) Design Professional Services: In the event Consultant is a “design professional”, and the Scope of Services require Consultant to provide “design professional services” as those phrases are used in Civil Code Section 2782.8, this paragraph shall apply in place of paragraphs A or B. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8) Consultant shall indemnify, defend and hold harmless the City and its elected officials, officers, employees, volunteers and agents (“City Indemnitees”), from and against all claims, damages, injuries, losses, and expenses including costs, attorney fees, expert consultant and expert witness fees arising out of, pertaining to or relating to, the negligence, recklessness or willful misconduct of Consultant, except to the extent caused by the sole negligence, active negligence or willful misconduct of the City. Negligence, recklessness or willful misconduct of any subcontractor employed by Consultant shall be conclusively deemed to be the negligence, recklessness or willful misconduct of Consultant unless adequately corrected by Consultant. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. In no event shall the cost to defend charged to Consultant Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 28 24 under this paragraph exceed Consultant’s proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more defendants is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, Consultant shall meet and confer with other parties regarding unpaid defense costs. (d) The review, acceptance or approval of the Consultant’s work or work product by any indemnified party shall not affect, relieve or reduce the Consultant’s indemnification or defense obligations. This Section survives completion of the services or the termination of this contract. The provisions of this Section are not limited by and do not affect the provisions of this contract relating to insurance. 17. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 18. Termination for Convenience. The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom products, the less of a reasonable price for the raw materials, components work in progress and any finished units on hand or the price per unit reflected on this Agreement. For termination of any services pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services rendered prior to termination, or the price for the services reflected on this Agreement. Upon termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the City’s directions as to work in progress and finished goods. 19. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor’s surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the terminations thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City’s Notice of Termination, minus any offset from such payment representing the City’s damages from such breach. “Reasonable value” includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 29 -25- the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Contractor shall be based solely on the City’s assessment of the value of the work-in- progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City’s sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 30 Question and Answers for Bid #2209-001 - Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S   Overall Bid Questions There are no questions associated with this bid.     Question Deadline: Oct 6, 2022 5:00:00 PM PDT Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 31 Parking Meter Coin Collections Services City of San Luis Obispo Bid ID: 2209-001 FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 On behalf of John Girard and myself as partners in FS Collections we appreciate the opportunity to again submit a bid to the City of San Luis Obispo for the Parking Meter Coin Collection contract. Both John and I have provided parking meter coin collection services for the city for about the past 25 years. A lot has changed over those years. Lot 6 which was the Court St. lot was developed as a major retail project as were Lots 11 and 13. Lot 2 is now a hotel. I think the City may have still be using the old “wind up” meters. With the new pay stations and license plate reader vehicles plus the proposed new IPS M5 meters the city has come a long way from the days of the wind up meters. As the city has adapted so have our collection schedules, routes and frequencies. With the addition of the pay stations routes B and G were eliminated and combined with existing routes. The change in rates and hours of enforcement has changed the need for additional collections in some areas that were collected once a week to twice per week to avoid meters jamming do to filling up. It will be interesting to see what changes to collection frequencies may be necessary with the next rate increase. It’s important to have a contractor in place that can recognize necessary changes and the flexibility to do so. Before I get too far along with discussing the specific bid proposal, especially the schedule and frequency, John and I want to share more of our commitment not only to providing a high level of service to city’s parking department but a high level of service to the community Both John and I are lifelong residents of San Luis Obispo. John grew up on Verde Dr and had a home on Benton Way in San Luis Obispo. He now lives out on Tiffany Ranch Rd. I grew up in the Laguna Lake neighborhood where I still live. We are both proud and lucky to make San Luis Obispo our home and I believe that is reflected in our role as ambassadors for the City when we are out in public collecting the meters or the pay stations. We do our best to provide tourists and residents alike with parking information, directions to points of interest (the Mission and Gum Alley are pretty high on the list), where’s the best place for breakfast, and “how do you do the pay station”. John and I are also concerned about our downtown and we both are in the habit of picking up litter and reporting any graffiti on the meters along with other issues that need attention while we are out collecting meters or pay stations. A little discussion about the pay stations and why I’m guessing you may be wonder why is it more to collect those and do they really need to be collected twice a week. The simple answer is they take a lot longer and have ‘issues” that really necessitates them being collected twice a week. Plus I should mention that users quite frequently need help using the machines. I like to say we’ve become like concierge service too. It can take some time to help the public enter their license plate and help them get their credit card read. The Pay Stations are “clunky” and they are spread out all over the downtown and basically they take a long time to collect. The average time to consider for each collection is 5 minutes per station. It doesn’t always take that long but with 3 locks and coins jamming in the chute that leads to the coin box along with coins that somehow spill outside the coin box it can take a long time to collect each one if you have to unjam the Pay Station or scoop out the coins that are piled up inside. And it’s those jams in the coin chute leading to the coin box and the tendency for the coins to spill out into the bottom of the pay station that makes it important to get to them twice per week. If you reduce the frequency you’ll invariably see many stations that are not accepting coins because they are jammed. That will create additional maintenance call outs along with a frustrated public. The meter collection schedule and frequency is currently what is being done. It’s the minimum necessary to keep the meters from filling up and becoming jammed and inoperable. The increase in hours of payment from 9AM-6PM to 9AM-9PM really changed the pattern of meter usage. Some 10 hour meters near the core which would have only been collected once a week now have to be done twice a week or will fill up. That’s why in the proposal you’ll see references “High Use”. Some of those are 10 hour meters which are collected twice now. It will be interesting to see what if any changes need to be made with the new IPS M5 meters which take credit cards along with a substantial rate increase in 2023. John and I look forward to a continued relationship with the City’s Parking Department as the Parking Meter and Pay Station Collections contractor. Sincerely, Brett Cross Partner FS Collections ‘ Parking Meter and Parking Payment Center Coin Collections Services FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 Proposed Collection Schedule Mondays Tuesday’s Wednesday’s Thursday’s Pay Stations 55 Zone E 52 Zone C 151 Pay Stations 55 Zone H Meters 58 Zone F 115 Zone A 52 Zone H Meters 58 Zone E (High Use) 101 Lot 9 19 Zone E (High Use) 55 Lot 4 10 Lot 14 44 Zone F (High Use) 61 Zone F (High Use) 92 Lot 15 6 Lot 4 4 Total Pay Stations Total Pay Stations 55 55 Total Meters Total Meters Total Meters Total Meters 261 236 203 178 Weekly Totals Pay Stations 110 On Street Meters 878 Solicitation 2209-001 Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S Bid Designation: Public City of San Luis Obispo Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 1 Bid 2209-001 Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S Bid Number    2209-001  Bid Title    Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S    Bid Start Date  Sep 13, 2022 9:59:11 AM PDT Bid End Date  Oct 13, 2022 3:00:00 PM PDT Question & Answer End Date  Oct 6, 2022 5:00:00 PM PDT   Bid Contact    Daniel Clancy    dclancy@slocity.org    Contract Duration  5 years Contract Renewal  Not Applicable   Prices Good for  30 days   Bid Comments Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Item Response Form   Item    2209-001-01-01 - Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S Quantity  1 each Unit Price   Delivery Location         City of San Luis Obispo     919 Palm   919 Palm Street   San Luis Obispo CA  93401   Qty 1 Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 2   Expected Expenditure  $1.00 Description Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services. The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app-web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 3 The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities. Telecommunications Device for the Deaf (805) 781-7410. Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 4 TABLE OF CONTENTS A. Scope of Work .......................................................................................................................................... 1 B. Budget………………………………………………………………………………………………………………………………………………..4 C. General Terms and Conditions…………………………………………………………………………………………………………….4 D. Special Terms……………………………………………………………………………………………………………………………………..6 E. Proposal Content………………………………………………………………………………………………………………………………..8 F. Insurance………………………………………………………………………………………………………………………………………….12 G. Proposal Submittal Form………………………………………………………………………………………………………………….14 Exhibit A - Form of Agreement Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 5 1 A. SCOPE OF WORK The City is requesting proposals for parking meter collection services located on streets and in parking lots. 1. Collection Procedure. In performing this work, the collection contractor shall adhere to the following procedure: a. Meter and payment center collections begin at the Parking Services Office located at 1260 Chorro Street, Suite B, San Luis Obispo. b. Contractor will pick up the keys required to open the meters and payment centers to be collected that day. c. Contract will sign for receipt of the keys picked up. d. Contractor will pick up the appropriate cart and collection canister required for the street zone(s) and/or parking lot(s) to be collected. (The collection canisters may be different; some zones/lots may have sealed or open coin cans.) e. Contractor will begin the walking route for the appropriate street zone or parking lot to be collected. f. For each parking meter or payment center to be collected, Contractor will adhere to the following procedure: 1) Unlock and open the coin can compartment or vault. 2) Remove the coin can and empty it into the collection canister. 3) Replace the coin can in its compartment or vault. 4) Lock the coin can compartment or vault. 5) If observable meter or payment center repairs are required, record them on a parking meter repair form. 6) Note any vandalism or theft on a parking meter repair form. g. Contractor will return to the Parking Services Office when the zone and/or lot collection is completed. h. Contractor will remove the collection canister from the collection cart in the presence of a City employee. i. Contractor will record the date, time, location, initials and the number of bags to be filled on a collection slip. Contractor will attach the collection slip to the collection canister and move the canister to the designated storage area in the presence of a City employee. j. Go back to Step d. if continuing collections. k. When all scheduled meter collections have been completed for the day, Contractor will unlock all collection canisters in the presence of a City employee. l. Contractor will remove the collection bags from inside the collection canisters and place the coin into sealable coin bags labeled with the appropriate zone and/or lot number. This procedure is done in the weighing/collection room with a City employee monitoring and sealing the coin bags. Contractor will place an empty collection bag into each collection canister and lock the canister in the presence of the City employee. m. The City employee shall complete a receipt of uncounted sealed coin bags on a form furnished by Garda. n. Contractor shall place all sealed coin bags inside the City’s safe in the presence of the City employee. o. Contractor shall return the keys required for the meters and payment centers collected that day. p. A City employee shall sign for receipt of the returned keys in a logbook maintained by the City. q. Contractor will turn in meter repair forms to the meter repair shop. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 6 2 2. Collection Schedule. Parking meters and payment centers to be collected are organized into street zones and parking lots, which are shown on the map at the end of this section. The Contractor shall perform the specified work according to the following schedule. The City may change this schedule at any time but shall give the Contractor at least seven calendar days’ notice of the change. The Contractor shall not deviate from this schedule without prior written permission from the City. The Contractor sha ll not perform the specified work on any holiday observed by the City without prior written permission from the City. Note: The number of collections is only an estimate and is subject to change. Mondays Tuesdays Wednesdays Thursdays Fridays Zone D Upper Zone A Zone B Zone C Zone D Lower Zone G Zone E Zone G Zone D Upper Zone G Zone B Zone H Zone F Zone Part B Lot 2 Zone D Lower Lot 9 Zone Part H Lot 4 Lot 14 Lot 3 Lot 2 Lot 10 Lot 11 Lot 15 Lot 4 Lot 3 Lot 10 Lot 11 (±439 Collections) (±499 Collections) (±469 Collections) (±433 Collections) (±450 Collections) Donation Meters (7±) ** **Donation Meters. In an effort to redirect money given to panhandlers, these recycled parking meters encourage Downtown patrons to give to local programs that are working to improve conditions for those in need. United Way of San Luis Obispo County is the fiscal agent for downtown donatio n meters in partnership with the City of San Luis Obispo and the San Luis Obispo Downtown Association. These 7 donation meters may be collected by Contractor while servicing the City meters without an additional cost or Contractor will submit a separate invoice to the United Way San Luis Obispo for their time based on the same fee schedule as that used in setting the fees for the other meter collections. The money collected will be bagged separately from the City’s collections and picked up by the United Way of San Luis Obispo. 3. Collection Hours. The Contractor shall perform the specified work only on weekdays (Monday through Friday). Suggested start time for collection is 8:00 a.m. and will continue until the collections scheduled for that day are completed. Collections must be completed for the assigned day and the coin bagged no later than 4:00 p.m. The collection/bagging room is not available between the hours of noon – 1:30 p.m. for bagging of coin. Coin bagging is subject to the availability of staff. Due to various meetings and or special events, the collection and/or bagging of coin may have to be postponed and/or rescheduled. Contractor will be given advance notice whenever possible of any schedule changes. Contractor may have additional zones/lots to collect in addition to the regularly scheduled collections due to office closures and other circumstances. These additional collections must be made and bagged no later than 4:00 p.m. the same day as collected. No changes to the regular collection hours will be made by the Contractor without prior written permission from the City. 4. Collection Equipment. The City shall furnish two collection carts, eight lockable collection canisters, and one coin bag holder. The Contractor shall be responsible for any periodic maintenance required on this equipment and for any routine repair to the equipment that costs less than one hundred dollars ($100). Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 7 3 City will maintain tires, tubes and canning mechanisms. The City shall provide locks and keys fo r the collection canisters. 5. Qualifications of Collection Workers. Contractor will provide a list of collection workers for approval by the City on the proposal form. Contractor will inform the City of any changes in collection workers prior to their start of work. Collection workers shall be competent and qualified to perform the specified work. Collection workers will have worked in a cash handling environment. No collection worker shall perform any of the specified work without (a) passing a background security check conducted by the City; (b) a credit check conducted by the City; and (c) receiving written permission from the City to perform the specified work. Each collection worker shall be able to comfortably lift a collection canister weighing up to 140 pounds. A cash bond of ten thousand dollars ($10,000) will be required for the contract. All collection workers shall meet all of the contract qualifications and requirements. 6. Conduct of Collection Workers. Collection workers shall perform the specified work in an orderly manner and shall avoid even the appearance of impropriety in any form. If the City representative advises the Contractor that a collection worker is incompetent, unqualified, or disorderly, the Contractor shall remove that collection worker from the specified work for the duration of the agreement. While performing the specified work, a collection worker shall not bring to the work locations any pets, any children, or any persons not employed under the agreement. Contractor and collection workers are not authorized to discuss confidential information that is learned in the course and scope of the performance of this contract with private third parties or the press without prior written authorization of the City. 7. Uniforms for Collection Workers. While performing the specified work collection workers shall wear simple but distinctive uniforms which have been approved in advance by the City and which shall clearly identify the collection workers as representatives of the City. Uniforms shall be neat, clean and kept in good appearance at all times. The City shall furnish official City of San Luis Obispo uniform patches that must be affixed to the uniforms. The Contractor shall furnish all required uniforms, footwear, headgear, jackets, or inclement weather gear. 8. Providing for Vacations, Illnesses, or Other Absences of Collection Workers. The Contractor shall maintain a staff of at least two (2) fully qualified collection workers in order to continue performing the specified work when a collection worker takes time off for vacation, illness, or other absence. The Contractor shall list at least two proposed collection workers on the proposal form. 9. Responsibility for Loss or Damage of City Property. The Contractor shall be responsible for City property while it is in the Contractor’s custody. The Contractor shall replace or repair City property, including specifically coin revenue and collection equipment, lost or damaged as a result of the Contractor’s actions or negligence. The Contractor shall not be responsible for loss or damage caused by theft and vandalism by third parties, unless the theft or damage results from the Contractor’s negligence. In the event the Contractor fails to perform the required collections on any scheduled day, the Contractor shall be liable for all lost revenue because of their negligence. This amount shall not exceed the average daily amount collected on that scheduled day. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 8 4 B. GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall meet all the terms, and conditions of the Request for Proposals (RFP) project package. By virtue of its proposal submittal, the bidder acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be submitted electronically via BidSync. However, if you can’t submit electronic please send your bid copy in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To guard against premature opening, the proposal should be clearly labeled with the proposal title, project number, name of bidder, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the bidder’s insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder’s intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the bidder unopened. No proposal received after the time specified or at any place other than that stated in the “Notice Inviting Bids/Requesting Proposals” will be considered. All proposals will be opened and declared publicly. Bidders or their represent atives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested as the primary submitter in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub - proposal to a bidder submitting a proposal, or who has quoted prices on materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting proposals. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 9 5 7. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged but will be permitted. However, any such oral communication shall not be binding on the City. CONTRACT AWARD AND EXECUTION 8. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the “special terms and conditions” in Section C of these specifications for proposal evaluation and contract award criteria. 9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of bidders. Bidders will provide, in a timely manner, all information that the City deems necessary to make such a decision. 10. Contract Requirement. The bidder to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award. The contract shall be made in the form adopted by the City and incorporated in these specifications. CONTRACT PERFORMANCE 11. The City’s contract terms and conditions that [Contractor/Consultant] will be expected to execute and be bound by are attached hereto as Exhibit A Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 10 6 D. SPECIAL TERMS AND CONDITIONS 1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms and Conditions) of these specifications, the contract will be awarded to the lowest responsible, responsive proposer. Phase 1 – Proposal Review The review committee will review the general proposal forms submitted (Information about the Proposing Firm, References, Statement of Past Contract Disqualifications, and Insurance Certificate). Three to five proposing firms will be selected for follow-up interviews based on a) quality, clarity and responsiveness of the proposal b) competence and qualifications necessary for successfully performing the work and c) recent experience in successfully performing similar services. Phase 2 – Interviews and Contractor Selection Selected firms will be interviewed by the review committee. The purposes of this interview will be to a) evaluate communication and interpersonal skills and b) clarify and resolve any questions and issues about the proposal. Based on results of the interviews, the review committee will rank the proposing firms. Phase 3 – Evaluation of Price and Award of Contract After selecting the top-ranked firms, the review committee will open all the submitted price proposals from the selected firms. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 2. Sales Tax Reimbursement. For sales occurring within the City of San Luis Obispo, the City receives sales tax revenues. Therefore, for bids from retail firms located in the City at the time of proposal closing for which sales tax is allocated to the City, 1% of the taxable amount of the bid will be deducted from the proposal by the City in calculating and determining the lowest responsible, responsive proposer. 3. Labor Actions. In the event that the successful proposer is experiencing a labor action at the time of contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves the right to declare said proposer is no longer the lowest responsible, responsive proposer and to accept the next acceptable low proposal from a proposer that is not experiencing a labor action, and to declare it to be the lowest responsible, responsive proposer. 4. Failure to Accept Contract. The following will occur if the proposer to whom the award is made (Contractor) fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a proposer’s bond or security is required; and an award may be made to the next lowest responsible, responsive proposer who shall fulfill every stipulation as if it were the Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 11 7 party to whom the first award was made. 5.Contract Term. The services identified in this specification will be used by the City for five (5) years. The prices quoted for these items must be valid for the entire period indicated above unless otherwise conditioned by the proposer in its proposal. 6.Compensation Adjustment. Original contract prices shall remain in effect through June 30, 2024. Beginning on July 1, 2024, contract prices shall be increased by a percentage equal to the percentage increase in the U.S. Consumer Price Index/All Urban Consumers (CPI-U) from March in the previous year to March in the year of adjustment. 7.Supplemental Purchases Supplemental Purchases. Supplemental purchases may be made from the successful proposer during the contract term in addition to the items listed in the Detail Proposal Submittal Form. For these supplemental purchases, the proposer shall not offer prices to the City in excess of the amounts offered to other similar customers for the same item. If the proposer is willing to offer the City a standard discount on all supplemental purchases from its generally prevailing or published price structure during the contract term, this offer and the amount of discount on a percentage basis should be provided with the proposal submittal. 8.Contractor Invoices The Contractor may deliver either a monthly invoice to the City with the name of the contract and associated purchase order number with itemized detail by work category. Invoices should be received within 15 days of the completion of the invoiced work period. 9.Non-Exclusive Contract. The City reserves the right to purchase the items listed in the Detail Proposal Submittal Form, as well as any supplemental items, from other vendors during the contract term. 10.Unrestrictive Brand Names. Any manufacturer’s names, trade names, brand names or catalog numbers used in the specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Proposals will be considered for any brand that meets or exceeds the quality of the specifications given for any item. In the event an alternate brand name is proposed, supplemental documentation shall be provided demonstrating that the alternate brand name meets or exceeds the requirements specified herein. The burden of proof as to the suitability of any proposed alternatives is upon the proposer, and the City shall be the sole judge in making this determination. 11.Delivery. Prices quoted for all supplies or equipment to be provided under the terms and conditions of this RFP package shall include delivery charges, to be delivered F.O.B. San Luis Obispo by the successful proposer and received by the City within 90 days after authorization to proceed by the City. 12.Change in Work. The City reserves the right to change quantities of any item after contract award. If the total quantity of any changed item varies by 25% or less, there shall be no change in the agreed upon unit price for that item. Unit pricing for any quantity changes per item in excess of 25% shall be subject to negotiation with the Contractor. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 12 8 13.Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 14.Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 13 9 C.PROPOSAL CONTENT 1.Proposal Content. Your proposal must include the following information: Submittal Forms a.Proposal submittal summary. b.Certificate of insurance. c.References from at least three firms for whom you have provided similar services. Qualifications d.Experience of your firm and those of sub-consultants in performing work and projects relevant to the Scope of Services outlined and described in the request. e.Resumes of the individuals who would be assigned to this project, including any sub -consultants, with their corollary experience highlighted and specific roles in this project clearly described. f.Standard hourly billing rates for the assigned staff, including any sub-consultants. g.Statement and explanation of any instances where your firm or sub-consultant has been removed from a project or disqualified from proposing on a project. Work Program h.Detailed description of your approach to completing the work. i.Detailed schedule by task and sub-task for completing the work. j.Estimated hours for your staff in performing each phase and task of the work, including sub- consultants, so we can clearly see who will be doing what work, and how much time it will take. k.Detailed budget by task and sub-task for completing the work. l.Services or data to be provided by the City. m.Services and deliverables provided by the Consultant(s). n.Any other information that would assist us in making this contract award decision. o.Description of assumptions critical to development of the response which may impact cost or scope. Requested Changes to Terms and Conditions p.The City desires to begin work soon after selecting the preferred Consultant Team and expects the Consultant to execute the City’s contract and all of the terms therein, as set forth in Exhibit A. To expedite the contracting process, each submittal shall include requested redlined changes to terms and conditions, if necessary. Please be advised that Consultant’s requested changes to the City’s terms and conditions will be considered by City staff when scoring and determining the competency and responsibility of the bidder. Proposal Length q.Proposal length should only be as long as required to be responsive to the RFP, including attachments and supplemental materials. 2.Proposal Evaluation and Selection. Proposals will be evaluated by a review committee and evaluated on the following criteria: a.Understanding of the work required by the City. b.Quality, clarity and responsiveness of the proposal. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 14 10 c.Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. d.Recent team experience in successfully performing similar services. e.Creativity of the proposed approach in completing the work. f.Value g.Writing skills. h.References. i.Background and experience of the specific individuals managing and assigned to this project. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 3.Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a.Issue RFP b.Receive proposals c.Complete proposal evaluations d.Conduct finalist interviews and finalize recommendation e.Execute contract f.Start work 9/13/2022 10/13/2022 by 10/21/2022 10/24-28/2022 By 11/4/2022 By 11/4/2022 4.Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City and shall be delivered to the City upon demand. 5.Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the property of the City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 6.Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 7.Required Deliverable Products. The Contractor will be required to provide: a.One electronic submission - digital-ready original .pdf of all final documents. If you wish to file a paper copy, please submit in sealed envelope to the address provided in the RFP. b.Corresponding computer files compatible with the following programs whenever possible unless otherwise directed by the project manager: Word Processing: MS Word Spreadsheets: MS Excel Desktop Publishing: InDesign Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 15 11 Virtual Models: Sketch Up Digital Maps: Geodatabase shape files in State Plan Coordinate System as specified by City GIS staff c.City staff will review any documents or materials provided by the Contractor and, where necessary, the Contractor will be required to respond to staff comments and make such changes as deemed appropriate. ALTERNATIVE PROPOSALS 8.Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternative and discuss under what circumstances the City would prefer one alternative to the other(s). 9.Attendance at Meetings and Hearings. As part of the workscope and included in the contract price is attendance by the Contractor at meetings to present and discuss its findings and recommendations. Contractor shall attend as many "working" meetings with staff as necessary in performing work-scope tasks. 10.Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. Bidders are cautioned to undertake an independent analysis of any test results in the specifications, as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the bidder and all subcontractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the plans and specifications that could easily have been ascertained by examining either the project site or accurate test data in the City's possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of bidder to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the bidder. An ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful bidder to achieve the project’s objective or standard beyond the amounts provided there for in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 16 13 F. INSURANCE REQUIREMENTS Insurance Requirements – Standard Professional Services The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit of $2,000,000. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 17 13 3.The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4.Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 18 14 G: PROPOSAL SUBMITTAL FORM The undersigned declares that she or he has carefully examined [__________] which is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing firm; and agrees to perform the specified work for the following cost quoted in full: BID ITEM: Total Base Price Sales tax [] Other TOTAL $ Delivery of equipment to the City to be within _______ calendar days after contract execution and written authorization to proceed. q Certificate of insurance attached; insurance company’s A.M. Best rating: __________________. Firm Name and Address Contact Phone Signature of Authorized Representative Date Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 19 15 REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: . Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 20 16 Reference No. 3 Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 21 17 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. ◼Do you have any disqualification as described in the above paragraph to declare? Yes q No q ◼If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Proposer Representative Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 22 18 EXHIBIT A : FORM OF AGREEMENT CITY OF SAN LUIS OBISPO AGREEMENT FOR PURCHASES OF GOODS AND SERVICES This Agreement is made and entered into in the City of San Luis Obispo on _____________[day, date, year] by and between the City of San Luis Obispo, a municipal corporation, hereinafter referred to as City, and [Contractor’s Name], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City requested proposals for [______________], per Project No. [xxxx] (the “Project”); and WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for the Project; WHEREAS, [_________] NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1.TERM. The term of this Agreement shall be from the date this Agreement is made and entered, for five (5) years. 2.INCORPORATION BY REFERENCE. [Title of City’s RFP/RFQ/IFB] and Contractor's proposal dated [date] is hereby incorporated in and made a part of this Agreement and attached as Exhibit A. To the extent that there are any conflicts between the Contractor’s fees and scope of work and the City’s terms and conditions, the City’s terms and conditions shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3.CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay, and Contractor shall receive therefore compensation [_______]. 4.CONTRACTOR/CONSULTANT’S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specifications. 5.AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager. 6.COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 23 19 herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Name Dept. Address Consultant Name Title Address Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that everyone executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: By:_____________________________________ City Manager APPROVED AS TO FORM: CONSULTANT: ________________________________ By: _____________________________________ City Attorney Name of CAO / President Its: CAO / President Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 24 20 EXHIBIT A [CONTRACTOR’S PROPOSAL] Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 25 21 EXHIBIT B GENERAL TERMS AND CONDITIONS 1. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business license & tax certificate before execution of the contract. Additional information regarding the City’s business tax program may be obtained by calling (805) 781-7134. 2. Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with all federal, state, county, city, and special district laws, ordinances, and regulations. 3. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 5. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 6. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 7. Public and Employee Safety. Whenever the Contractor’s operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 8. Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Contractor’s operations, it shall be replaced or restored at the Contractor’s expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. The Contractor warrants on behalf of itself and all Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 26 22 subcontractors engaged for the performance of this work that only persons authorized to work in the United State pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 10. Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 11. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City’s sole option, be extended for such periods as may be agreed upon by the City and the Contractor. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 12. Payment Terms. The City’s payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor (Net 30). 13. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done, and all materials furnished, if any, shall be subject to the City’s inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 15. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. (a) Non-design, non-construction Professional Services: To the fullest extent permitted by Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 27 23 law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, including the City’s active or passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (b) Non-design, construction Professional Services: To the extent the Scope of Services involve a “construction contract” as that phrase is used in Civil Code Section 2783, this paragraph shall apply in place of paragraph A. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, except for such loss or damage arising from the active negligence, sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (c) Design Professional Services: In the event Consultant is a “design professional”, and the Scope of Services require Consultant to provide “design professional services” as those phrases are used in Civil Code Section 2782.8, this paragraph shall apply in place of paragraphs A or B. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8) Consultant shall indemnify, defend and hold harmless the City and its elected officials, officers, employees, volunteers and agents (“City Indemnitees”), from and against all claims, damages, injuries, losses, and expenses including costs, attorney fees, expert consultant and expert witness fees arising out of, pertaining to or relating to, the negligence, recklessness or willful misconduct of Consultant, except to the extent caused by the sole negligence, active negligence or willful misconduct of the City. Negligence, recklessness or willful misconduct of any subcontractor employed by Consultant shall be conclusively deemed to be the negligence, recklessness or willful misconduct of Consultant unless adequately corrected by Consultant. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. In no event shall the cost to defend charged to Consultant Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 28 24 under this paragraph exceed Consultant’s proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more defendants is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, Consultant shall meet and confer with other parties regarding unpaid defense costs. (d) The review, acceptance or approval of the Consultant’s work or work product by any indemnified party shall not affect, relieve or reduce the Consultant’s indemnification or defense obligations. This Section survives completion of the services or the termination of this contract. The provisions of this Section are not limited by and do not affect the provisions of this contract relating to insurance. 17. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 18. Termination for Convenience. The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom products, the less of a reasonable price for the raw materials, components work in progress and any finished units on hand or the price per unit reflected on this Agreement. For termination of any services pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services rendered prior to termination, or the price for the services reflected on this Agreement. Upon termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the City’s directions as to work in progress and finished goods. 19. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor’s surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the terminations thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City’s Notice of Termination, minus any offset from such payment representing the City’s damages from such breach. “Reasonable value” includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 29 -25- the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Contractor shall be based solely on the City’s assessment of the value of the work-in- progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City’s sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 30 Question and Answers for Bid #2209-001 - Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S   Overall Bid Questions There are no questions associated with this bid.     Question Deadline: Oct 6, 2022 5:00:00 PM PDT Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 31 Parking Meter Coin Collections Services City of San Luis Obispo Bid ID: 2209-001 FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 On behalf of John Girard and myself as partners in FS Collections we appreciate the opportunity to again submit a bid to the City of San Luis Obispo for the Parking Meter Coin Collection contract. Both John and I have provided parking meter coin collection services for the city for about the past 25 years. A lot has changed over those years. Lot 6 which was the Court St. lot was developed as a major retail project as were Lots 11 and 13. Lot 2 is now a hotel. I think the City may have still be using the old “wind up” meters. With the new pay stations and license plate reader vehicles plus the proposed new IPS M5 meters the city has come a long way from the days of the wind up meters. As the city has adapted so have our collection schedules, routes and frequencies. With the addition of the pay stations routes B and G were eliminated and combined with existing routes. The change in rates and hours of enforcement has changed the need for additional collections in some areas that were collected once a week to twice per week to avoid meters jamming do to filling up. It will be interesting to see what changes to collection frequencies may be necessary with the next rate increase. It’s important to have a contractor in place that can recognize necessary changes and the flexibility to do so. Before I get too far along with discussing the specific bid proposal, especially the schedule and frequency, John and I want to share more of our commitment not only to providing a high level of service to city’s parking department but a high level of service to the community Both John and I are lifelong residents of San Luis Obispo. John grew up on Verde Dr and had a home on Benton Way in San Luis Obispo. He now lives out on Tiffany Ranch Rd. I grew up in the Laguna Lake neighborhood where I still live. We are both proud and lucky to make San Luis Obispo our home and I believe that is reflected in our role as ambassadors for the City when we are out in public collecting the meters or the pay stations. We do our best to provide tourists and residents alike with parking information, directions to points of interest (the Mission and Gum Alley are pretty high on the list), where’s the best place for breakfast, and “how do you do the pay station”. John and I are also concerned about our downtown and we both are in the habit of picking up litter and reporting any graffiti on the meters along with other issues that need attention while we are out collecting meters or pay stations. A little discussion about the pay stations and why I’m guessing you may be wonder why is it more to collect those and do they really need to be collected twice a week. The simple answer is they take a lot longer and have ‘issues” that really necessitates them being collected twice a week. Plus I should mention that users quite frequently need help using the machines. I like to say we’ve become like concierge service too. It can take some time to help the public enter their license plate and help them get their credit card read. The Pay Stations are “clunky” and they are spread out all over the downtown and basically they take a long time to collect. The average time to consider for each collection is 5 minutes per station. It doesn’t always take that long but with 3 locks and coins jamming in the chute that leads to the coin box along with coins that somehow spill outside the coin box it can take a long time to collect each one if you have to unjam the Pay Station or scoop out the coins that are piled up inside. And it’s those jams in the coin chute leading to the coin box and the tendency for the coins to spill out into the bottom of the pay station that makes it important to get to them twice per week. If you reduce the frequency you’ll invariably see many stations that are not accepting coins because they are jammed. That will create additional maintenance call outs along with a frustrated public. The meter collection schedule and frequency is currently what is being done. It’s the minimum necessary to keep the meters from filling up and becoming jammed and inoperable. The increase in hours of payment from 9AM-6PM to 9AM-9PM really changed the pattern of meter usage. Some 10 hour meters near the core which would have only been collected once a week now have to be done twice a week or will fill up. That’s why in the proposal you’ll see references “High Use”. Some of those are 10 hour meters which are collected twice now. It will be interesting to see what if any changes need to be made with the new IPS M5 meters which take credit cards along with a substantial rate increase in 2023. John and I look forward to a continued relationship with the City’s Parking Department as the Parking Meter and Pay Station Collections contractor. Sincerely, Brett Cross Partner FS Collections ‘ Parking Meter and Parking Payment Center Coin Collections Services FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 Proposed Collection Schedule Mondays Tuesday’s Wednesday’s Thursday’s Pay Stations 55 Zone E 52 Zone C 151 Pay Stations 55 Zone H Meters 58 Zone F 115 Zone A 52 Zone H Meters 58 Zone E (High Use) 101 Lot 9 19 Zone E (High Use) 55 Lot 4 10 Lot 14 44 Zone F (High Use) 61 Zone F (High Use) 92 Lot 15 6 Lot 4 4 Total Pay Stations Total Pay Stations 55 55 Total Meters Total Meters Total Meters Total Meters 261 236 203 178 Weekly Totals Pay Stations 110 On Street Meters 878 1 From:Brett Cross < Sent:Thursday, August 21, 2025 8:41 PM To:King, Donna Subject:Fw: FS Collections July 2025 Invoice #0725 Attachments:FSC0725.xlsx Just checking to see if you got July’s invoice. I might have missed your confirmation response Brett ----- Forwarded Message ----- From: Brett Cross < To: Donna King <dking@slocity.org> Sent: Sunday, August 10, 2025 at 10:01:27 PM PDT Subject: FS Collections July 2025 Invoice #0725 Attached in Invoice #0725 for July 1, 2025 through July 31, 2025 Sincerely, Brett Cross-partner FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0725 Billing Period July 1, 2025 through July 31, 2025 Total Collections Rate Rate 3723.00 less meters 20 0.56 $2,073.68 Pay Stations 509 $5.50 0 $2,799.50 Collection Dates not collected Amount Due $4,873.18 7/1/2025 7/2/2025 7/3/2025 E,F,9,15 C,A.lot 11 PS H, E(HU), F (HU),4 247 195 173 615 7/7/2025 7/8/2025 7/9/2025 7/10/2025 PS, H, E(HU),4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 7/14/2015 7/15/2025 7/16/2025 7/17/2025 PS, H, E(HU),4 E,F,9,15 C,A,lot11 PS H, E(HU), F (HU),4 162 247 195 173 777 7/21/2025 7/22/1975 7/23/2025 7/24/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 7/28/2025 7/29/2025 7/30/2025 7/31/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 collections by Zones Full Lots A 51 842 Palm removed C 144 4 9 D Pay Stations. 9 19 Paystations 56 rate $5.50 11 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 170 F (HU) Thursday 43 Lot 11 1 paystation H 52 15 6 1 From:Rice, Jennifer Sent:Thursday, August 21, 2025 4:06 PM To:Floyd, Aaron Subject:FW: FS Collections Notification of Contract Termination Attachments:Parking Meter Coin Collections Services City of San Luis Obispo cover letter.docx; Parking_Meter_and_Parking_Payment_Center_Coin_Collections_Services.docx; Packet_for_Bid_ 2209-001.pdf; Scan_0019 (1).pdf; Scan_0021.pdf FYI, see below leƩer. Let me know if you think Donna or I should put any addiƟonal informaƟon together for Whitney or ChrisƟne, although I feel that the approved CMR has sufficient informaƟon. The claims that BreƩ is alluding to below regarding his understanding that he was awarded the contract from the 2022 RFP, is not something I am aware of, however I don't know what conversaƟons Gaven previously had with him, and there is certainly no formal approval. Jennifer Rice, PTP, AICP pronouns she/her/hers Deputy Director of Mobility Services Public Works Mobility Services 1260 Chorro, San Luis Obispo, CA 93401-3218 E jrice@slocity.org T 805.781.7058 slocity.org Stay connected with the City by signing up for e-noƟficaƟons -----Original Message----- From: BreƩ Cross < Sent: Thursday, August 21, 2025 2:19 PM To: Rice, Jennifer <jrice@slocity.org>; Dietrick, ChrisƟne <cdietric@slocity.org>; McDonald, Whitney <WMcDonal@slocity.org>; Fuchs, Alex <afuchs@slocity.org>; King, Donna <DKing@slocity.org> Subject: FS CollecƟons NoƟficaƟon of Contract TerminaƟon Dear Sir or Madam, On Wednesday August 20th I, as a partner of FS CollecƟons, was informed by Donna King- Parking Program Manager that the contract with FS CollecƟons was being terminated on October 31 of this year. The leƩer indicates the contract was "informally" extended on a month to month basis on July 1, 2020. However, on September 13, 2022 the City adverƟsed for SolicitaƟon 2209-001 NoƟce RequesƟng Proposals / QualificaƟons for Parking Meter Coin CollecƟon. The bid end date was October 13, 2022. FS CollecƟons submiƩed a proposal dated October 4, 2022 within the deadline outlined in the bid packet. The bid was received, and the bid was not rejected. The bid packet outlines the City's obligaƟons for review and execuƟon of the contract which was November 4, 2022. I was informed that the contract signatures were going to be signed by the City. Why they were not signed in a Ɵmely maƩer and in accordance with the contract is unknown. FS CollecƟons was never informed that the City did not intend to formalize the contract. My understanding was that due to the total 5 year contract costs exceeding city policy limits the contract needed to be adopted by the City Council. And we assumed that staff would prepare a report to the City Council for acƟon. At some point I became aware that City parking staff were going to prepare a report to the City Administrator to recognize FS CollecƟons as a "Sole Source Provider" therefore only needing signing by the City Administrator and City AƩorney to effectuate the contract. Apparently this approach was being considered 2 due to the Finance Department puƫng pressure on the Parking Department to finalize the contract. My understanding is that finance needed the contract to be signed in order to disperse funds. I hadn't heard anything beyond that. If we had known that the City was going to now "claim" that because the City hadn't finalized the contract that it was only an extension of a previous month to month agreement and could be terminated at basically at any point we would have insisted the contract be signed as outlined in the bid documents. We were being generous, maybe too generous, in not having the contract finalized on November 4th, 2022 in order to give the City Ɵme to figure out what was needed to have the contract signed. I'll admit that we should not have been so lenient towards the City. The City should have signed the contract but for whatever reasons waited and waited. That's not FS CollecƟons fault. And now to say, "well you were really only working month to month" is rather disingenuous and it's not the right way to do business. It really isn't. Given that it was FS CollecƟons accommodaƟng the City and the fact there is only 2 more years leŌ on the contract. It would have been beƩer so just have said we're going to do our own collecƟons in the single space meters as they are removed and are replaced with pay staƟons or we'd like to hear what you propose. Apparently, the decision to bring coin collecƟons "in house" is being driven by the replacement of the single space parking meters to pay staƟons and the anƟcipated reducƟon in coins. That's certainly true however FS CollecƟons believe that given the bid submiƩal and indicaƟons from various staff since the bid was received and not rejected it is sƟll subject to the terms and condiƟons. Accordingly, we believe the contract sƟll should be in effect for approximately 2 more years. If City staff would like to discuss the collecƟon of newly installed pay staƟons in the current single space zones we would be happy to discuss that. However, the contract submiƩal included already exisƟng pay staƟons. If the City wishes to collect any newly installed pay staƟons in single space meter zones that is your decision. Sincerely, BreƩ Cross Partner FS CollecƟon 1217 Mariners Cove San Luis Obispo, CA 93405 Solicitation 2209-001 Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S Bid Designation: Public City of San Luis Obispo Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 1 Bid 2209-001 Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S Bid Number    2209-001  Bid Title    Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S    Bid Start Date  Sep 13, 2022 9:59:11 AM PDT Bid End Date  Oct 13, 2022 3:00:00 PM PDT Question & Answer End Date  Oct 6, 2022 5:00:00 PM PDT   Bid Contact    Daniel Clancy    dclancy@slocity.org    Contract Duration  5 years Contract Renewal  Not Applicable   Prices Good for  30 days   Bid Comments Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Item Response Form   Item    2209-001-01-01 - Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S Quantity  1 each Unit Price   Delivery Location         City of San Luis Obispo     919 Palm   919 Palm Street   San Luis Obispo CA  93401   Qty 1 Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 2   Expected Expenditure  $1.00 Description Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services. The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app-web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 3 The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities. Telecommunications Device for the Deaf (805) 781-7410. Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 4 TABLE OF CONTENTS A. Scope of Work .......................................................................................................................................... 1 B. Budget………………………………………………………………………………………………………………………………………………..4 C. General Terms and Conditions…………………………………………………………………………………………………………….4 D. Special Terms……………………………………………………………………………………………………………………………………..6 E. Proposal Content………………………………………………………………………………………………………………………………..8 F. Insurance………………………………………………………………………………………………………………………………………….12 G. Proposal Submittal Form………………………………………………………………………………………………………………….14 Exhibit A - Form of Agreement Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 5 1 A. SCOPE OF WORK The City is requesting proposals for parking meter collection services located on streets and in parking lots. 1. Collection Procedure. In performing this work, the collection contractor shall adhere to the following procedure: a. Meter and payment center collections begin at the Parking Services Office located at 1260 Chorro Street, Suite B, San Luis Obispo. b. Contractor will pick up the keys required to open the meters and payment centers to be collected that day. c. Contract will sign for receipt of the keys picked up. d. Contractor will pick up the appropriate cart and collection canister required for the street zone(s) and/or parking lot(s) to be collected. (The collection canisters may be different; some zones/lots may have sealed or open coin cans.) e. Contractor will begin the walking route for the appropriate street zone or parking lot to be collected. f. For each parking meter or payment center to be collected, Contractor will adhere to the following procedure: 1) Unlock and open the coin can compartment or vault. 2) Remove the coin can and empty it into the collection canister. 3) Replace the coin can in its compartment or vault. 4) Lock the coin can compartment or vault. 5) If observable meter or payment center repairs are required, record them on a parking meter repair form. 6) Note any vandalism or theft on a parking meter repair form. g. Contractor will return to the Parking Services Office when the zone and/or lot collection is completed. h. Contractor will remove the collection canister from the collection cart in the presence of a City employee. i. Contractor will record the date, time, location, initials and the number of bags to be filled on a collection slip. Contractor will attach the collection slip to the collection canister and move the canister to the designated storage area in the presence of a City employee. j. Go back to Step d. if continuing collections. k. When all scheduled meter collections have been completed for the day, Contractor will unlock all collection canisters in the presence of a City employee. l. Contractor will remove the collection bags from inside the collection canisters and place the coin into sealable coin bags labeled with the appropriate zone and/or lot number. This procedure is done in the weighing/collection room with a City employee monitoring and sealing the coin bags. Contractor will place an empty collection bag into each collection canister and lock the canister in the presence of the City employee. m. The City employee shall complete a receipt of uncounted sealed coin bags on a form furnished by Garda. n. Contractor shall place all sealed coin bags inside the City’s safe in the presence of the City employee. o. Contractor shall return the keys required for the meters and payment centers collected that day. p. A City employee shall sign for receipt of the returned keys in a logbook maintained by the City. q. Contractor will turn in meter repair forms to the meter repair shop. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 6 2 2. Collection Schedule. Parking meters and payment centers to be collected are organized into street zones and parking lots, which are shown on the map at the end of this section. The Contractor shall perform the specified work according to the following schedule. The City may change this schedule at any time but shall give the Contractor at least seven calendar days’ notice of the change. The Contractor shall not deviate from this schedule without prior written permission from the City. The Contractor sha ll not perform the specified work on any holiday observed by the City without prior written permission from the City. Note: The number of collections is only an estimate and is subject to change. Mondays Tuesdays Wednesdays Thursdays Fridays Zone D Upper Zone A Zone B Zone C Zone D Lower Zone G Zone E Zone G Zone D Upper Zone G Zone B Zone H Zone F Zone Part B Lot 2 Zone D Lower Lot 9 Zone Part H Lot 4 Lot 14 Lot 3 Lot 2 Lot 10 Lot 11 Lot 15 Lot 4 Lot 3 Lot 10 Lot 11 (±439 Collections) (±499 Collections) (±469 Collections) (±433 Collections) (±450 Collections) Donation Meters (7±) ** **Donation Meters. In an effort to redirect money given to panhandlers, these recycled parking meters encourage Downtown patrons to give to local programs that are working to improve conditions for those in need. United Way of San Luis Obispo County is the fiscal agent for downtown donatio n meters in partnership with the City of San Luis Obispo and the San Luis Obispo Downtown Association. These 7 donation meters may be collected by Contractor while servicing the City meters without an additional cost or Contractor will submit a separate invoice to the United Way San Luis Obispo for their time based on the same fee schedule as that used in setting the fees for the other meter collections. The money collected will be bagged separately from the City’s collections and picked up by the United Way of San Luis Obispo. 3. Collection Hours. The Contractor shall perform the specified work only on weekdays (Monday through Friday). Suggested start time for collection is 8:00 a.m. and will continue until the collections scheduled for that day are completed. Collections must be completed for the assigned day and the coin bagged no later than 4:00 p.m. The collection/bagging room is not available between the hours of noon – 1:30 p.m. for bagging of coin. Coin bagging is subject to the availability of staff. Due to various meetings and or special events, the collection and/or bagging of coin may have to be postponed and/or rescheduled. Contractor will be given advance notice whenever possible of any schedule changes. Contractor may have additional zones/lots to collect in addition to the regularly scheduled collections due to office closures and other circumstances. These additional collections must be made and bagged no later than 4:00 p.m. the same day as collected. No changes to the regular collection hours will be made by the Contractor without prior written permission from the City. 4. Collection Equipment. The City shall furnish two collection carts, eight lockable collection canisters, and one coin bag holder. The Contractor shall be responsible for any periodic maintenance required on this equipment and for any routine repair to the equipment that costs less than one hundred dollars ($100). Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 7 3 City will maintain tires, tubes and canning mechanisms. The City shall provide locks and keys fo r the collection canisters. 5. Qualifications of Collection Workers. Contractor will provide a list of collection workers for approval by the City on the proposal form. Contractor will inform the City of any changes in collection workers prior to their start of work. Collection workers shall be competent and qualified to perform the specified work. Collection workers will have worked in a cash handling environment. No collection worker shall perform any of the specified work without (a) passing a background security check conducted by the City; (b) a credit check conducted by the City; and (c) receiving written permission from the City to perform the specified work. Each collection worker shall be able to comfortably lift a collection canister weighing up to 140 pounds. A cash bond of ten thousand dollars ($10,000) will be required for the contract. All collection workers shall meet all of the contract qualifications and requirements. 6. Conduct of Collection Workers. Collection workers shall perform the specified work in an orderly manner and shall avoid even the appearance of impropriety in any form. If the City representative advises the Contractor that a collection worker is incompetent, unqualified, or disorderly, the Contractor shall remove that collection worker from the specified work for the duration of the agreement. While performing the specified work, a collection worker shall not bring to the work locations any pets, any children, or any persons not employed under the agreement. Contractor and collection workers are not authorized to discuss confidential information that is learned in the course and scope of the performance of this contract with private third parties or the press without prior written authorization of the City. 7. Uniforms for Collection Workers. While performing the specified work collection workers shall wear simple but distinctive uniforms which have been approved in advance by the City and which shall clearly identify the collection workers as representatives of the City. Uniforms shall be neat, clean and kept in good appearance at all times. The City shall furnish official City of San Luis Obispo uniform patches that must be affixed to the uniforms. The Contractor shall furnish all required uniforms, footwear, headgear, jackets, or inclement weather gear. 8. Providing for Vacations, Illnesses, or Other Absences of Collection Workers. The Contractor shall maintain a staff of at least two (2) fully qualified collection workers in order to continue performing the specified work when a collection worker takes time off for vacation, illness, or other absence. The Contractor shall list at least two proposed collection workers on the proposal form. 9. Responsibility for Loss or Damage of City Property. The Contractor shall be responsible for City property while it is in the Contractor’s custody. The Contractor shall replace or repair City property, including specifically coin revenue and collection equipment, lost or damaged as a result of the Contractor’s actions or negligence. The Contractor shall not be responsible for loss or damage caused by theft and vandalism by third parties, unless the theft or damage results from the Contractor’s negligence. In the event the Contractor fails to perform the required collections on any scheduled day, the Contractor shall be liable for all lost revenue because of their negligence. This amount shall not exceed the average daily amount collected on that scheduled day. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 8 4 B. GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall meet all the terms, and conditions of the Request for Proposals (RFP) project package. By virtue of its proposal submittal, the bidder acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be submitted electronically via BidSync. However, if you can’t submit electronic please send your bid copy in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To guard against premature opening, the proposal should be clearly labeled with the proposal title, project number, name of bidder, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the bidder’s insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder’s intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the bidder unopened. No proposal received after the time specified or at any place other than that stated in the “Notice Inviting Bids/Requesting Proposals” will be considered. All proposals will be opened and declared publicly. Bidders or their represent atives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested as the primary submitter in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub - proposal to a bidder submitting a proposal, or who has quoted prices on materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting proposals. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 9 5 7. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged but will be permitted. However, any such oral communication shall not be binding on the City. CONTRACT AWARD AND EXECUTION 8. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the “special terms and conditions” in Section C of these specifications for proposal evaluation and contract award criteria. 9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of bidders. Bidders will provide, in a timely manner, all information that the City deems necessary to make such a decision. 10. Contract Requirement. The bidder to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award. The contract shall be made in the form adopted by the City and incorporated in these specifications. CONTRACT PERFORMANCE 11. The City’s contract terms and conditions that [Contractor/Consultant] will be expected to execute and be bound by are attached hereto as Exhibit A Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 10 6 D. SPECIAL TERMS AND CONDITIONS 1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms and Conditions) of these specifications, the contract will be awarded to the lowest responsible, responsive proposer. Phase 1 – Proposal Review The review committee will review the general proposal forms submitted (Information about the Proposing Firm, References, Statement of Past Contract Disqualifications, and Insurance Certificate). Three to five proposing firms will be selected for follow-up interviews based on a) quality, clarity and responsiveness of the proposal b) competence and qualifications necessary for successfully performing the work and c) recent experience in successfully performing similar services. Phase 2 – Interviews and Contractor Selection Selected firms will be interviewed by the review committee. The purposes of this interview will be to a) evaluate communication and interpersonal skills and b) clarify and resolve any questions and issues about the proposal. Based on results of the interviews, the review committee will rank the proposing firms. Phase 3 – Evaluation of Price and Award of Contract After selecting the top-ranked firms, the review committee will open all the submitted price proposals from the selected firms. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 2. Sales Tax Reimbursement. For sales occurring within the City of San Luis Obispo, the City receives sales tax revenues. Therefore, for bids from retail firms located in the City at the time of proposal closing for which sales tax is allocated to the City, 1% of the taxable amount of the bid will be deducted from the proposal by the City in calculating and determining the lowest responsible, responsive proposer. 3. Labor Actions. In the event that the successful proposer is experiencing a labor action at the time of contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves the right to declare said proposer is no longer the lowest responsible, responsive proposer and to accept the next acceptable low proposal from a proposer that is not experiencing a labor action, and to declare it to be the lowest responsible, responsive proposer. 4. Failure to Accept Contract. The following will occur if the proposer to whom the award is made (Contractor) fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a proposer’s bond or security is required; and an award may be made to the next lowest responsible, responsive proposer who shall fulfill every stipulation as if it were the Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 11 7 party to whom the first award was made. 5.Contract Term. The services identified in this specification will be used by the City for five (5) years. The prices quoted for these items must be valid for the entire period indicated above unless otherwise conditioned by the proposer in its proposal. 6.Compensation Adjustment. Original contract prices shall remain in effect through June 30, 2024. Beginning on July 1, 2024, contract prices shall be increased by a percentage equal to the percentage increase in the U.S. Consumer Price Index/All Urban Consumers (CPI-U) from March in the previous year to March in the year of adjustment. 7.Supplemental Purchases Supplemental Purchases. Supplemental purchases may be made from the successful proposer during the contract term in addition to the items listed in the Detail Proposal Submittal Form. For these supplemental purchases, the proposer shall not offer prices to the City in excess of the amounts offered to other similar customers for the same item. If the proposer is willing to offer the City a standard discount on all supplemental purchases from its generally prevailing or published price structure during the contract term, this offer and the amount of discount on a percentage basis should be provided with the proposal submittal. 8.Contractor Invoices The Contractor may deliver either a monthly invoice to the City with the name of the contract and associated purchase order number with itemized detail by work category. Invoices should be received within 15 days of the completion of the invoiced work period. 9.Non-Exclusive Contract. The City reserves the right to purchase the items listed in the Detail Proposal Submittal Form, as well as any supplemental items, from other vendors during the contract term. 10.Unrestrictive Brand Names. Any manufacturer’s names, trade names, brand names or catalog numbers used in the specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Proposals will be considered for any brand that meets or exceeds the quality of the specifications given for any item. In the event an alternate brand name is proposed, supplemental documentation shall be provided demonstrating that the alternate brand name meets or exceeds the requirements specified herein. The burden of proof as to the suitability of any proposed alternatives is upon the proposer, and the City shall be the sole judge in making this determination. 11.Delivery. Prices quoted for all supplies or equipment to be provided under the terms and conditions of this RFP package shall include delivery charges, to be delivered F.O.B. San Luis Obispo by the successful proposer and received by the City within 90 days after authorization to proceed by the City. 12.Change in Work. The City reserves the right to change quantities of any item after contract award. If the total quantity of any changed item varies by 25% or less, there shall be no change in the agreed upon unit price for that item. Unit pricing for any quantity changes per item in excess of 25% shall be subject to negotiation with the Contractor. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 12 8 13.Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 14.Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 13 9 C.PROPOSAL CONTENT 1.Proposal Content. Your proposal must include the following information: Submittal Forms a.Proposal submittal summary. b.Certificate of insurance. c.References from at least three firms for whom you have provided similar services. Qualifications d.Experience of your firm and those of sub-consultants in performing work and projects relevant to the Scope of Services outlined and described in the request. e.Resumes of the individuals who would be assigned to this project, including any sub -consultants, with their corollary experience highlighted and specific roles in this project clearly described. f.Standard hourly billing rates for the assigned staff, including any sub-consultants. g.Statement and explanation of any instances where your firm or sub-consultant has been removed from a project or disqualified from proposing on a project. Work Program h.Detailed description of your approach to completing the work. i.Detailed schedule by task and sub-task for completing the work. j.Estimated hours for your staff in performing each phase and task of the work, including sub- consultants, so we can clearly see who will be doing what work, and how much time it will take. k.Detailed budget by task and sub-task for completing the work. l.Services or data to be provided by the City. m.Services and deliverables provided by the Consultant(s). n.Any other information that would assist us in making this contract award decision. o.Description of assumptions critical to development of the response which may impact cost or scope. Requested Changes to Terms and Conditions p.The City desires to begin work soon after selecting the preferred Consultant Team and expects the Consultant to execute the City’s contract and all of the terms therein, as set forth in Exhibit A. To expedite the contracting process, each submittal shall include requested redlined changes to terms and conditions, if necessary. Please be advised that Consultant’s requested changes to the City’s terms and conditions will be considered by City staff when scoring and determining the competency and responsibility of the bidder. Proposal Length q.Proposal length should only be as long as required to be responsive to the RFP, including attachments and supplemental materials. 2.Proposal Evaluation and Selection. Proposals will be evaluated by a review committee and evaluated on the following criteria: a.Understanding of the work required by the City. b.Quality, clarity and responsiveness of the proposal. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 14 10 c.Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. d.Recent team experience in successfully performing similar services. e.Creativity of the proposed approach in completing the work. f.Value g.Writing skills. h.References. i.Background and experience of the specific individuals managing and assigned to this project. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 3.Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a.Issue RFP b.Receive proposals c.Complete proposal evaluations d.Conduct finalist interviews and finalize recommendation e.Execute contract f.Start work 9/13/2022 10/13/2022 by 10/21/2022 10/24-28/2022 By 11/4/2022 By 11/4/2022 4.Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City and shall be delivered to the City upon demand. 5.Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the property of the City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 6.Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 7.Required Deliverable Products. The Contractor will be required to provide: a.One electronic submission - digital-ready original .pdf of all final documents. If you wish to file a paper copy, please submit in sealed envelope to the address provided in the RFP. b.Corresponding computer files compatible with the following programs whenever possible unless otherwise directed by the project manager: Word Processing: MS Word Spreadsheets: MS Excel Desktop Publishing: InDesign Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 15 11 Virtual Models: Sketch Up Digital Maps: Geodatabase shape files in State Plan Coordinate System as specified by City GIS staff c.City staff will review any documents or materials provided by the Contractor and, where necessary, the Contractor will be required to respond to staff comments and make such changes as deemed appropriate. ALTERNATIVE PROPOSALS 8.Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternative and discuss under what circumstances the City would prefer one alternative to the other(s). 9.Attendance at Meetings and Hearings. As part of the workscope and included in the contract price is attendance by the Contractor at meetings to present and discuss its findings and recommendations. Contractor shall attend as many "working" meetings with staff as necessary in performing work-scope tasks. 10.Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. Bidders are cautioned to undertake an independent analysis of any test results in the specifications, as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the bidder and all subcontractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the plans and specifications that could easily have been ascertained by examining either the project site or accurate test data in the City's possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of bidder to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the bidder. An ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful bidder to achieve the project’s objective or standard beyond the amounts provided there for in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 16 13 F. INSURANCE REQUIREMENTS Insurance Requirements – Standard Professional Services The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit of $2,000,000. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 17 13 3.The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4.Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 18 14 G: PROPOSAL SUBMITTAL FORM The undersigned declares that she or he has carefully examined [__________] which is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing firm; and agrees to perform the specified work for the following cost quoted in full: BID ITEM: Total Base Price Sales tax [] Other TOTAL $ Delivery of equipment to the City to be within _______ calendar days after contract execution and written authorization to proceed. q Certificate of insurance attached; insurance company’s A.M. Best rating: __________________. Firm Name and Address Contact Phone Signature of Authorized Representative Date Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 19 15 REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: . Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 20 16 Reference No. 3 Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 21 17 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. ◼Do you have any disqualification as described in the above paragraph to declare? Yes q No q ◼If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Proposer Representative Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 22 18 EXHIBIT A : FORM OF AGREEMENT CITY OF SAN LUIS OBISPO AGREEMENT FOR PURCHASES OF GOODS AND SERVICES This Agreement is made and entered into in the City of San Luis Obispo on _____________[day, date, year] by and between the City of San Luis Obispo, a municipal corporation, hereinafter referred to as City, and [Contractor’s Name], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City requested proposals for [______________], per Project No. [xxxx] (the “Project”); and WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for the Project; WHEREAS, [_________] NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1.TERM. The term of this Agreement shall be from the date this Agreement is made and entered, for five (5) years. 2.INCORPORATION BY REFERENCE. [Title of City’s RFP/RFQ/IFB] and Contractor's proposal dated [date] is hereby incorporated in and made a part of this Agreement and attached as Exhibit A. To the extent that there are any conflicts between the Contractor’s fees and scope of work and the City’s terms and conditions, the City’s terms and conditions shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3.CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay, and Contractor shall receive therefore compensation [_______]. 4.CONTRACTOR/CONSULTANT’S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specifications. 5.AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager. 6.COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 23 19 herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Name Dept. Address Consultant Name Title Address Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that everyone executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: By:_____________________________________ City Manager APPROVED AS TO FORM: CONSULTANT: ________________________________ By: _____________________________________ City Attorney Name of CAO / President Its: CAO / President Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 24 20 EXHIBIT A [CONTRACTOR’S PROPOSAL] Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 25 21 EXHIBIT B GENERAL TERMS AND CONDITIONS 1. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business license & tax certificate before execution of the contract. Additional information regarding the City’s business tax program may be obtained by calling (805) 781-7134. 2. Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with all federal, state, county, city, and special district laws, ordinances, and regulations. 3. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 5. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 6. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 7. Public and Employee Safety. Whenever the Contractor’s operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 8. Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Contractor’s operations, it shall be replaced or restored at the Contractor’s expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. The Contractor warrants on behalf of itself and all Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 26 22 subcontractors engaged for the performance of this work that only persons authorized to work in the United State pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 10. Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 11. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City’s sole option, be extended for such periods as may be agreed upon by the City and the Contractor. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 12. Payment Terms. The City’s payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor (Net 30). 13. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done, and all materials furnished, if any, shall be subject to the City’s inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 15. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. (a) Non-design, non-construction Professional Services: To the fullest extent permitted by Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 27 23 law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, including the City’s active or passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (b) Non-design, construction Professional Services: To the extent the Scope of Services involve a “construction contract” as that phrase is used in Civil Code Section 2783, this paragraph shall apply in place of paragraph A. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, except for such loss or damage arising from the active negligence, sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (c) Design Professional Services: In the event Consultant is a “design professional”, and the Scope of Services require Consultant to provide “design professional services” as those phrases are used in Civil Code Section 2782.8, this paragraph shall apply in place of paragraphs A or B. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8) Consultant shall indemnify, defend and hold harmless the City and its elected officials, officers, employees, volunteers and agents (“City Indemnitees”), from and against all claims, damages, injuries, losses, and expenses including costs, attorney fees, expert consultant and expert witness fees arising out of, pertaining to or relating to, the negligence, recklessness or willful misconduct of Consultant, except to the extent caused by the sole negligence, active negligence or willful misconduct of the City. Negligence, recklessness or willful misconduct of any subcontractor employed by Consultant shall be conclusively deemed to be the negligence, recklessness or willful misconduct of Consultant unless adequately corrected by Consultant. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. In no event shall the cost to defend charged to Consultant Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 28 24 under this paragraph exceed Consultant’s proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more defendants is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, Consultant shall meet and confer with other parties regarding unpaid defense costs. (d) The review, acceptance or approval of the Consultant’s work or work product by any indemnified party shall not affect, relieve or reduce the Consultant’s indemnification or defense obligations. This Section survives completion of the services or the termination of this contract. The provisions of this Section are not limited by and do not affect the provisions of this contract relating to insurance. 17. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 18. Termination for Convenience. The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom products, the less of a reasonable price for the raw materials, components work in progress and any finished units on hand or the price per unit reflected on this Agreement. For termination of any services pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services rendered prior to termination, or the price for the services reflected on this Agreement. Upon termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the City’s directions as to work in progress and finished goods. 19. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor’s surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the terminations thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City’s Notice of Termination, minus any offset from such payment representing the City’s damages from such breach. “Reasonable value” includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 29 -25- the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Contractor shall be based solely on the City’s assessment of the value of the work-in- progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City’s sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 30 Question and Answers for Bid #2209-001 - Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection S   Overall Bid Questions There are no questions associated with this bid.     Question Deadline: Oct 6, 2022 5:00:00 PM PDT Bid 2209-001City of San Luis Obispo 9/13/2022 11:01 AM p. 31 Parking Meter Coin Collections Services City of San Luis Obispo Bid ID: 2209-001 FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 On behalf of John Girard and myself as partners in FS Collections we appreciate the opportunity to again submit a bid to the City of San Luis Obispo for the Parking Meter Coin Collection contract. Both John and I have provided parking meter coin collection services for the city for about the past 25 years. A lot has changed over those years. Lot 6 which was the Court St. lot was developed as a major retail project as were Lots 11 and 13. Lot 2 is now a hotel. I think the City may have still be using the old “wind up” meters. With the new pay stations and license plate reader vehicles plus the proposed new IPS M5 meters the city has come a long way from the days of the wind up meters. As the city has adapted so have our collection schedules, routes and frequencies. With the addition of the pay stations routes B and G were eliminated and combined with existing routes. The change in rates and hours of enforcement has changed the need for additional collections in some areas that were collected once a week to twice per week to avoid meters jamming do to filling up. It will be interesting to see what changes to collection frequencies may be necessary with the next rate increase. It’s important to have a contractor in place that can recognize necessary changes and the flexibility to do so. Before I get too far along with discussing the specific bid proposal, especially the schedule and frequency, John and I want to share more of our commitment not only to providing a high level of service to city’s parking department but a high level of service to the community Both John and I are lifelong residents of San Luis Obispo. John grew up on Verde Dr and had a home on Benton Way in San Luis Obispo. He now lives out on Tiffany Ranch Rd. I grew up in the Laguna Lake neighborhood where I still live. We are both proud and lucky to make San Luis Obispo our home and I believe that is reflected in our role as ambassadors for the City when we are out in public collecting the meters or the pay stations. We do our best to provide tourists and residents alike with parking information, directions to points of interest (the Mission and Gum Alley are pretty high on the list), where’s the best place for breakfast, and “how do you do the pay station”. John and I are also concerned about our downtown and we both are in the habit of picking up litter and reporting any graffiti on the meters along with other issues that need attention while we are out collecting meters or pay stations. A little discussion about the pay stations and why I’m guessing you may be wonder why is it more to collect those and do they really need to be collected twice a week. The simple answer is they take a lot longer and have ‘issues” that really necessitates them being collected twice a week. Plus I should mention that users quite frequently need help using the machines. I like to say we’ve become like concierge service too. It can take some time to help the public enter their license plate and help them get their credit card read. The Pay Stations are “clunky” and they are spread out all over the downtown and basically they take a long time to collect. The average time to consider for each collection is 5 minutes per station. It doesn’t always take that long but with 3 locks and coins jamming in the chute that leads to the coin box along with coins that somehow spill outside the coin box it can take a long time to collect each one if you have to unjam the Pay Station or scoop out the coins that are piled up inside. And it’s those jams in the coin chute leading to the coin box and the tendency for the coins to spill out into the bottom of the pay station that makes it important to get to them twice per week. If you reduce the frequency you’ll invariably see many stations that are not accepting coins because they are jammed. That will create additional maintenance call outs along with a frustrated public. The meter collection schedule and frequency is currently what is being done. It’s the minimum necessary to keep the meters from filling up and becoming jammed and inoperable. The increase in hours of payment from 9AM-6PM to 9AM-9PM really changed the pattern of meter usage. Some 10 hour meters near the core which would have only been collected once a week now have to be done twice a week or will fill up. That’s why in the proposal you’ll see references “High Use”. Some of those are 10 hour meters which are collected twice now. It will be interesting to see what if any changes need to be made with the new IPS M5 meters which take credit cards along with a substantial rate increase in 2023. John and I look forward to a continued relationship with the City’s Parking Department as the Parking Meter and Pay Station Collections contractor. Sincerely, Brett Cross Partner FS Collections ‘ Parking Meter and Parking Payment Center Coin Collections Services FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 Proposed Collection Schedule Mondays Tuesday’s Wednesday’s Thursday’s Pay Stations 55 Zone E 52 Zone C 151 Pay Stations 55 Zone H Meters 58 Zone F 115 Zone A 52 Zone H Meters 58 Zone E (High Use) 101 Lot 9 19 Zone E (High Use) 55 Lot 4 10 Lot 14 44 Zone F (High Use) 61 Zone F (High Use) 92 Lot 15 6 Lot 4 4 Total Pay Stations Total Pay Stations 55 55 Total Meters Total Meters Total Meters Total Meters 261 236 203 178 Weekly Totals Pay Stations 110 On Street Meters 878 1 From:Brett Cross < Sent:Friday, August 29, 2025 1:28 PM To:King, Donna Subject:FS Collections August 2025 Invoice #0825 Attachments:FSC0825.xlsx AƩached is FS CollecƟons invoice #0825. August 4, 2025 through August 28, 2025 Sincerely, BreƩ Cross- Partner FS CollecƟons 1217 Mariners Cove San Luis Obispo, CA 93405 (805) 235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0825 Billing Period August 4, 2025 through August 28,2025 Total Collections Rate Rate 3108.00 less meters 20 0.56 $1,729.28 Pay Stations 444 $5.50 0 $2,442.00 Collection Dates not collected Amount Due $4,171.28 8/4/2025 8/5/2025 8/6/1935 8/7/2025 PS, H, E(HU),4 E,F,9,15 C,A.lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 8/11/2025 8/12/2025 8/13/2025 6/14/2025 PS, H, E(HU),4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 8/18/2025 8/19/2025 8/20/2025 8/21/2025 PS, H, E(HU),4 E,F,9,15 C,A,lot11 PS H, E(HU), F (HU),4 162 247 195 173 777 8/25/2025 8/26/2025 8/27/2025 8/26/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 0 collections by Zones Full Lots A 51 842 Palm removed C 144 4 9 D Pay Stations. 9 19 Paystations 55 rate $5.50 11 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 170 F (HU) Thursday 43 Lot 11 1 paystation H 52 15 6 1 From:King, Donna Sent:Tuesday, September 2, 2025 8:07 AM To:Blevins, Amber Subject:FW: FS Collections August 2025 Invoice #0825 Attachments:FSC0825.xlsx Hi Amber, Can you process the aƩached invoice for payment? You will need to request a new requisiƟon since we are not opening a blanket PO for this service. All of the documentaƟon for this service along with the contract terminaƟon noƟficaƟon effecƟve end of October can be found here: This should be charged to account 61013. Please let me know if you need anything else. Thank you, Donna King, PTMP Parking Program Manager Public Works 1260 Chorro St, Ste B, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-noƟficaƟons -----Original Message----- From: BreƩ Cross < Sent: Friday, August 29, 2025 1:28 PM To: King, Donna <DKing@slocity.org> Subject: FS CollecƟons August 2025 Invoice #0825 AƩached is FS CollecƟons invoice #0825. August 4, 2025 through August 28, 2025 Sincerely, BreƩ Cross- Partner FS CollecƟons 1217 Mariners Cove San Luis Obispo, CA 93405 (805) 235-0430 PARKING METER COIN COLLECTION SERVICES Specification No. 90530 FS COLLECTIONS BRETT CROSS 1217 MARINERS COVE SAN LUIS OBISPO, CA 93405 Billing # 0825 Billing Period August 4, 2025 through August 28,2025 Total Collections Rate Rate 3108.00 less meters 20 0.56 $1,729.28 Pay Stations 444 $5.50 0 $2,442.00 Collection Dates not collected Amount Due $4,171.28 8/4/2025 8/5/2025 8/6/1935 8/7/2025 PS, H, E(HU),4 E,F,9,15 C,A.lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 8/11/2025 8/12/2025 8/13/2025 6/14/2025 PS, H, E(HU),4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 8/18/2025 8/19/2025 8/20/2025 8/21/2025 PS, H, E(HU),4 E,F,9,15 C,A,lot11 PS H, E(HU), F (HU),4 162 247 195 173 777 8/25/2025 8/26/2025 8/27/2025 8/26/2025 PS, H, E(HU),F,4 E,F,9,15 C,A,lot 11 PS H, E(HU), F (HU),4 162 247 195 173 777 0 collections by Zones Full Lots A 51 842 Palm removed C 144 4 9 D Pay Stations. 9 19 Paystations 55 rate $5.50 11 E (HU- High Use) Monday 101 Zone E 52 Zone E (HU) Thurday 75 F Tuesday 170 F (HU) Thursday 43 Lot 11 1 paystation H 52 15 6 1 From:Dietrick, Christine Sent:Thursday, September 4, 2025 11:57 AM To:McDonald, Whitney; Francis, Emily Subject:RE: A Plea for Humanity and Integrity in the Case of a Dedicated City Servant Attachments:FW: Termination of Parking Meter Coin Collection Services Our piece has been primarily contract review, and Sadie sent out the attached on that narrow issue. I’m sure PW will include that piece in their email to CC as well. Christine Dietrick pronouns she/her/hers City Attorney City Attorney's Office 990 Palm Street, San Luis Obispo, CA 93401-3249 E cdietrick@slocity.org T 805.781.7140 slocity.org Stay connected with the City by signing up for e-notifications The information contained in this e-mail message is intended only for the CONFIDENTIAL use of the designated addressee named above. The information transmitted is subject to the attorney-client privilege and/or represents confidential attorney work product. Recipients should not file copies of this email with publicly accessible records. If you are not the designated addressee named above or the authorized agent responsible for delivering it to the designated addressee, you received this document through inadvertent error and any further review, dissemination, distribution or copying of this communication by you or anyone else is strictly prohibited. IF YOU RECEIVED THIS COMMUNICATION IN ERROR, PLEASE NOTIFY US IMMEDIATELY BY TELEPHONING THE SENDER NAMED ABOVE AT (805) 781-7140. Thank you. From: McDonald, Whitney <WMcDonal@slocity.org> Sent: Thursday, September 4, 2025 11:20 AM To: Francis, Emily <EFrancis@slocity.org>; Dietrick, Christine <cdietric@slocity.org> Subject: RE: A Plea for Humanity and Integrity in the Case of a Dedicated City Servant Hi Emily, I’ve asked our team to send an email out to the Council with more background information on this situation, and then maybe we can go from there in a follow up call? Thanks much! Whitney 2 Whitney McDonald pronouns (she/hers) City Manager City Administration 990 Palm, San Luis Obispo, CA 93401-3934 E WMcDonal@slocity.org T 805.781.7114 C 805.550.8349 slocity.org Stay connected with the City by signing up for e-notifications From: Francis, Emily <EFrancis@slocity.org> Sent: Thursday, September 4, 2025 11:15 AM To: Dietrick, Christine <cdietric@slocity.org>; McDonald, Whitney <WMcDonal@slocity.org> Subject: FW: A Plea for Humanity and Integrity in the Case of a Dedicated City Servant Good morning, Christine and Whitney, Can you give me a call to fill me in on the details here? Thanks, Emily From: caroline israel < Sent: Thursday, September 4, 2025 9:32 AM To: Francis, Emily <EFrancis@slocity.org> Subject: A Plea for Humanity and Integrity in the Case of a Dedicated City Servant Dear Council Member Francis, I am writing to you today with a deep sense of concern and disappointment regarding the recent dismissal of my friend, Brett Cross, a dedicated member of our community who has served the City of San Luis Obispo since 1993. I ask that you hear his story not as a matter of contract law, but as a matter of human decency. For over three decades, Brett has been a constant and friendly presence in our downtown core. Many of your constituents, and countless visitors, have interacted with him while he was collecting coins from the city’s parking meters. Beyond his official duties, he was a true public servant—a man who went above and beyond without ever being asked. He would routinely pick up trash, perform minor repairs on meters, and provide directions to tourists. He was well-known, dependable, and a genuinely trustworthy figure who represented the best of our community. As a contractor for all these years, he did so without any of the benefits an employee would expect, such as sick leave, vacation time, health insurance, or a Christmas bonus. After 33 years of faithful service, it is unconscionable that his contract, with two years remaining, was disavowed with such cold indifference. He was simply handed a letter of termination by Donna King, Director of Parking Services, with no prior discussion or warning. Neither she, nor Jennifer Rice, Director of Mobility Services, nor Alex Fuchs, Business Manager of Mobility Services, ever approached him to discuss the matter. The only communication he has received since has been an email from a city lawy er, who, in a classic display of 3 the city flexing its might against a lone individual, claims the city is within its rights. After 33 years, he wasn’t even afforded the courtesy of a phone call or a face-to-face exchange. This ordeal has taken a significant toll on a man who has given so much to this city. At 62 years old, Brett is being forced to find a new career in 60 days when he thought he had employment for two more years. In the two weeks since receiving the letter, he is barely eating and has lost at least 10 pounds. He, a normally sound sleeper, is now sleeping very little because he worries throughout the night. He has been to his bank to check his assets, called friends to see if anyone would move into his house to pay rent, and has already begun applying for jobs. This is not how we should treat a person who has dedicated his life to our city. The city’s actions have not only left an honest, hardworking man in the lurch but have also betrayed the very values of community and respect that SLO claims to stand for. I urge you to reconsider this decision and, at the very least, provide Brett with the courtesy of a meaningful conversation. Sincerely, Caroline Israel, A Concerned Resident 1 From:Symens, Sadie Sent:Wednesday, September 3, 2025 12:08 PM To: Cc:King, Donna; Rice, Jennifer Subject:Termination of Parking Meter Coin Collection Services Mr. Cross, The City received your email dated August 21, 2025, regarding the FS Collections Notification of Contract Termination. We have reviewed all relevant records and have concluded that your contract expired in June of 2020, at which point it was extended on a month-to-month basis effective July 1, 2020. The City did not execute a contract with FS Collections in response to the proposal submitted in 2022. As you have been previously noticed, the agreement for month-to-month services has been terminated by City staff, effective October 31, 2025. We sincerely appreciate your years of service to the City. Thank you, Sadie Symens pronouns she/her/hers Deputy City Attorney Sadie Symens pronouns she/her/hers Deputy City Attorney City Attorney's Office E ssymens@slocity.org slocity.org Stay connected with the City by signing up for e-notifications The information contained in this e-mail message is intended only for the CONFIDENTIAL use of the designated addressee named above. The information transmitted is subject to the attorney-client privilege and/or represents confidential attorney work product. Recipients should not file copies of this email with publicly accessible records. If you are not the designated addressee named above or the authorized agent responsible for delivering it to the designated addressee, you received this document through inadvertent error and any further review, dissemination, distribution or copying of this communication by you or anyone else is strictly prohibited. IF YOU RECEIVED THIS COMMUNICATION IN ERROR, PLEASE NOTIFY US IMMEDIATELY BY TELEPHONING THE SENDER NAMED ABOVE AT (805) 781-7140. Thank you. 1 From:Rice, Jennifer Sent:Thursday, September 4, 2025 7:08 PM Cc:Floyd, Aaron; King, Donna Subject:Contract Termination of FS Collections Attachments:8.1.25 - Staff Approach for Parking Meter Collection Services.pdf BCC: SLO City Council Hello City Council Members, I wanted to provide additional background regarding the recent contract termination notice issued to FS Collections (where Brett Cross is an employee). In November 2024, the City’s Technology Roadmap recommended evaluating the option of bringing parking meter coin collection in-house. The analysis showed that both single-space meters and multi-space pay stations fill with coins very slowly nowadays due to the prevalence of credit cards, meaning contracted coin collection schedules are not aligned with actual need. The current contract with FS Collections also charges a flat fee regardless of the amount collected, making it inefficient as cash payments decline. On August 1, 2025 staff’s recommendation was approved to bring coin-collection in-house as part of the Parking Meter Technician job duties. FS Collections has provided coin collection services since 2005. The most recent formal agreement expired in June 2020, after which services continued on a month-to-month basis. Although an RFP was issued in 2022, it was never awarded due to staffing transitions. Since then, staff evaluated the service model and recommended shifting collections in-house. This transition aligns with budget reduction strategies as this change is expected to save approximately $61,500 per year. On August 1, 2025, staff was authorized to issue a 60-day termination notice to FS Collections, effective October 31, 2025. The reason for termination is solely the City’s decision to transition the work in-house as a cost savings measure. A 60-day notice was issued to FS Collections, rather than the required 30-day notice due to the longevity of the services provided. It should be noted that the steps outlined in the approved City Manager Report (attached) regarding the responsibility of Parking and Human Resources staff to update the Parking Meter Technician job description and fulfill meet and confer obligations with SLOCEA were completed as part of this action. On August 19, Donna King met with Brett Cross in person to provide the notice and thank him for his contributions. On August 21, Brett emailed staff including the City Attorney’s Office expressing his belief that he was in the third year of a five-year agreement from the 2022 RFP. Neither Donna King nor myself were in the Mobility Division during this time in 2022 and we have been unable to find any records of the communications during that time. However, on September 3, the City Attorney’s Office responded to this issue and concluded that staff acted appropriately in issuing the notice of termination, given the expiration of the agreement. More information is included in the attached dated August 1, 2025. Please reach out to me with any questions you may have. Sincerely, Jennifer Rice, PTP, AICP pronouns she/her/hers Deputy Director of Mobility Services Public Works Mobility Services 1260 Chorro, San Luis Obispo, CA 93401-3218 2 E jrice@slocity.org T 805.781.7058 slocity.org Stay connected with the City by signing up for e-notifications City of San Luis Obispo, City Manager Report Fully approved in Escribe on 8.1.25 Title: Staff Approach for Parking Meter Collection Services FROM: Aaron Floyd, Utilities Director, Interim Public Works Director Prepared By: Donna King, Parking Program Manager Other Reviewers or Contributors: Approver Date Reviewed PW Deputy Director – Mobility Services 7/9/2025 PW Analyst 7/10/2025 CMR Type and Workflow 3 - Staffing Modifications : CM Approval with HR: See Table 1 here for details. You will select the above workflow when you initiate the report routing. RECOMMENDATION 1. Authorize staff to update the Parking Meter Repair Worker job description to include duties related to meter coin collection. 2. Authorize the Parking Program Manager to provide 60-day notice to terminate coin collection contract services with FS Collections. POLICY CONTEXT California Vehicle Code (CVC) § 22508 requires that local authorities accept physical payment at parking meters and pay stations – essentially requiring the acceptance of cash or coin. As such, collection procedures must be established to manage the collection of cash/coin. The 2024 Parking Rate Study includes the Technology Recommendation to replace the single-space meters at the 10-hour on-street spaces to maintain continuity for the paid parking experience. Further recommended in the 2024 Downtown Parking Technology Roadmap Report, “since most of the 10-hour on-street spaces are generally occupied by permit holders who do not use the single-space meters, installing pay stations instead will introduce cost savings on single-space meter fees.” In addition, the Technology Roadmap Report recommends, “that the City conducts an additional assessment to re-evaluate the current operating procedures [for revenue collection] to build more efficient revenue collection and reconciliation process”. Goal 2.B.2. of the Access and Parking Management Plan recommends reducing the number of 10-hour parking meter spaces and converting them to short-term parking spaces to increase turnover of parking spaces and usage of the parking garages consistent with the Downtown Concept Plan. As this recommendation is implemented, it is planned to continue to replace single space meters with multi-space pay stations. Staff Approach for Parking Meter Collection Services Page 2 Section 12.A. (Contracting for Services) of the Fiscal Policies included in the 2025-27 Financial Plan states that “in evaluating the costs of private sector contracts compared with in‐house performance of the service, indirect, direct, and contract administration costs of the City will be identified and considered.” Evaluations of these costs as they pertain to managing and operating in-house coin collection are included within this report. Per the Employer-Employee Relations Resolution of the City of San Luis Obispo (Resolution No. 6620), the City has a responsibility to meet and confer with represented groups when there are impacts to wages, hours, and/or terms and conditions of employment for their members. The Parking Meter Repair Worker is represented by the San Luis Obispo City Employees’ Association (SLOCEA). Updating this job description will prompt a meet and confer. The City Manager executed the most recent contract with FS Collections October 22, 2014. Although there is no formal contract in place currently, staff is requesting City Manager authorization for the Parking Program Manager to issue a 60-day written notice to formally terminate services with FS Collections. DISCUSSION Background Since the start of the City’s paid parking program, coin collection for on-street parking meters has been handled by a contracted vendor. At that time, Downtown was equipped with single-space meters that only accepted coins. Over the past decade, the City has modernized its parking system to support additional payment options. This includes upgrading single-space meters to accept credit cards, replacing many of them with multi- space pay stations, and offering payment through mobile apps. As a result, the use of cash has declined significantly. Currently, only about 8% of all parking transactions are made using cash or coins. As single-space meters continue to be replaced with multi-space pay stations—aligning with the recommendations of the Access and Parking Management Plan, the 2024 Parking Rate Study, the 2024 Downtown Parking Technology Roadmap, and the 2025–27 Financial Plan—staff expects the use of cash and coins to decline even further. In November 2024, the Technology Roadmap included a recommendation to evaluate the option of bringing coin collection in-house. After working closely with Dixon Resources Unlimited, the consultant who developed the roadmap, they recommended that the City revise the Parking Meter Repair Worker job description to include coin collection responsibilities. This recommendation was based on several key considerations. First, staff analyzed all meter coin revenue collected in 2024 and the first quarter of 2025. On average, each of the 635 single-space meters collected about $6 in coins per week, and each meter has a capacity of approximately $60. For the 65 multi-space pay stations, the average weekly Staff Approach for Parking Meter Collection Services Page 3 coin revenue was about $20, with each station able to hold around $250 in coins. Based on these figures, it would take roughly 10 weeks for a single-space meter to reach full capacity and about 12 weeks for a pay station to do the same. Second, the current contract charges a flat fee based on how often collections occur, not on the amount of coin collected. As a result, even as cash payments decrease, the City continues to pay the same rate for the service. Bringing this function in-house would give the City greater control over collections, improve efficiency, and create the opportunity to address equipment maintenance during collections, something that is not typically included in contracted coin collection services. During early planning for the 2025–27 Financial Plan, staff considered submitting a Significant Operating Budget Change (SOBC) request for an additional Parking Meter Repair Worker position that would formally include these duties. While the SOBC was not ultimately recommended, staff continued to explore whether existing staff could take on the work by updating the job description. Doing so would provide both operational improvements and cost savings for the Parking Program. To move forward with this change, two actions need to be taken: update the Parking Meter Repair Worker job description and terminate the existing vendor contract for coin collection services. Staffing Changes: Meter Repair Worker Job Description Update The Meter Repair Worker is a position in the Public Works Department and is represented by SLOCEA. It is currently filled with a single full-time employee. The proposed updates to the job description (Attachment A) include the following: Job Summary (addition to summary description) • Expected to be 25% of work activity until all single space meters are replaced and then reduced to less than 10% of work activity. • Perform field collection of cash parking payments and transport to secure location. Example of duties (addition to duties) • Collect cash parking payments from a parking meter following a specific process. • Transport collected payments in a secure manner to a City facility. • Follow identified routes for collections, maintaining the designated schedule. • Maintain a high level of safety and security during collection activity. • Follow all City policies and procedures for collections, key control, security, safety, and storage. Before a final offer is issued the following is required (addition to requirements) • City to complete a criminal background check Staff Approach for Parking Meter Collection Services Page 4 Minor clerical/descriptive edits are also included consistent with other City job descriptions. The recommended edits to the job description do not have any implications to the job class or compensation. As mentioned above, coin collection is expected to make up about 25% of the Parking Meter Repair Worker’s responsibilities, and that amount will drop to less than 10% once all single-space meters are replaced. All single-space meters are scheduled to be replaced by the end of 2027. To evaluate the impact of adding this duty, staff reviewed the Parking Meter Repair Worker’s current workload. Staff do not anticipate any negative impacts from bringing coin collection in-house for several key reasons. First, the new technology being implemented, such as upgraded garage gate systems and modern pay stations, requires significantly less maintenance. These systems also have built-in alerts that notify staff of mechanical or technical issues, as well as when cash boxes are nearing capacity. This allows collections to be scheduled during routine inspections and maintenance, improving efficiency and reducing costs. Second, some of the responsibilities of the Parking Meter Repair Worker overlap with those of the Parking Maintenance Worker. If the job description is updated as proposed, staff can adjust and redistribute duties to better align with current operational needs. This will make room for the added coin collection tasks without requiring any additional job description changes or having negative impacts to the incumbents workload. Finally, as the City continues phasing out single-space meters, the overall need for coin collection will continue to decline, further minimizing the long-term impact on staff workload. The Public Works and Human Resources Departments have been collaborating on this item since December 2024 in preparation for the previously mentioned potential SOBC. If the City Manager approves the current recommendation, Parking and HR staff will initiate a meet and confer process with SLOCEA to address the impacts of the change in duties and any related workload concerns. Once the City has fulfilled its meet and confer obligations, the changes will be implemented. During initial conversations with existing affected staff, including the current incumbent in the Parking Meter Repair Worker position and the Maintenance Worker positions, there is support for this change. It is intended that the updated job duties would be in effect following necessary conferring with SLOCEA and sufficient notice provided to the existing staff. FS Collections Contract Termination The City’s current vendor for parking meter coin collection, FS Collections, has been providing services since 2005. In 2014, the City issued a Request for Proposals (RFP) for coin collection services, which led to another agreement with FS Collections that was signed on October 22, 2014 (Attachment B). The agreement was extended as allowed under its original terms and ultimately expired in June 2020. Since then, FS Collections has continued providing services on a month-to-month basis without a formal contract. Initially, staff planned to enter into a new agreement following the release of a Request for Proposals (RFP). However, due to staff turnover within the Parking Program, although an RFP was issued in September 2022, it was not awarded. Staff Approach for Parking Meter Collection Services Page 5 Since that time, staff have been reviewing overall parking operations and assessing whether coin collection should continue to be outsourced or brought in-house. Based on this evaluation, staff now recommends shifting to an internal model for coin collection. Although there is no current contract in place, staff recommends that the City Manager authorize the Parking Program Manager to issue a 60-day written notice to FS Collections to formally terminate services once the job description update is completed (see draft notice as Attachment C). The reason for termination is solely the City’s decision to transition the work in-house. Staff recommend providing 60-day notice rather than the required 30-day notice due to the longevity of the services provided by FS Collections. FS Collections has not been involved in discussions about shifting this responsibility to City staff and is likely unaware of the City’s intent to make this operational change. Next Steps Following City Manager approval of the updated job description, Parking and HR staff will fulfill meet and confer obligations with SLOCEA. Additionally, the Parking Program Manager will give formal notice to FS Collections terminating the contract services for coin collection. CONCURRENCES The Human Resources Department has reviewed and concurs with this recommendation. PRIOR ACTION October 2014 – Following a public Request for Proposals process, the City entered into an Agreement with FS Collections October 22, 2024, for parking meter coin collection services with a contract term until June 30, 2018, with an option to extend until June 30, 2020. March 2018 – Parking Program Manager issued a letter to FS Collection extending the service term to June 30, 2020. (Attachment D) July 2020 – Parking Program Manager issued a letter to FS Collection extending services on a month-to-month basis, effective July 1, 2020. This appears to have been an informal action taken by the manager at the time, with no record of formal approval by the City Manager or City Council. As a result, the vendor is currently providing services without an active contract, but operations continue under the terms outlined in the original October 2014 agreement. (Attachment E) February 2023 – Council approved the Access and Parking Management Plan establishing 35 new strategies that align with the City’s Downtown Concept Plan, Active Transportation Plan, and Mobility Specific Plan. Staff Approach for Parking Meter Collection Services Page 6 May 2024 – Council approved the Parking Rate Study which resulted in reduced parking rates and implementation of technology recommendations including converting single- space meters to multi-space pay stations. November 2024 – Council approved the Downtown Parking Technology Roadmap report and approved updates to the downtown parking technology including converting single- space meters to multi-space pay stations. FISCAL IMPACT Was this reviewed and approved by the department fiscal officer? Yes ☒ No ☐ Is there an ongoing fiscal impact to the recommendation or request (direct or indirect)? Yes ☒ No ☐ Staff have carefully reviewed the direct, indirect, and administrative impacts of bringing coin collection in-house and are confident this change will reduce overall operating costs for the Parking Fund, with an estimated annual savings of $61,500. Currently, the Parking Fund allocates $63,000 annually for coin collection operations. This includes $60,000 for contracted services with FS Collections and approximately $3,000 for equipment and supplies provided to the vendor—primarily coin bags. Since in-house collections would occur less frequently, fewer coin bags would be needed, further reducing supply costs. Administrative responsibilities related to meter collections will remain unchanged. By transitioning to in-house collection, staff estimate an annual operating cost of just $1,500, resulting in net savings of approximately $61,500 per year. ALTERNATIVES 1. The City Manager could decide not to approve the update to the Parking Meter Repair Worker job description, essentially continuing the reliance on contract services for coin collection. The current coin collection contract has expired, and issuing a new Request for Proposals (RFP) would be required to establish a new agreement. Depending on the bids received, a new contract could increase the Parking Program’s operating costs. It is standard industry practice for vendors to charge based on time spent collecting, rather than the amount of revenue collected. However, with the ongoing decline and variability in cash payments, it would be challenging to define a consistent and accurate collection schedule for a long-term contract. If the City continues to contract out these services, the agreement would likely require frequent amendments to adjust for fluctuating collection needs. 2. The City Manager could require longer notice prior to termination of the existing month-to-month agreement. The current coin collection contract has expired and the cost of continuing the contract is approximately $5,000 per month. Staff Approach for Parking Meter Collection Services Page 7 ATTACHMENTS A. Revised Meter Repair Worker Job Description B. FS Collections Agreement Dated October 22, 2014 C. Draft Notice to Terminate Services with FS Collections D. March 2018 letter to FS Collection extending the service term to June 30, 2020 E. July 2020 letter to FS Collection extending services on a month-to-month basis, effective July 1, 2020 1 From:Floyd, Aaron Sent:Thursday, September 4, 2025 7:17 PM To:McDonald, Whitney; Collins, Scott Subject:Fw: Contract Termination of FS Collections Attachments:8.1.25 - Staff Approach for Parking Meter Collection Services.pdf pretty sure you were copied but just making sure From: Rice, Jennifer <jrice@slocity.org> Sent: Thursday, September 4, 2025 7:07 PM Cc: Floyd, Aaron <afloyd@slocity.org>; King, Donna <DKing@slocity.org> Subject: Contract Termination of FS Collections BCC: SLO City Council Hello City Council Members, I wanted to provide additional background regarding the recent contract termination notice issued to FS Collections (where Brett Cross is an employee). In November 2024, the City’s Technology Roadmap recommended evaluating the option of bringing parking meter coin collection in-house. The analysis showed that both single-space meters and multi-space pay stations fill with coins very slowly nowadays due to the prevalence of credit cards, meaning contracted coin collection schedules are not aligned with actual need. The current contract with FS Collections also charges a flat fee regardless of the amount collected, making it inefficient as cash payments decline. On August 1, 2025 staff’s recommendation was approved to bring coin-collection in-house as part of the Parking Meter Technician job duties. FS Collections has provided coin collection services since 2005. The most recent formal agreement expired in June 2020, after which services continued on a month-to-month basis. Although an RFP was issued in 2022, it was never awarded due to staffing transitions. Since then, staff evaluated the service model and recommended shifting collections in-house. This transition aligns with budget reduction strategies as this change is expected to save approximately $61,500 per year. On August 1, 2025, staff was authorized to issue a 60-day termination notice to FS Collections, effective October 31, 2025. The reason for termination is solely the City’s decision to transition the work in-house as a cost savings measure. A 60-day notice was issued to FS Collections, rather than the required 30-day notice due to the longevity of the services provided. It should be noted that the steps outlined in the approved City Manager Report (attached) regarding the responsibility of Parking and Human Resources staff to update the Parking Meter Technician job description and fulfill meet and confer obligations with SLOCEA were completed as part of this action. On August 19, Donna King met with Brett Cross in person to provide the notice and thank him for his contributions. On August 21, Brett emailed staff including the City Attorney’s Office expressing his belief that he was in the third year of a five-year agreement from the 2022 RFP. Neither Donna King nor myself were in the Mobility Division during this time in 2022 and we have been unable to find any records of the communications during that time. However, on September 3, the City Attorney’s Office responded to this issue and concluded that staff acted appropriately in issuing the notice of termination, given the expiration of the agreement. More information is included in the attached dated August 1, 2025. Please reach out to me with any questions you may have. 2 Sincerely, Jennifer Rice, PTP, AICP pronouns she/her/hers Deputy Director of Mobility Services Public Works Mobility Services 1260 Chorro, San Luis Obispo, CA 93401-3218 E jrice@slocity.org T 805.781.7058 slocity.org Stay connected with the City by signing up for e-notifications City of San Luis Obispo, City Manager Report Fully approved in Escribe on 8.1.25 Title: Staff Approach for Parking Meter Collection Services FROM: Aaron Floyd, Utilities Director, Interim Public Works Director Prepared By: Donna King, Parking Program Manager Other Reviewers or Contributors: Approver Date Reviewed PW Deputy Director – Mobility Services 7/9/2025 PW Analyst 7/10/2025 CMR Type and Workflow 3 - Staffing Modifications : CM Approval with HR: See Table 1 here for details. You will select the above workflow when you initiate the report routing. RECOMMENDATION 1. Authorize staff to update the Parking Meter Repair Worker job description to include duties related to meter coin collection. 2. Authorize the Parking Program Manager to provide 60-day notice to terminate coin collection contract services with FS Collections. POLICY CONTEXT California Vehicle Code (CVC) § 22508 requires that local authorities accept physical payment at parking meters and pay stations – essentially requiring the acceptance of cash or coin. As such, collection procedures must be established to manage the collection of cash/coin. The 2024 Parking Rate Study includes the Technology Recommendation to replace the single-space meters at the 10-hour on-street spaces to maintain continuity for the paid parking experience. Further recommended in the 2024 Downtown Parking Technology Roadmap Report, “since most of the 10-hour on-street spaces are generally occupied by permit holders who do not use the single-space meters, installing pay stations instead will introduce cost savings on single-space meter fees.” In addition, the Technology Roadmap Report recommends, “that the City conducts an additional assessment to re-evaluate the current operating procedures [for revenue collection] to build more efficient revenue collection and reconciliation process”. Goal 2.B.2. of the Access and Parking Management Plan recommends reducing the number of 10-hour parking meter spaces and converting them to short-term parking spaces to increase turnover of parking spaces and usage of the parking garages consistent with the Downtown Concept Plan. As this recommendation is implemented, it is planned to continue to replace single space meters with multi-space pay stations. Staff Approach for Parking Meter Collection Services Page 2 Section 12.A. (Contracting for Services) of the Fiscal Policies included in the 2025-27 Financial Plan states that “in evaluating the costs of private sector contracts compared with in‐house performance of the service, indirect, direct, and contract administration costs of the City will be identified and considered.” Evaluations of these costs as they pertain to managing and operating in-house coin collection are included within this report. Per the Employer-Employee Relations Resolution of the City of San Luis Obispo (Resolution No. 6620), the City has a responsibility to meet and confer with represented groups when there are impacts to wages, hours, and/or terms and conditions of employment for their members. The Parking Meter Repair Worker is represented by the San Luis Obispo City Employees’ Association (SLOCEA). Updating this job description will prompt a meet and confer. The City Manager executed the most recent contract with FS Collections October 22, 2014. Although there is no formal contract in place currently, staff is requesting City Manager authorization for the Parking Program Manager to issue a 60-day written notice to formally terminate services with FS Collections. DISCUSSION Background Since the start of the City’s paid parking program, coin collection for on-street parking meters has been handled by a contracted vendor. At that time, Downtown was equipped with single-space meters that only accepted coins. Over the past decade, the City has modernized its parking system to support additional payment options. This includes upgrading single-space meters to accept credit cards, replacing many of them with multi- space pay stations, and offering payment through mobile apps. As a result, the use of cash has declined significantly. Currently, only about 8% of all parking transactions are made using cash or coins. As single-space meters continue to be replaced with multi-space pay stations—aligning with the recommendations of the Access and Parking Management Plan, the 2024 Parking Rate Study, the 2024 Downtown Parking Technology Roadmap, and the 2025–27 Financial Plan—staff expects the use of cash and coins to decline even further. In November 2024, the Technology Roadmap included a recommendation to evaluate the option of bringing coin collection in-house. After working closely with Dixon Resources Unlimited, the consultant who developed the roadmap, they recommended that the City revise the Parking Meter Repair Worker job description to include coin collection responsibilities. This recommendation was based on several key considerations. First, staff analyzed all meter coin revenue collected in 2024 and the first quarter of 2025. On average, each of the 635 single-space meters collected about $6 in coins per week, and each meter has a capacity of approximately $60. For the 65 multi-space pay stations, the average weekly Staff Approach for Parking Meter Collection Services Page 3 coin revenue was about $20, with each station able to hold around $250 in coins. Based on these figures, it would take roughly 10 weeks for a single-space meter to reach full capacity and about 12 weeks for a pay station to do the same. Second, the current contract charges a flat fee based on how often collections occur, not on the amount of coin collected. As a result, even as cash payments decrease, the City continues to pay the same rate for the service. Bringing this function in-house would give the City greater control over collections, improve efficiency, and create the opportunity to address equipment maintenance during collections, something that is not typically included in contracted coin collection services. During early planning for the 2025–27 Financial Plan, staff considered submitting a Significant Operating Budget Change (SOBC) request for an additional Parking Meter Repair Worker position that would formally include these duties. While the SOBC was not ultimately recommended, staff continued to explore whether existing staff could take on the work by updating the job description. Doing so would provide both operational improvements and cost savings for the Parking Program. To move forward with this change, two actions need to be taken: update the Parking Meter Repair Worker job description and terminate the existing vendor contract for coin collection services. Staffing Changes: Meter Repair Worker Job Description Update The Meter Repair Worker is a position in the Public Works Department and is represented by SLOCEA. It is currently filled with a single full-time employee. The proposed updates to the job description (Attachment A) include the following: Job Summary (addition to summary description) • Expected to be 25% of work activity until all single space meters are replaced and then reduced to less than 10% of work activity. • Perform field collection of cash parking payments and transport to secure location. Example of duties (addition to duties) • Collect cash parking payments from a parking meter following a specific process. • Transport collected payments in a secure manner to a City facility. • Follow identified routes for collections, maintaining the designated schedule. • Maintain a high level of safety and security during collection activity. • Follow all City policies and procedures for collections, key control, security, safety, and storage. Before a final offer is issued the following is required (addition to requirements) • City to complete a criminal background check Staff Approach for Parking Meter Collection Services Page 4 Minor clerical/descriptive edits are also included consistent with other City job descriptions. The recommended edits to the job description do not have any implications to the job class or compensation. As mentioned above, coin collection is expected to make up about 25% of the Parking Meter Repair Worker’s responsibilities, and that amount will drop to less than 10% once all single-space meters are replaced. All single-space meters are scheduled to be replaced by the end of 2027. To evaluate the impact of adding this duty, staff reviewed the Parking Meter Repair Worker’s current workload. Staff do not anticipate any negative impacts from bringing coin collection in-house for several key reasons. First, the new technology being implemented, such as upgraded garage gate systems and modern pay stations, requires significantly less maintenance. These systems also have built-in alerts that notify staff of mechanical or technical issues, as well as when cash boxes are nearing capacity. This allows collections to be scheduled during routine inspections and maintenance, improving efficiency and reducing costs. Second, some of the responsibilities of the Parking Meter Repair Worker overlap with those of the Parking Maintenance Worker. If the job description is updated as proposed, staff can adjust and redistribute duties to better align with current operational needs. This will make room for the added coin collection tasks without requiring any additional job description changes or having negative impacts to the incumbents workload. Finally, as the City continues phasing out single-space meters, the overall need for coin collection will continue to decline, further minimizing the long-term impact on staff workload. The Public Works and Human Resources Departments have been collaborating on this item since December 2024 in preparation for the previously mentioned potential SOBC. If the City Manager approves the current recommendation, Parking and HR staff will initiate a meet and confer process with SLOCEA to address the impacts of the change in duties and any related workload concerns. Once the City has fulfilled its meet and confer obligations, the changes will be implemented. During initial conversations with existing affected staff, including the current incumbent in the Parking Meter Repair Worker position and the Maintenance Worker positions, there is support for this change. It is intended that the updated job duties would be in effect following necessary conferring with SLOCEA and sufficient notice provided to the existing staff. FS Collections Contract Termination The City’s current vendor for parking meter coin collection, FS Collections, has been providing services since 2005. In 2014, the City issued a Request for Proposals (RFP) for coin collection services, which led to another agreement with FS Collections that was signed on October 22, 2014 (Attachment B). The agreement was extended as allowed under its original terms and ultimately expired in June 2020. Since then, FS Collections has continued providing services on a month-to-month basis without a formal contract. Initially, staff planned to enter into a new agreement following the release of a Request for Proposals (RFP). However, due to staff turnover within the Parking Program, although an RFP was issued in September 2022, it was not awarded. Staff Approach for Parking Meter Collection Services Page 5 Since that time, staff have been reviewing overall parking operations and assessing whether coin collection should continue to be outsourced or brought in-house. Based on this evaluation, staff now recommends shifting to an internal model for coin collection. Although there is no current contract in place, staff recommends that the City Manager authorize the Parking Program Manager to issue a 60-day written notice to FS Collections to formally terminate services once the job description update is completed (see draft notice as Attachment C). The reason for termination is solely the City’s decision to transition the work in-house. Staff recommend providing 60-day notice rather than the required 30-day notice due to the longevity of the services provided by FS Collections. FS Collections has not been involved in discussions about shifting this responsibility to City staff and is likely unaware of the City’s intent to make this operational change. Next Steps Following City Manager approval of the updated job description, Parking and HR staff will fulfill meet and confer obligations with SLOCEA. Additionally, the Parking Program Manager will give formal notice to FS Collections terminating the contract services for coin collection. CONCURRENCES The Human Resources Department has reviewed and concurs with this recommendation. PRIOR ACTION October 2014 – Following a public Request for Proposals process, the City entered into an Agreement with FS Collections October 22, 2024, for parking meter coin collection services with a contract term until June 30, 2018, with an option to extend until June 30, 2020. March 2018 – Parking Program Manager issued a letter to FS Collection extending the service term to June 30, 2020. (Attachment D) July 2020 – Parking Program Manager issued a letter to FS Collection extending services on a month-to-month basis, effective July 1, 2020. This appears to have been an informal action taken by the manager at the time, with no record of formal approval by the City Manager or City Council. As a result, the vendor is currently providing services without an active contract, but operations continue under the terms outlined in the original October 2014 agreement. (Attachment E) February 2023 – Council approved the Access and Parking Management Plan establishing 35 new strategies that align with the City’s Downtown Concept Plan, Active Transportation Plan, and Mobility Specific Plan. Staff Approach for Parking Meter Collection Services Page 6 May 2024 – Council approved the Parking Rate Study which resulted in reduced parking rates and implementation of technology recommendations including converting single- space meters to multi-space pay stations. November 2024 – Council approved the Downtown Parking Technology Roadmap report and approved updates to the downtown parking technology including converting single- space meters to multi-space pay stations. FISCAL IMPACT Was this reviewed and approved by the department fiscal officer? Yes ☒ No ☐ Is there an ongoing fiscal impact to the recommendation or request (direct or indirect)? Yes ☒ No ☐ Staff have carefully reviewed the direct, indirect, and administrative impacts of bringing coin collection in-house and are confident this change will reduce overall operating costs for the Parking Fund, with an estimated annual savings of $61,500. Currently, the Parking Fund allocates $63,000 annually for coin collection operations. This includes $60,000 for contracted services with FS Collections and approximately $3,000 for equipment and supplies provided to the vendor—primarily coin bags. Since in-house collections would occur less frequently, fewer coin bags would be needed, further reducing supply costs. Administrative responsibilities related to meter collections will remain unchanged. By transitioning to in-house collection, staff estimate an annual operating cost of just $1,500, resulting in net savings of approximately $61,500 per year. ALTERNATIVES 1. The City Manager could decide not to approve the update to the Parking Meter Repair Worker job description, essentially continuing the reliance on contract services for coin collection. The current coin collection contract has expired, and issuing a new Request for Proposals (RFP) would be required to establish a new agreement. Depending on the bids received, a new contract could increase the Parking Program’s operating costs. It is standard industry practice for vendors to charge based on time spent collecting, rather than the amount of revenue collected. However, with the ongoing decline and variability in cash payments, it would be challenging to define a consistent and accurate collection schedule for a long-term contract. If the City continues to contract out these services, the agreement would likely require frequent amendments to adjust for fluctuating collection needs. 2. The City Manager could require longer notice prior to termination of the existing month-to-month agreement. The current coin collection contract has expired and the cost of continuing the contract is approximately $5,000 per month. Staff Approach for Parking Meter Collection Services Page 7 ATTACHMENTS A. Revised Meter Repair Worker Job Description B. FS Collections Agreement Dated October 22, 2014 C. Draft Notice to Terminate Services with FS Collections D. March 2018 letter to FS Collection extending the service term to June 30, 2020 E. July 2020 letter to FS Collection extending services on a month-to-month basis, effective July 1, 2020 1 From: McDonald, Whitney <WMcDonal@slocity.org> Sent: Thursday, September 4, 2025 10:43 AM To: Dietrick, Christine <cdietric@slocity.org>; Symens, Sadie <ssymens@slocity.org>; Floyd, Aaron <afloyd@slocity.org>; Rice, Jennifer <jrice@slocity.org>; King, Donna <DKing@slocity.org> Cc: Collins, Scott <SCollins@slocity.org> Subject: FW: A Plea for Humanity and Integrity in the Case of a Dedicated City Servant Hi everyone, Our Council Members are receiving emails related to Brett Cross’s contract termination. Could you please prepare an email for them providing more background and explanation of the situation? Thank you!! Whitney Whitney McDonald pronouns (she/hers) City Manager City Administration 990 Palm, San Luis Obispo, CA 93401-3934 E WMcDonal@slocity.org T 805.781.7114 C 805.550.8349 slocity.org Stay connected with the City by signing up for e-notifications 2 From: Marx, Jan <jmarx@slocity.org> Sent: Thursday, September 4, 2025 10:37 AM To: McDonald, Whitney <WMcDonal@slocity.org> Subject: FW: A Plea for Humanity and Integrity in the Case of a Dedicated City Servant Please clarify the details regarding this situation for me, Whitney. Thank you Jan From: Marx, Jan Sent: Thursday, September 4, 2025 10:37 AM To: 'caroline israel' < Cc: McDonald, Whitney <WMcDonal@slocity.org> Subject: RE: A Plea for Humanity and Integrity in the Case of a Dedicated City Servant Thank you for your message, Caroline. I will look into the situation and reach out to Brett. Yours, Jan From: caroline israel < Sent: Thursday, September 4, 2025 9:33 AM To: Marx, Jan <jmarx@slocity.org> Subject: A Plea for Humanity and Integrity in the Case of a Dedicated City Servant Dear Council Member Marx, I am writing to you today with a deep sense of concern and disappointment regarding the recent dismissal of my friend, Brett Cross, a dedicated member of our community who has served the City of San Luis Obispo since 1993. I ask that you hear his story not as a matter of contract law, but as a matter of human decency. For over three decades, Brett has been a constant and friendly presence in our downtown core. Many of your constituents, and countless visitors, have interacted with him while he was collecting coins from the city’s parking meters. Beyond his official duties, he was a true public servant—a man who went above and beyond without ever being asked. He would routinely pick up trash, perform minor repairs on meters, and provide directions to tourists. He was well-known, dependable, and a genuinely trustworthy figure who represented the best of our community. As a contractor for all these years, he did so without any of the benefits an employee would expect, such as sick leave, vacation time, health insurance, or a Christmas bonus. After 33 years of faithful service, it is unconscionable that his contract, with two years remaining, was disavowed with such cold indifference. He was simply handed a letter of termination by Donna King, Director of Parking Services, with no prior discussion or warning. Neither she, nor Jennifer Rice, Director of Mobility Services, nor Alex Fuchs, Business Manager of Mobility Services, ever approached him to discuss the matter. The only communication he has received since has been an email from a city lawy er, who, in a classic display of the city flexing its might against a lone individual, claims the city is within its rights. After 33 years, he wasn’t even afforded the courtesy of a phone call or a face-to-face exchange. This ordeal has taken a significant toll on a man who has given so much to this city. At 62 years old, Brett is being forced to find a new career in 60 days when he thought he had employment for two more years. In the two weeks since receiving the letter, he is barely eating and has lost at least 10 pounds. He, a normally sound 3 sleeper, is now sleeping very little because he worries throughout the night. He has been to his bank to check his assets, called friends to see if anyone would move into his house to pay rent, and has already begun applying for jobs. This is not how we should treat a person who has dedicated his life to our city. The city’s actions have not only left an honest, hardworking man in the lurch but have also betrayed the very values of community and respect that SLO claims to stand for. I urge you to reconsider this decision and, at the very least, provide Brett with the courtesy of a meaningful conversation. Sincerely, Caroline Israel, A Concerned Resident 1 From:Symens, Sadie Sent:Wednesday, September 3, 2025 12:08 PM To:Dietrick, Christine; Fuchs, Alex; McDonald, Whitney Cc:Floyd, Aaron Subject:FW: Termination of Parking Meter Coin Collection Services Sending to you all as an FYI since you were on Brett’s initial email. From: Symens, Sadie Sent: Wednesday, September 3, 2025 12:08 PM To: ' Cc: King, Donna <DKing@slocity.org>; Rice, Jennifer <jrice@slocity.org> Subject: Termination of Parking Meter Coin Collection Services Mr. Cross, The City received your email dated August 21, 2025, regarding the FS Collections Notification of Contract Termination. We have reviewed all relevant records and have concluded that your contract expired in June of 2020, at which point it was extended on a month-to-month basis effective July 1, 2020. The City did not execute a contract with FS Collections in response to the proposal submitted in 2022. As you have been previously noticed, the agreement for month-to-month services has been terminated by City staff, effective October 31, 2025. We sincerely appreciate your years of service to the City. Thank you, Sadie Symens pronouns she/her/hers Deputy City Attorney Sadie Symens pronouns she/her/hers Deputy City Attorney City Attorney's Office E ssymens@slocity.org slocity.org Stay connected with the City by signing up for e-notifications The information contained in this e-mail message is intended only for the CONFIDENTIAL use of the designated addressee named above. The information transmitted is subject to the attorney-client privilege and/or represents confidential attorney work product. Recipients should not file copies of this email with publicly accessible records. If you are not the designated addressee named above or the authorized agent responsible for delivering it to the designated addressee, you received this document through inadvertent 2 error and any further review, dissemination, distribution or copying of this communication by you or anyone else is strictly prohibited. IF YOU RECEIVED THIS COMMUNICATION IN ERROR, PLEASE NOTIFY US IMMEDIATELY BY TELEPHONING THE SENDER NAMED ABOVE AT (805) 781-7140. Thank you. 1 From:King, Donna Sent:Friday, September 5, 2025 10:33 AM To:Rice, Jennifer; McDonald, Whitney Cc:Floyd, Aaron Subject:RE: Contract Termination of FS Collections Attachments:E - Extension Dated July 2020.pdf; A - Revised Meter Repair Worker Job Description.pdf; B - Agreement Dated Oct 2014.pdf; C - Draft Notice to Terminate Services.docx; D - Extension Dated March 2018.pdf; RFP Coin Collection.pdf; FS Collections Proposal combined.pdf; 8.1.25 - Staff Approach for Parking Meter Collection Services.pdf BCC: SLO City Council Thank you all for reviewing the background information for FS Collections. I have included all the attachments for the original document Jennifer shared as well as the RFP that was published in 2022 and the proposal response from FS Collections. Please let me know if I missed anything or you need any additional information. Thank you, Donna King, PTMP Parking Program Manager Public Works 1260 Chorro St, Ste B, San Luis Obispo, CA 93401-3218 E DKing@slocity.org T 805.781.7234 slocity.org Stay connected with the City by signing up for e-notifications From: Rice, Jennifer <jrice@slocity.org> Sent: Thursday, September 4, 2025 7:08 PM Cc: Floyd, Aaron <afloyd@slocity.org>; King, Donna <DKing@slocity.org> Subject: Contract Termination of FS Collections BCC: SLO City Council Hello City Council Members, I wanted to provide additional background regarding the recent contract termination notice issued to FS Collections (where Brett Cross is an employee). In November 2024, the City’s Technology Roadmap recommended evaluating the option of bringing parking meter coin collection in-house. The analysis showed that both single-space meters and multi-space pay stations fill with coins very slowly nowadays due to the prevalence of credit cards, meaning contracted coin collection schedules are not aligned with actual need. The current contract with FS Collections also charges a flat fee regardless of the amount collected, making it inefficient as cash payments decline. On August 1, 2025 staff’s recommendation was approved to bring coin-collection in-house as part of the Parking Meter Technician job duties. 2 FS Collections has provided coin collection services since 2005. The most recent formal agreement expired in June 2020, after which services continued on a month-to-month basis. Although an RFP was issued in 2022, it was never awarded due to staffing transitions. Since then, staff evaluated the service model and recommended shifting collections in-house. This transition aligns with budget reduction strategies as this change is expected to save approximately $61,500 per year. On August 1, 2025, staff was authorized to issue a 60-day termination notice to FS Collections, effective October 31, 2025. The reason for termination is solely the City’s decision to transition the work in-house as a cost savings measure. A 60-day notice was issued to FS Collections, rather than the required 30-day notice due to the longevity of the services provided. It should be noted that the steps outlined in the approved City Manager Report (attached) regarding the responsibility of Parking and Human Resources staff to update the Parking Meter Technician job description and fulfill meet and confer obligations with SLOCEA were completed as part of this action. On August 19, Donna King met with Brett Cross in person to provide the notice and thank him for his contributions. On August 21, Brett emailed staff including the City Attorney’s Office expressing his belief that he was in the third year of a five-year agreement from the 2022 RFP. Neither Donna King nor myself were in the Mobility Division during this time in 2022 and we have been unable to find any records of the communications during that time. However, on September 3, the City Attorney’s Office responded to this issue and concluded that staff acted appropriately in issuing the notice of termination, given the expiration of the agreement. More information is included in the attached dated August 1, 2025. Please reach out to me with any questions you may have. Sincerely, Jennifer Rice, PTP, AICP pronouns she/her/hers Deputy Director of Mobility Services Public Works Mobility Services 1260 Chorro, San Luis Obispo, CA 93401-3218 E jrice@slocity.org T 805.781.7058 slocity.org Stay connected with the City by signing up for e-notifications The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities. Telecommunications Device for the Deaf (805) 781-7410. Notice Requesting Proposals / Qualifications for Parking Meter Coin Collection Services The City of San Luis Obispo is requesting sealed proposals for Parking Meter and Parking Payment Center Coin Collection Services. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All proposals must be received via BidSync by the Department of Finance at or before October 5, 2022, when they will be opened electronically via BidSync. The preferred method for bid submission is electronic via BidSync. However, if you wish to submit a paper copy, please submit it in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. Project packages and additional information may be obtained at the City’s BidSync website at www.BidSync.com. Please contact Gavin Hussey, with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. TABLE OF CONTENTS A. Scope of Work .......................................................................................................................................... 1 B. Budget………………………………………………………………………………………………………………………………………………..4 C. General Terms and Conditions…………………………………………………………………………………………………………….4 D. Special Terms……………………………………………………………………………………………………………………………………..6 E. Proposal Content………………………………………………………………………………………………………………………………..8 F. Insurance………………………………………………………………………………………………………………………………………….12 G. Proposal Submittal Form………………………………………………………………………………………………………………….14 Exhibit A - Form of Agreement 1 A. SCOPE OF WORK The City is requesting proposals for parking meter collection services located on streets and in parking lots. 1. Collection Procedure. In performing this work, the collection contractor shall adhere to the following procedure: a. Meter and payment center collections begin at the Parking Services Office located at 1260 Chorro Street, Suite B, San Luis Obispo. b. Contractor will pick up the keys required to open the meters and payment centers to be collected that day. c. Contract will sign for receipt of the keys picked up. d. Contractor will pick up the appropriate cart and collection canister required for the street zone(s) and/or parking lot(s) to be collected. (The collection canisters may be different; some zones/lots may have sealed or open coin cans.) e. Contractor will begin the walking route for the appropriate street zone or parking lot to be collected. f. For each parking meter or payment center to be collected, Contractor will adhere to the following procedure: 1) Unlock and open the coin can compartment or vault. 2) Remove the coin can and empty it into the collection canister. 3) Replace the coin can in its compartment or vault. 4) Lock the coin can compartment or vault. 5) If observable meter or payment center repairs are required, record them on a parking meter repair form. 6) Note any vandalism or theft on a parking meter repair form. g. Contractor will return to the Parking Services Office when the zone and/or lot collection is completed. h. Contractor will remove the collection canister from the collection cart in the presence of a City employee. i. Contractor will record the date, time, location, initials and the number of bags to be filled on a collection slip. Contractor will attach the collection slip to the collection canister and move the canister to the designated storage area in the presence of a City employee. j. Go back to Step d. if continuing collections. k. When all scheduled meter collections have been completed for the day, Contractor will unlock all collection canisters in the presence of a City employee. l. Contractor will remove the collection bags from inside the collection canisters and place the coin into sealable coin bags labeled with the appropriate zone and/or lot number. This procedure is done in the weighing/collection room with a City employee monitoring and sealing the coin bags. Contractor will place an empty collection bag into each collection canister and lock the canister in the presence of the City employee. m. The City employee shall complete a receipt of uncounted sealed coin bags on a form furnished by Garda. n. Contractor shall place all sealed coin bags inside the City’s safe in the presence of the City employee. o. Contractor shall return the keys required for the meters and payment centers collected that day. p. A City employee shall sign for receipt of the returned keys in a logbook maintained by the City. q. Contractor will turn in meter repair forms to the meter repair shop. 2 2. Collection Schedule. Parking meters and payment centers to be collected are organized into street zones and parking lots, which are shown on the map at the end of this section. The Contractor shall perform the specified work according to the following schedule. The City may change this schedule at any time but shall give the Contractor at least seven calendar days’ notice of the change. The Contractor shall not deviate from this schedule without prior written permission from the City. The Contractor sha ll not perform the specified work on any holiday observed by the City without prior written permission from the City. Note: The number of collections is only an estimate and is subject to change. Mondays Tuesdays Wednesdays Thursdays Fridays Zone D Upper Zone A Zone B Zone C Zone D Lower Zone G Zone E Zone G Zone D Upper Zone G Zone B Zone H Zone F Zone Part B Lot 2 Zone D Lower Lot 9 Zone Part H Lot 4 Lot 14 Lot 3 Lot 2 Lot 10 Lot 11 Lot 15 Lot 4 Lot 3 Lot 10 Lot 11 (±439 Collections) (±499 Collections) (±469 Collections) (±433 Collections) (±450 Collections) Donation Meters (7±) ** **Donation Meters. In an effort to redirect money given to panhandlers, these recycled parking meters encourage Downtown patrons to give to local programs that are working to improve conditions for those in need. United Way of San Luis Obispo County is the fiscal agent for downtown donatio n meters in partnership with the City of San Luis Obispo and the San Luis Obispo Downtown Association. These 7 donation meters may be collected by Contractor while servicing the City meters without an additional cost or Contractor will submit a separate invoice to the United Way San Luis Obispo for their time based on the same fee schedule as that used in setting the fees for the other meter collections. The money collected will be bagged separately from the City’s collections and picked up by the United Way of San Luis Obispo. 3. Collection Hours. The Contractor shall perform the specified work only on weekdays (Monday through Friday). Suggested start time for collection is 8:00 a.m. and will continue until the collections scheduled for that day are completed. Collections must be completed for the assigned day and the coin bagged no later than 4:00 p.m. The collection/bagging room is not available between the hours of noon – 1:30 p.m. for bagging of coin. Coin bagging is subject to the availability of staff. Due to various meetings and or special events, the collection and/or bagging of coin may have to be postponed and/or rescheduled. Contractor will be given advance notice whenever possible of any schedule changes. Contractor may have additional zones/lots to collect in addition to the regularly scheduled collections due to office closures and other circumstances. These additional collections must be made and bagged no later than 4:00 p.m. the same day as collected. No changes to the regular collection hours will be made by the Contractor without prior written permission from the City. 4. Collection Equipment. The City shall furnish two collection carts, eight lockable collection canisters, and one coin bag holder. The Contractor shall be responsible for any periodic maintenance required on this equipment and for any routine repair to the equipment that costs less than one hundred dollars ($100). 3 City will maintain tires, tubes and canning mechanisms. The City shall provide locks and keys fo r the collection canisters. 5. Qualifications of Collection Workers. Contractor will provide a list of collection workers for approval by the City on the proposal form. Contractor will inform the City of any changes in collection workers prior to their start of work. Collection workers shall be competent and qualified to perform the specified work. Collection workers will have worked in a cash handling environment. No collection worker shall perform any of the specified work without (a) passing a background security check conducted by the City; (b) a credit check conducted by the City; and (c) receiving written permission from the City to perform the specified work. Each collection worker shall be able to comfortably lift a collection canister weighing up to 140 pounds. A cash bond of ten thousand dollars ($10,000) will be required for the contract. All collection workers shall meet all of the contract qualifications and requirements. 6. Conduct of Collection Workers. Collection workers shall perform the specified work in an orderly manner and shall avoid even the appearance of impropriety in any form. If the City representative advises the Contractor that a collection worker is incompetent, unqualified, or disorderly, the Contractor shall remove that collection worker from the specified work for the duration of the agreement. While performing the specified work, a collection worker shall not bring to the work locations any pets, any children, or any persons not employed under the agreement. Contractor and collection workers are not authorized to discuss confidential information that is learned in the course and scope of the performance of this contract with private third parties or the press without prior written authorization of the City. 7. Uniforms for Collection Workers. While performing the specified work collection workers shall wear simple but distinctive uniforms which have been approved in advance by the City and which shall clearly identify the collection workers as representatives of the City. Uniforms shall be neat, clean and kept in good appearance at all times. The City shall furnish official City of San Luis Obispo uniform patches that must be affixed to the uniforms. The Contractor shall furnish all required uniforms, footwear, headgear, jackets, or inclement weather gear. 8. Providing for Vacations, Illnesses, or Other Absences of Collection Workers. The Contractor shall maintain a staff of at least two (2) fully qualified collection workers in order to continue performing the specified work when a collection worker takes time off for vacation, illness, or other absence. The Contractor shall list at least two proposed collection workers on the proposal form. 9. Responsibility for Loss or Damage of City Property. The Contractor shall be responsible for City property while it is in the Contractor’s custody. The Contractor shall replace or repair City property, including specifically coin revenue and collection equipment, lost or damaged as a result of the Contractor’s actions or negligence. The Contractor shall not be responsible for loss or damage caused by theft and vandalism by third parties, unless the theft or damage results from the Contractor’s negligence. In the event the Contractor fails to perform the required collections on any scheduled day, the Contractor shall be liable for all lost revenue because of their negligence. This amount shall not exceed the average daily amount collected on that scheduled day. 4 B. GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS 1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall meet all the terms, and conditions of the Request for Proposals (RFP) project package. By virtue of its proposal submittal, the bidder acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be submitted electronically via BidSync. However, if you can’t submit electronic please send your bid copy in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To guard against premature opening, the proposal should be clearly labeled with the proposal title, project number, name of bidder, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. c. Deductibles and self-insured retention. The purpose of this submittal is to generally assess the adequacy of the bidder’s insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City’s insurance requirements are detailed in Section E. 4. Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder’s intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the bidder unopened. No proposal received after the time specified or at any place other than that stated in the “Notice Inviting Bids/Requesting Proposals” will be considered. All proposals will be opened and declared publicly. Bidders or their represent atives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested as the primary submitter in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub - proposal to a bidder submitting a proposal, or who has quoted prices on materials to such bidder, is not thereby disqualified from submitting a sub-proposal or from quoting prices to other bidders submitting proposals. 5 7. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged but will be permitted. However, any such oral communication shall not be binding on the City. CONTRACT AWARD AND EXECUTION 8. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the “special terms and conditions” in Section C of these specifications for proposal evaluation and contract award criteria. 9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of bidders. Bidders will provide, in a timely manner, all information that the City deems necessary to make such a decision. 10. Contract Requirement. The bidder to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award. The contract shall be made in the form adopted by the City and incorporated in these specifications. CONTRACT PERFORMANCE 11. The City’s contract terms and conditions that [Contractor/Consultant] will be expected to execute and be bound by are attached hereto as Exhibit A 6 D. SPECIAL TERMS AND CONDITIONS 1. Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms and Conditions) of these specifications, the contract will be awarded to the lowest responsible, responsive proposer. Phase 1 – Proposal Review The review committee will review the general proposal forms submitted (Information about the Proposing Firm, References, Statement of Past Contract Disqualifications, and Insurance Certificate). Three to five proposing firms will be selected for follow-up interviews based on a) quality, clarity and responsiveness of the proposal b) competence and qualifications necessary for successfully performing the work and c) recent experience in successfully performing similar services. Phase 2 – Interviews and Contractor Selection Selected firms will be interviewed by the review committee. The purposes of this interview will be to a) evaluate communication and interpersonal skills and b) clarify and resolve any questions and issues about the proposal. Based on results of the interviews, the review committee will rank the proposing firms. Phase 3 – Evaluation of Price and Award of Contract After selecting the top-ranked firms, the review committee will open all the submitted price proposals from the selected firms. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 2. Sales Tax Reimbursement. For sales occurring within the City of San Luis Obispo, the City receives sales tax revenues. Therefore, for bids from retail firms located in the City at the time of proposal closing for which sales tax is allocated to the City, 1% of the taxable amount of the bid will be deducted from the proposal by the City in calculating and determining the lowest responsible, responsive proposer. 3. Labor Actions. In the event that the successful proposer is experiencing a labor action at the time of contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves the right to declare said proposer is no longer the lowest responsible, responsive proposer and to accept the next acceptable low proposal from a proposer that is not experiencing a labor action, and to declare it to be the lowest responsible, responsive proposer. 4. Failure to Accept Contract. The following will occur if the proposer to whom the award is made (Contractor) fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a proposer’s bond or security is required; and an award may be made to the next lowest responsible, responsive proposer who shall fulfill every stipulation as if it were the 7 party to whom the first award was made. 5.Contract Term. The services identified in this specification will be used by the City for five (5) years. The prices quoted for these items must be valid for the entire period indicated above unless otherwise conditioned by the proposer in its proposal. 6.Compensation Adjustment. Original contract prices shall remain in effect through June 30, 2024. Beginning on July 1, 2024, contract prices shall be increased by a percentage equal to the percentage increase in the U.S. Consumer Price Index/All Urban Consumers (CPI-U) from March in the previous year to March in the year of adjustment. 7.Supplemental Purchases Supplemental Purchases. Supplemental purchases may be made from the successful proposer during the contract term in addition to the items listed in the Detail Proposal Submittal Form. For these supplemental purchases, the proposer shall not offer prices to the City in excess of the amounts offered to other similar customers for the same item. If the proposer is willing to offer the City a standard discount on all supplemental purchases from its generally prevailing or published price structure during the contract term, this offer and the amount of discount on a percentage basis should be provided with the proposal submittal. 8.Contractor Invoices The Contractor may deliver either a monthly invoice to the City with the name of the contract and associated purchase order number with itemized detail by work category. Invoices should be received within 15 days of the completion of the invoiced work period. 9.Non-Exclusive Contract. The City reserves the right to purchase the items listed in the Detail Proposal Submittal Form, as well as any supplemental items, from other vendors during the contract term. 10.Unrestrictive Brand Names. Any manufacturer’s names, trade names, brand names or catalog numbers used in the specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Proposals will be considered for any brand that meets or exceeds the quality of the specifications given for any item. In the event an alternate brand name is proposed, supplemental documentation shall be provided demonstrating that the alternate brand name meets or exceeds the requirements specified herein. The burden of proof as to the suitability of any proposed alternatives is upon the proposer, and the City shall be the sole judge in making this determination. 11.Delivery. Prices quoted for all supplies or equipment to be provided under the terms and conditions of this RFP package shall include delivery charges, to be delivered F.O.B. San Luis Obispo by the successful proposer and received by the City within 90 days after authorization to proceed by the City. 12.Change in Work. The City reserves the right to change quantities of any item after contract award. If the total quantity of any changed item varies by 25% or less, there shall be no change in the agreed upon unit price for that item. Unit pricing for any quantity changes per item in excess of 25% shall be subject to negotiation with the Contractor. 8 13.Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 14.Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. 9 C.PROPOSAL CONTENT 1.Proposal Content. Your proposal must include the following information: Submittal Forms a.Proposal submittal summary. b.Certificate of insurance. c.References from at least three firms for whom you have provided similar services. Qualifications d.Experience of your firm and those of sub-consultants in performing work and projects relevant to the Scope of Services outlined and described in the request. e.Resumes of the individuals who would be assigned to this project, including any sub -consultants, with their corollary experience highlighted and specific roles in this project clearly described. f.Standard hourly billing rates for the assigned staff, including any sub-consultants. g.Statement and explanation of any instances where your firm or sub-consultant has been removed from a project or disqualified from proposing on a project. Work Program h.Detailed description of your approach to completing the work. i.Detailed schedule by task and sub-task for completing the work. j.Estimated hours for your staff in performing each phase and task of the work, including sub- consultants, so we can clearly see who will be doing what work, and how much time it will take. k.Detailed budget by task and sub-task for completing the work. l.Services or data to be provided by the City. m.Services and deliverables provided by the Consultant(s). n.Any other information that would assist us in making this contract award decision. o.Description of assumptions critical to development of the response which may impact cost or scope. Requested Changes to Terms and Conditions p.The City desires to begin work soon after selecting the preferred Consultant Team and expects the Consultant to execute the City’s contract and all of the terms therein, as set forth in Exhibit A. To expedite the contracting process, each submittal shall include requested redlined changes to terms and conditions, if necessary. Please be advised that Consultant’s requested changes to the City’s terms and conditions will be considered by City staff when scoring and determining the competency and responsibility of the bidder. Proposal Length q.Proposal length should only be as long as required to be responsive to the RFP, including attachments and supplemental materials. 2.Proposal Evaluation and Selection. Proposals will be evaluated by a review committee and evaluated on the following criteria: a.Understanding of the work required by the City. b.Quality, clarity and responsiveness of the proposal. 10 c.Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. d.Recent team experience in successfully performing similar services. e.Creativity of the proposed approach in completing the work. f.Value g.Writing skills. h.References. i.Background and experience of the specific individuals managing and assigned to this project. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 3.Proposal Review and Award Schedule. The following is an outline of the anticipated schedule for proposal review and contract award: a.Issue RFP b.Receive proposals c.Complete proposal evaluations d.Conduct finalist interviews and finalize recommendation e.Execute contract f.Start work 9/13/2022 10/13/2022 by 10/21/2022 10/24-28/2022 By 11/4/2022 By 11/4/2022 4.Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City and shall be delivered to the City upon demand. 5.Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the property of the City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 6.Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 7.Required Deliverable Products. The Contractor will be required to provide: a.One electronic submission - digital-ready original .pdf of all final documents. If you wish to file a paper copy, please submit in sealed envelope to the address provided in the RFP. b.Corresponding computer files compatible with the following programs whenever possible unless otherwise directed by the project manager: Word Processing: MS Word Spreadsheets: MS Excel Desktop Publishing: InDesign 11 Virtual Models: Sketch Up Digital Maps: Geodatabase shape files in State Plan Coordinate System as specified by City GIS staff c.City staff will review any documents or materials provided by the Contractor and, where necessary, the Contractor will be required to respond to staff comments and make such changes as deemed appropriate. ALTERNATIVE PROPOSALS 8.Alternative Proposals. The proposer may submit an alternative proposal (or proposals) that it believes will also meet the City's project objectives but in a different way. In this case, the proposer must provide an analysis of the advantages and disadvantages of each of the alternative and discuss under what circumstances the City would prefer one alternative to the other(s). 9.Attendance at Meetings and Hearings. As part of the workscope and included in the contract price is attendance by the Contractor at meetings to present and discuss its findings and recommendations. Contractor shall attend as many "working" meetings with staff as necessary in performing work-scope tasks. 10.Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. Bidders are cautioned to undertake an independent analysis of any test results in the specifications, as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the bidder and all subcontractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the plans and specifications that could easily have been ascertained by examining either the project site or accurate test data in the City's possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of bidder to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the bidder. An ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful bidder to achieve the project’s objective or standard beyond the amounts provided there for in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. 13 F. INSURANCE REQUIREMENTS Insurance Requirements – Standard Professional Services The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit of $2,000,000. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. Deductibles and Self-Insured Retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 13 3.The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4.Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. 14 G: PROPOSAL SUBMITTAL FORM The undersigned declares that she or he has carefully examined [__________] which is hereby made a part of this proposal; is thoroughly familiar with its contents; is authorized to represent the proposing firm; and agrees to perform the specified work for the following cost quoted in full: BID ITEM: Total Base Price Sales tax [] Other TOTAL $ Delivery of equipment to the City to be within _______ calendar days after contract execution and written authorization to proceed. q Certificate of insurance attached; insurance company’s A.M. Best rating: __________________. Firm Name and Address Contact Phone Signature of Authorized Representative Date 15 REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: . Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome 16 Reference No. 3 Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome 17 STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. ◼Do you have any disqualification as described in the above paragraph to declare? Yes q No q ◼If yes, explain the circumstances. Executed on at _______________________________________ under penalty of perjury of the laws of the State of California, that the foregoing is true and correct. ______________________________________ Signature of Authorized Proposer Representative 18 EXHIBIT A : FORM OF AGREEMENT CITY OF SAN LUIS OBISPO AGREEMENT FOR PURCHASES OF GOODS AND SERVICES This Agreement is made and entered into in the City of San Luis Obispo on _____________[day, date, year] by and between the City of San Luis Obispo, a municipal corporation, hereinafter referred to as City, and [Contractor’s Name], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City requested proposals for [______________], per Project No. [xxxx] (the “Project”); and WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for the Project; WHEREAS, [_________] NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1.TERM. The term of this Agreement shall be from the date this Agreement is made and entered, for five (5) years. 2.INCORPORATION BY REFERENCE. [Title of City’s RFP/RFQ/IFB] and Contractor's proposal dated [date] is hereby incorporated in and made a part of this Agreement and attached as Exhibit A. To the extent that there are any conflicts between the Contractor’s fees and scope of work and the City’s terms and conditions, the City’s terms and conditions shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3.CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay, and Contractor shall receive therefore compensation [_______]. 4.CONTRACTOR/CONSULTANT’S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specifications. 5.AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager. 6.COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated 19 herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Name Dept. Address Consultant Name Title Address Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that everyone executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: By:_____________________________________ City Manager APPROVED AS TO FORM: CONSULTANT: ________________________________ By: _____________________________________ City Attorney Name of CAO / President Its: CAO / President 20 EXHIBIT A [CONTRACTOR’S PROPOSAL] 21 EXHIBIT B GENERAL TERMS AND CONDITIONS 1. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business license & tax certificate before execution of the contract. Additional information regarding the City’s business tax program may be obtained by calling (805) 781-7134. 2. Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with all federal, state, county, city, and special district laws, ordinances, and regulations. 3. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 5. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 6. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 7. Public and Employee Safety. Whenever the Contractor’s operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 8. Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Contractor’s operations, it shall be replaced or restored at the Contractor’s expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. The Contractor warrants on behalf of itself and all 22 subcontractors engaged for the performance of this work that only persons authorized to work in the United State pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 10. Non-Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 11. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City’s sole option, be extended for such periods as may be agreed upon by the City and the Contractor. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 12. Payment Terms. The City’s payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor (Net 30). 13. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done, and all materials furnished, if any, shall be subject to the City’s inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 15. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. (a) Non-design, non-construction Professional Services: To the fullest extent permitted by 23 law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, including the City’s active or passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (b) Non-design, construction Professional Services: To the extent the Scope of Services involve a “construction contract” as that phrase is used in Civil Code Section 2783, this paragraph shall apply in place of paragraph A. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents (“City Indemnitees”), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels’ fees and costs of litigation (“claims”), arising out of the Consultant’s performance or Consultant’s failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, except for such loss or damage arising from the active negligence, sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (c) Design Professional Services: In the event Consultant is a “design professional”, and the Scope of Services require Consultant to provide “design professional services” as those phrases are used in Civil Code Section 2782.8, this paragraph shall apply in place of paragraphs A or B. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8) Consultant shall indemnify, defend and hold harmless the City and its elected officials, officers, employees, volunteers and agents (“City Indemnitees”), from and against all claims, damages, injuries, losses, and expenses including costs, attorney fees, expert consultant and expert witness fees arising out of, pertaining to or relating to, the negligence, recklessness or willful misconduct of Consultant, except to the extent caused by the sole negligence, active negligence or willful misconduct of the City. Negligence, recklessness or willful misconduct of any subcontractor employed by Consultant shall be conclusively deemed to be the negligence, recklessness or willful misconduct of Consultant unless adequately corrected by Consultant. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant’s performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City’s option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. In no event shall the cost to defend charged to Consultant 24 under this paragraph exceed Consultant’s proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more defendants is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, Consultant shall meet and confer with other parties regarding unpaid defense costs. (d) The review, acceptance or approval of the Consultant’s work or work product by any indemnified party shall not affect, relieve or reduce the Consultant’s indemnification or defense obligations. This Section survives completion of the services or the termination of this contract. The provisions of this Section are not limited by and do not affect the provisions of this contract relating to insurance. 17. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 18. Termination for Convenience. The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off-the-shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom products, the less of a reasonable price for the raw materials, components work in progress and any finished units on hand or the price per unit reflected on this Agreement. For termination of any services pursuant to this Agreement, the City’s liability will be the lesser of a reasonable price for the services rendered prior to termination, or the price for the services reflected on this Agreement. Upon termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the City’s directions as to work in progress and finished goods. 19. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor’s surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the terminations thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City’s Notice of Termination, minus any offset from such payment representing the City’s damages from such breach. “Reasonable value” includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in -25- the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Contractor shall be based solely on the City’s assessment of the value of the work-in- progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City’s sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. Parking Meter Coin Collections Services City of San Luis Obispo Bid ID: 2209-001 FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 On behalf of John Girard and myself as partners in FS Collections we appreciate the opportunity to again submit a bid to the City of San Luis Obispo for the Parking Meter Coin Collection contract. Both John and I have provided parking meter coin collection services for the city for about the past 25 years. A lot has changed over those years. Lot 6 which was the Court St. lot was developed as a major retail project as were Lots 11 and 13. Lot 2 is now a hotel. I think the City may have still be using the old “wind up” meters. With the new pay stations and license plate reader vehicles plus the proposed new IPS M5 meters the city has come a long way from the days of the wind up meters. As the city has adapted so have our collection schedules, routes and frequencies. With the addition of the pay stations routes B and G were eliminated and combined with existing routes. The change in rates and hours of enforcement has changed the need for additional collections in some areas that were collected once a week to twice per week to avoid meters jamming do to filling up. It will be interesting to see what changes to collection frequencies may be necessary with the next rate increase. It’s important to have a contractor in place that can recognize necessary changes and the flexibility to do so. Before I get too far along with discussing the specific bid proposal, especially the schedule and frequency, John and I want to share more of our commitment not only to providing a high level of service to city’s parking department but a high level of service to the community Both John and I are lifelong residents of San Luis Obispo. John grew up on Verde Dr and had a home on Benton Way in San Luis Obispo. He now lives out on Tiffany Ranch Rd. I grew up in the Laguna Lake neighborhood where I still live. We are both proud and lucky to make San Luis Obispo our home and I believe that is reflected in our role as ambassadors for the City when we are out in public collecting the meters or the pay stations. We do our best to provide tourists and residents alike with parking information, directions to points of interest (the Mission and Gum Alley are pretty high on the list), where’s the best place for breakfast, and “how do you do the pay station”. John and I are also concerned about our downtown and we both are in the habit of picking up litter and reporting any graffiti on the meters along with other issues that need attention while we are out collecting meters or pay stations. A little discussion about the pay stations and why I’m guessing you may be wonder why is it more to collect those and do they really need to be collected twice a week. The simple answer is they take a lot longer and have ‘issues” that really necessitates them being collected twice a week. Plus I should mention that users quite frequently need help using the machines. I like to say we’ve become like concierge service too. It can take some time to help the public enter their license plate and help them get their credit card read. The Pay Stations are “clunky” and they are spread out all over the downtown and basically they take a long time to collect. The average time to consider for each collection is 5 minutes per station. It doesn’t always take that long but with 3 locks and coins jamming in the chute that leads to the coin box along with coins that somehow spill outside the coin box it can take a long time to collect each one if you have to unjam the Pay Station or scoop out the coins that are piled up inside. And it’s those jams in the coin chute leading to the coin box and the tendency for the coins to spill out into the bottom of the pay station that makes it important to get to them twice per week. If you reduce the frequency you’ll invariably see many stations that are not accepting coins because they are jammed. That will create additional maintenance call outs along with a frustrated public. The meter collection schedule and frequency is currently what is being done. It’s the minimum necessary to keep the meters from filling up and becoming jammed and inoperable. The increase in hours of payment from 9AM-6PM to 9AM-9PM really changed the pattern of meter usage. Some 10 hour meters near the core which would have only been collected once a week now have to be done twice a week or will fill up. That’s why in the proposal you’ll see references “High Use”. Some of those are 10 hour meters which are collected twice now. It will be interesting to see what if any changes need to be made with the new IPS M5 meters which take credit cards along with a substantial rate increase in 2023. John and I look forward to a continued relationship with the City’s Parking Department as the Parking Meter and Pay Station Collections contractor. Sincerely, Brett Cross Partner FS Collections ‘ Parking Meter and Parking Payment Center Coin Collections Services FS Collections 1217 Mariners Cove San Luis Obispo, CA 93405 805-235-0430 Proposed Collection Schedule Mondays Tuesday’s Wednesday’s Thursday’s Pay Stations 55 Zone E 52 Zone C 151 Pay Stations 55 Zone H Meters 58 Zone F 115 Zone A 52 Zone H Meters 58 Zone E (High Use) 101 Lot 9 19 Zone E (High Use) 55 Lot 4 10 Lot 14 44 Zone F (High Use) 61 Zone F (High Use) 92 Lot 15 6 Lot 4 4 Total Pay Stations Total Pay Stations 55 55 Total Meters Total Meters Total Meters Total Meters 261 236 203 178 Weekly Totals Pay Stations 110 On Street Meters 878 City of San Luis Obispo, City Manager Report Fully approved in Escribe on 8.1.25 Title: Staff Approach for Parking Meter Collection Services FROM: Aaron Floyd, Utilities Director, Interim Public Works Director Prepared By: Donna King, Parking Program Manager Other Reviewers or Contributors: Approver Date Reviewed PW Deputy Director – Mobility Services 7/9/2025 PW Analyst 7/10/2025 CMR Type and Workflow 3 - Staffing Modifications : CM Approval with HR: See Table 1 here for details. You will select the above workflow when you initiate the report routing. RECOMMENDATION 1. Authorize staff to update the Parking Meter Repair Worker job description to include duties related to meter coin collection. 2. Authorize the Parking Program Manager to provide 60-day notice to terminate coin collection contract services with FS Collections. POLICY CONTEXT California Vehicle Code (CVC) § 22508 requires that local authorities accept physical payment at parking meters and pay stations – essentially requiring the acceptance of cash or coin. As such, collection procedures must be established to manage the collection of cash/coin. The 2024 Parking Rate Study includes the Technology Recommendation to replace the single-space meters at the 10-hour on-street spaces to maintain continuity for the paid parking experience. Further recommended in the 2024 Downtown Parking Technology Roadmap Report, “since most of the 10-hour on-street spaces are generally occupied by permit holders who do not use the single-space meters, installing pay stations instead will introduce cost savings on single-space meter fees.” In addition, the Technology Roadmap Report recommends, “that the City conducts an additional assessment to re-evaluate the current operating procedures [for revenue collection] to build more efficient revenue collection and reconciliation process”. Goal 2.B.2. of the Access and Parking Management Plan recommends reducing the number of 10-hour parking meter spaces and converting them to short-term parking spaces to increase turnover of parking spaces and usage of the parking garages consistent with the Downtown Concept Plan. As this recommendation is implemented, it is planned to continue to replace single space meters with multi-space pay stations. Staff Approach for Parking Meter Collection Services Page 2 Section 12.A. (Contracting for Services) of the Fiscal Policies included in the 2025-27 Financial Plan states that “in evaluating the costs of private sector contracts compared with in‐house performance of the service, indirect, direct, and contract administration costs of the City will be identified and considered.” Evaluations of these costs as they pertain to managing and operating in-house coin collection are included within this report. Per the Employer-Employee Relations Resolution of the City of San Luis Obispo (Resolution No. 6620), the City has a responsibility to meet and confer with represented groups when there are impacts to wages, hours, and/or terms and conditions of employment for their members. The Parking Meter Repair Worker is represented by the San Luis Obispo City Employees’ Association (SLOCEA). Updating this job description will prompt a meet and confer. The City Manager executed the most recent contract with FS Collections October 22, 2014. Although there is no formal contract in place currently, staff is requesting City Manager authorization for the Parking Program Manager to issue a 60-day written notice to formally terminate services with FS Collections. DISCUSSION Background Since the start of the City’s paid parking program, coin collection for on-street parking meters has been handled by a contracted vendor. At that time, Downtown was equipped with single-space meters that only accepted coins. Over the past decade, the City has modernized its parking system to support additional payment options. This includes upgrading single-space meters to accept credit cards, replacing many of them with multi- space pay stations, and offering payment through mobile apps. As a result, the use of cash has declined significantly. Currently, only about 8% of all parking transactions are made using cash or coins. As single-space meters continue to be replaced with multi-space pay stations—aligning with the recommendations of the Access and Parking Management Plan, the 2024 Parking Rate Study, the 2024 Downtown Parking Technology Roadmap, and the 2025–27 Financial Plan—staff expects the use of cash and coins to decline even further. In November 2024, the Technology Roadmap included a recommendation to evaluate the option of bringing coin collection in-house. After working closely with Dixon Resources Unlimited, the consultant who developed the roadmap, they recommended that the City revise the Parking Meter Repair Worker job description to include coin collection responsibilities. This recommendation was based on several key considerations. First, staff analyzed all meter coin revenue collected in 2024 and the first quarter of 2025. On average, each of the 635 single-space meters collected about $6 in coins per week, and each meter has a capacity of approximately $60. For the 65 multi-space pay stations, the average weekly Staff Approach for Parking Meter Collection Services Page 3 coin revenue was about $20, with each station able to hold around $250 in coins. Based on these figures, it would take roughly 10 weeks for a single-space meter to reach full capacity and about 12 weeks for a pay station to do the same. Second, the current contract charges a flat fee based on how often collections occur, not on the amount of coin collected. As a result, even as cash payments decrease, the City continues to pay the same rate for the service. Bringing this function in-house would give the City greater control over collections, improve efficiency, and create the opportunity to address equipment maintenance during collections, something that is not typically included in contracted coin collection services. During early planning for the 2025–27 Financial Plan, staff considered submitting a Significant Operating Budget Change (SOBC) request for an additional Parking Meter Repair Worker position that would formally include these duties. While the SOBC was not ultimately recommended, staff continued to explore whether existing staff could take on the work by updating the job description. Doing so would provide both operational improvements and cost savings for the Parking Program. To move forward with this change, two actions need to be taken: update the Parking Meter Repair Worker job description and terminate the existing vendor contract for coin collection services. Staffing Changes: Meter Repair Worker Job Description Update The Meter Repair Worker is a position in the Public Works Department and is represented by SLOCEA. It is currently filled with a single full-time employee. The proposed updates to the job description (Attachment A) include the following: Job Summary (addition to summary description) • Expected to be 25% of work activity until all single space meters are replaced and then reduced to less than 10% of work activity. • Perform field collection of cash parking payments and transport to secure location. Example of duties (addition to duties) • Collect cash parking payments from a parking meter following a specific process. • Transport collected payments in a secure manner to a City facility. • Follow identified routes for collections, maintaining the designated schedule. • Maintain a high level of safety and security during collection activity. • Follow all City policies and procedures for collections, key control, security, safety, and storage. Before a final offer is issued the following is required (addition to requirements) • City to complete a criminal background check Staff Approach for Parking Meter Collection Services Page 4 Minor clerical/descriptive edits are also included consistent with other City job descriptions. The recommended edits to the job description do not have any implications to the job class or compensation. As mentioned above, coin collection is expected to make up about 25% of the Parking Meter Repair Worker’s responsibilities, and that amount will drop to less than 10% once all single-space meters are replaced. All single-space meters are scheduled to be replaced by the end of 2027. To evaluate the impact of adding this duty, staff reviewed the Parking Meter Repair Worker’s current workload. Staff do not anticipate any negative impacts from bringing coin collection in-house for several key reasons. First, the new technology being implemented, such as upgraded garage gate systems and modern pay stations, requires significantly less maintenance. These systems also have built-in alerts that notify staff of mechanical or technical issues, as well as when cash boxes are nearing capacity. This allows collections to be scheduled during routine inspections and maintenance, improving efficiency and reducing costs. Second, some of the responsibilities of the Parking Meter Repair Worker overlap with those of the Parking Maintenance Worker. If the job description is updated as proposed, staff can adjust and redistribute duties to better align with current operational needs. This will make room for the added coin collection tasks without requiring any additional job description changes or having negative impacts to the incumbents workload. Finally, as the City continues phasing out single-space meters, the overall need for coin collection will continue to decline, further minimizing the long-term impact on staff workload. The Public Works and Human Resources Departments have been collaborating on this item since December 2024 in preparation for the previously mentioned potential SOBC. If the City Manager approves the current recommendation, Parking and HR staff will initiate a meet and confer process with SLOCEA to address the impacts of the change in duties and any related workload concerns. Once the City has fulfilled its meet and confer obligations, the changes will be implemented. During initial conversations with existing affected staff, including the current incumbent in the Parking Meter Repair Worker position and the Maintenance Worker positions, there is support for this change. It is intended that the updated job duties would be in effect following necessary conferring with SLOCEA and sufficient notice provided to the existing staff. FS Collections Contract Termination The City’s current vendor for parking meter coin collection, FS Collections, has been providing services since 2005. In 2014, the City issued a Request for Proposals (RFP) for coin collection services, which led to another agreement with FS Collections that was signed on October 22, 2014 (Attachment B). The agreement was extended as allowed under its original terms and ultimately expired in June 2020. Since then, FS Collections has continued providing services on a month-to-month basis without a formal contract. Initially, staff planned to enter into a new agreement following the release of a Request for Proposals (RFP). However, due to staff turnover within the Parking Program, although an RFP was issued in September 2022, it was not awarded. Staff Approach for Parking Meter Collection Services Page 5 Since that time, staff have been reviewing overall parking operations and assessing whether coin collection should continue to be outsourced or brought in-house. Based on this evaluation, staff now recommends shifting to an internal model for coin collection. Although there is no current contract in place, staff recommends that the City Manager authorize the Parking Program Manager to issue a 60-day written notice to FS Collections to formally terminate services once the job description update is completed (see draft notice as Attachment C). The reason for termination is solely the City’s decision to transition the work in-house. Staff recommend providing 60-day notice rather than the required 30-day notice due to the longevity of the services provided by FS Collections. FS Collections has not been involved in discussions about shifting this responsibility to City staff and is likely unaware of the City’s intent to make this operational change. Next Steps Following City Manager approval of the updated job description, Parking and HR staff will fulfill meet and confer obligations with SLOCEA. Additionally, the Parking Program Manager will give formal notice to FS Collections terminating the contract services for coin collection. CONCURRENCES The Human Resources Department has reviewed and concurs with this recommendation. PRIOR ACTION October 2014 – Following a public Request for Proposals process, the City entered into an Agreement with FS Collections October 22, 2024, for parking meter coin collection services with a contract term until June 30, 2018, with an option to extend until June 30, 2020. March 2018 – Parking Program Manager issued a letter to FS Collection extending the service term to June 30, 2020. (Attachment D) July 2020 – Parking Program Manager issued a letter to FS Collection extending services on a month-to-month basis, effective July 1, 2020. This appears to have been an informal action taken by the manager at the time, with no record of formal approval by the City Manager or City Council. As a result, the vendor is currently providing services without an active contract, but operations continue under the terms outlined in the original October 2014 agreement. (Attachment E) February 2023 – Council approved the Access and Parking Management Plan establishing 35 new strategies that align with the City’s Downtown Concept Plan, Active Transportation Plan, and Mobility Specific Plan. Staff Approach for Parking Meter Collection Services Page 6 May 2024 – Council approved the Parking Rate Study which resulted in reduced parking rates and implementation of technology recommendations including converting single- space meters to multi-space pay stations. November 2024 – Council approved the Downtown Parking Technology Roadmap report and approved updates to the downtown parking technology including converting single- space meters to multi-space pay stations. FISCAL IMPACT Was this reviewed and approved by the department fiscal officer? Yes ☒ No ☐ Is there an ongoing fiscal impact to the recommendation or request (direct or indirect)? Yes ☒ No ☐ Staff have carefully reviewed the direct, indirect, and administrative impacts of bringing coin collection in-house and are confident this change will reduce overall operating costs for the Parking Fund, with an estimated annual savings of $61,500. Currently, the Parking Fund allocates $63,000 annually for coin collection operations. This includes $60,000 for contracted services with FS Collections and approximately $3,000 for equipment and supplies provided to the vendor—primarily coin bags. Since in-house collections would occur less frequently, fewer coin bags would be needed, further reducing supply costs. Administrative responsibilities related to meter collections will remain unchanged. By transitioning to in-house collection, staff estimate an annual operating cost of just $1,500, resulting in net savings of approximately $61,500 per year. ALTERNATIVES 1. The City Manager could decide not to approve the update to the Parking Meter Repair Worker job description, essentially continuing the reliance on contract services for coin collection. The current coin collection contract has expired, and issuing a new Request for Proposals (RFP) would be required to establish a new agreement. Depending on the bids received, a new contract could increase the Parking Program’s operating costs. It is standard industry practice for vendors to charge based on time spent collecting, rather than the amount of revenue collected. However, with the ongoing decline and variability in cash payments, it would be challenging to define a consistent and accurate collection schedule for a long-term contract. If the City continues to contract out these services, the agreement would likely require frequent amendments to adjust for fluctuating collection needs. 2. The City Manager could require longer notice prior to termination of the existing month-to-month agreement. The current coin collection contract has expired and the cost of continuing the contract is approximately $5,000 per month. Staff Approach for Parking Meter Collection Services Page 7 ATTACHMENTS A. Revised Meter Repair Worker Job Description B. FS Collections Agreement Dated October 22, 2014 C. Draft Notice to Terminate Services with FS Collections D. March 2018 letter to FS Collection extending the service term to June 30, 2020 E. July 2020 letter to FS Collection extending services on a month-to-month basis, effective July 1, 2020