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