HomeMy WebLinkAbout_Public Works DocsWORD
AMENDMENT TO AGREEMENT NO. 4
THIS AMENDMENT TO AGREEMENT is made and entered in the City of San Luis Obispo on
__________, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter
referred to as City, and FS Collections, hereinafter referred to as Contractor.
WITNESSETH:
WHEREAS, on October 22, 2014, the City entered into an agreement with Contractor for parking
meter collection services per Specification No. 91291, (the “Agreement”);
WHEREAS, on March 15, 2018, the City and Contractor mutually agreed to extend the term of
the Agreement to June 30, 2020;
WHEREAS, on July 12, 2020, the City and Contractor mutually but informally agreed to extend
the Agreement on a month-to-month basis; and
WHEREAS, the City and Contractor desire to amend the Agreement to formally extend the
contract on a month-to-month basis.
NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants
hereinafter contained, the parties hereto agree as follows:
1. The agreement is amended to extend the Agreement on a month-to-month basis.
2. The agreement is amended to include collection services at the pay station in Lot 11.
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 written above.
CITY OF SAN LUIS OBISPO
__________________________
City Manager
CONTRACTOR
_____________________________________
Contractor
WORD
AMENDMENT TO AGREEMENT NO. 4
THIS AMENDMENT TO AGREEMENT is made and entered in the City of San Luis Obispo on
__________, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter
referred to as City, and FS Collections, hereinafter referred to as Contractor.
WITNESSETH:
WHEREAS, on October 22, 2014, the City entered into an agreement with Contractor for parking
meter collection services per Specification No. 91291, (the “Agreement”);
WHEREAS, on March 15, 2018, the City and Contractor mutually agreed to extend the term of
the Agreement to June 30, 2020;
WHEREAS, on July 12, 2020, the City and Contractor mutually but informally agreed to extend
the Agreement on a month-to-month basis; and
WHEREAS, the City and Contractor desire to amend the Agreement to formally extend the
contract on a month-to-month basis.
NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants
hereinafter contained, the parties hereto agree as follows:
1. The agreement is amended to extend the Agreement on a month-to-month basis.
2. The agreement is amended to include collection services at the pay station in Lot 11.
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 written above.
CITY OF SAN LUIS OBISPO
__________________________
City Manager
CONTRACTOR
_____________________________________
Contractor
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
PARKING METER COIN COLLECTION SERVICES
Specification No. 90530
FS COLLECTIONS
BRETT CROSS
1217 MARINERS COVE
SAN LUIS OBISPO, CA 93405
Billing # 0324
Billing Period March 4, 2024 through March 28, 2024
Total Collections
3472.00 less meters 0.56 $1,944.32
Pay Stations 508 $5.50 $2,794.00
Collection Dates not collected Amount Due $4,738.32
0
2/4/2024 2/5/2024 2/6/2024 2/7/2024
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
2/11/2024 2/12/2024 2/13/2023 2/14/2024
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
2/18/2024 2/19/2024 2/20/2024 2/21/2024
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
2/25/2024 2/26/2024 2/27/2024 2/28/2024
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 # 0424
Billing Period April 1, 2024 through April 30, 2024
Total Collections Construction
3960.00 35 0.56 $2,198.00
Pay Stations 574 $5.50 $3,157.00
Collection Dates Amount Due $5,355.00
4/1/2024 4/2/2024 4/3/2024 4/4/2024
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
4/8/2024 4/9/2024 4/10/2024 4/11/2024
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
4/15/2024 4/16/2024 4/17/2024 4/18/2024
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
4/22/2024 4/23/2024 4/24/2024 4/25/2024
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
4/29/2024 4/30/2024
PS, H, E(HU),F(HU),4 E,F,9,15,842
257 231 488
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 # 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
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
PARKING METER COIN COLLECTION SERVICES
Specification No. 90530
FS COLLECTIONS
BRETT CROSS
1217 MARINERS COVE
SAN LUIS OBISPO, CA 93405
Billing # 0224
Billing Period February 1, 2024 through February 29, 2024
Total Collections
3649.00 less meters 0.56 $2,043.44
Pay Stations 569 $5.50 $3,129.50
Collection Dates not collected Amount Due $5,172.94
2/1/2024
PS, H, E(HU), F (HU),4
177 177
2/5/2024 2/6/2024 2/7/2024 2/8/2024
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
2/12/2024 2/13/2024 2/14/2024 2/15/2024
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
2/20/2024 2/21/2024 2/22/2024 2/23/2024
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
2/26/2024 2/27/2024 2/28/2024 2/29/2024
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
PO 616908
Receipt 72769
$5,172.94
J Hester
FY 23-24
PARKING METER COIN COLLECTION SERVICES
Specification No. 90530
FS COLLECTIONS
BRETT CROSS
1217 MARINERS COVE
SAN LUIS OBISPO, CA 93405
Billing # 1123
Billing Period November 1, 2023 through November 30,2023
Total Collections
4008.00 less meters 30 0.56 $2,227.68
Pay Stations 565 $5.50 $3,107.50
Collection Dates not collected Amount Due $5,335.18
11/1/2023 11/2/2023
C,A PS, H, E(HU), F (HU),4
203 201 404
11/6/2023 11/7/2023 11/8/2023 11/9/2023
PS, H, E(HU),F(HU),4 E,F,9,14,15 C,A PS, H, E(HU), F (HU),4
9/17/1900 236 203 201 901
11/13/2023 11/14/2023 11/15/2023 11/16/2023
PS, H, E(HU),F(HU),4 E,F,9,15 C,A PS H, E(HU), F (HU),4
261 236 203 201 901
11/20/2023 11/21/2023 11/22/2023 11/24/2023
PS, H, E(HU),F(HU),4 E,F,9,15 C,A PS H, E(HU), F (HU),4
261 236 203 201 901
11/27/2023 11/28/2023 11/29/2023 11/30/2023
PS, H, E(HU),F(HU),4 E,F,9,15 C,A PS H, E(HU), F (HU),4
261 236 203 201 901
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 92 F Tuesday 115
F (HU) Thursday 61 14 44
H 58 15 6
PO: 616908
Receipt: 69931
$5535.18
JH FY 23-24
PARKING METER COIN COLLECTION SERVICES
Specification No. 90530
FS COLLECTIONS
BRETT CROSS
1217 MARINERS COVE
SAN LUIS OBISPO, CA 93405
Billing # 1223
Billing Period December 4, 2023 through December 29,2023
Total Collections
3472.00 less meters 0.56 $1,944.32
Pay Stations 508 $5.50 $2,794.00
Collection Dates not collected Amount Due $4,738.32
0
12/4/2023 12/5/2023 12/6/2023 12/7/2023
PS, H, E(HU),F(HU),4 E,F,9,14,15, 842 C,A PS, H, E(HU), F (HU),4
9/13/1900 231 203 177 868
12/11/2023 12/12/2023 12/13/2023 12/14/2023
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
12/18/2023 12/19/2023 12/20/2023 12/21/2023
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
12/26/2023 12/27/2023 12/28/2023 12/29/2023
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
PO 616908
Receipt 70927
$4738.32 JH
FY23-24
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
PO #621396
Receipt #84639
Amount = $4,790.26
FY 24-25
A. Blevins
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
PO #621396
Receipt #84640
Amount = $4,248.48
FY 24-25
A. Blevins
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
PO #621396
Receipt $84641
Amount = $4,592.20
FY 24-25
A. Blevins
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
PO #621396
Receipt #84642
Amount = $4,391.50
FY 24-25
A. Blevins
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
PO #621396
Receipt #85271
Amount = $4,532.36
FY 24-25
A. Blevins
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
PO #621396
Receipt #84638
Amount = $4,819.38
FY 24-25
A. Blevins
Purchase Order 621396
Order Date 13-DEC-2024
Change Order 0
Change Order Date 13-DEC-2024
Revision 0
Ordered 60,000.00 USD
INCLUDE PURCHASE ORDER NUMBER ON ALL INVOICES & CORRESPONDENCE
SEND ALL INVOICES TO AP@SLOCITY.ORG
INCLUDE DELIVER TO CITY STAFF CONTACT NAME ON ALL INVOICES
Sold To City of San Luis Obispo
990 Palm Street
SAN LUIS OBISPO, CA 93401
Supplier FS COLLECTIONS
1217 Mariners Cove
SAN LUIS OBISPO, CA 93405
Bill To City of San Luis Obispo
990 Palm Street
SAN LUIS OBISPO, CA 93401SAN LUIS
OBISPO
UNITED STATES
Ship To 1260 #B Chorro Street
SAN LUIS OBISPO, CA 93401SAN LUIS
OBISPO
UNITED STATES
Notes USD = US Dollar
PO for attached - FY Open PO 24-25 Blanket PO for Coin Collection Services of Pay stations, & Meters
Customer Account Number Supplier Number Payment Terms Freight Terms FOB Shipping Method
10079 Net 30 Destination
Confirm To Deliver To Contact
Daniel Clancy
Donna King Phone 1-805-781-7510
Line Item Price Quantity UOM Ordered Taxable
1 Blanket PO for Coin Collection
Services of Pay stations, &
Meters
60,000.00
Promised 60,000.00
12/11/2024
Requested
12/11/2024
Requested and Promised Dates correspond to the date of arrival at the Ship-to Location.
Line Total 60,000.00
Total 60,000.00
1
Purchase Order 621396
Authorized By:
2
Purchase Order 621396
Proprietary and Confidential
Contract Terms and Conditions
Purchase Order Terms and Conditions
Standard Purchase Order Terms & Conditions
1. Acceptance. By delivering the ordered goods or commencing performance under this Purchase Order, ("Order") supplier agrees to the general terms, specifications, and conditions in or referenced by this
document. If supplier and The City of San Luis Obispo ("City") have entered into a contract outside of this Order, the terms and conditions set forth in the contract shall prevail. Supplier's additional or
different terms and conditions are expressly excluded from this Order and the City does not agree to such terms or conditions, unless such agreement is made expressly, in writing by the City's authorized
representative, or a contract has been signed outside of this Order between the Supplier and The City.
2. Business License & Tax. Supplier must have a valid City of San Luis Obispo business tax certificate prior to the execution of the contract. Additional information regarding the City's business tax
program may be obtained by calling (805) 781-7134.
3. Ability to Perform. Supplier 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 any and all federal, state, county, city, and special district laws, ordinances, and regulations.
4. Warranties. Supplier warrants that all goods delivered will be free from defects in workmanship, material, and manufacture; are new (not refurbished or reconditioned) unless otherwise stated in this
Order; are of merchantable quality and fit for the purpose intended by the City to the extent that purpose has been disclosed to Supplier; complies with the requirements of this Order; and complies with all
applicable laws and regulations. Supplier also warrants that all services performed under this Order shall be rendered in a good and workmanlike manner by skilled personnel in compliance with all
applicable laws and regulations.
5. Changes. No change or modification in terms may be made without express authorization, in writing by the City's authorized representative.
6. Delivery. Supplier agrees that time is of the essence to delivery and any other performance required under this Order. No charge for delivery, parcel post, packing, cartage, insurance, license fees,
permits, or any other purpose will be paid by the City unless it is expressly included on the face of this Order. Supplier must arrange for the lowest- cost transportation and prepay and add freight to its
invoice. If delivery is made by a carrier, an itemized delivery ticket must be attached to the outside of the package. Each container or package must be marked with the Order number.
7. Laws to be Observed. Supplier 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.
8. Payment of Taxes. The contract prices shall include full compensation for all taxes that Supplier is required to pay.
9. Permits and Licenses. Supplier shall procure all permits and licenses, pay all charges and fees, and give all notices necessary.
10. Safety Provisions. Supplier shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety Public and Employee Safety. Whenever
Supplier'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.
11. Preservation of City Property. Supplier 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 as a
result of Supplier's operations, it shall be replaced or restored at Supplier's expense. The facilities shall be replaced or restored to a condition as good as when the Supplier began work
12. Immigration Act of 1986. Supplier warrants on behalf of itself and all sub-suppliers engaged for the performance of this work that only persons authorized to work in the United States pursuant to the
Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder.
13. Supplier Non-Discrimination. In the performance of this work, Supplier agrees that it will not engage in, nor permit such sub-suppliers as it may employ, to engage in discrimination in the employment
of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons.
14. Work Delays. Should Supplier 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 Supplier.
15. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the services provided by Supplier (Net 30).
16. Inspection. Supplier shall furnish City with every reasonable opportunity for City to ascertain that the services of Supplier 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 Supplier of any of its obligations to fulfill its
contract requirements.
17. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Supplier in preparing its invoices to City as a condition precedent to any payment to
Supplier.
18. Interests of Supplier. Supplier covenants that it presently has no interest, and shall not acquire any interest direct or indirect or otherwise, which would conflict in any manner or degree with the
performance of the work hereunder. Supplier further covenants that, in the performance of this work, no sub-Supplier or person having such an interest shall be employed. Supplier 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, Supplier shall at all times be
deemed an independent Supplier and not an agent or employee of the City.
19. Hold Harmless and Indemnification.
(a) Non-design, non-construction Professional Services: 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, including the City's active or passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the
3
Purchase Order 621396
Proprietary and Confidential
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 under this paragraph exceed Consultant's
proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more defendants are 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.
20. Contract Assignment. Supplier 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.
21. 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.
22. 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 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.
23. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of Supplier 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.
24. Release of Reports and Information. Any reports, information, data, or other material is given to, prepared by or assembled by Supplier as part of the work or services under these specifications shall
be the property of City, and shall not be made available to any individual or organization by Supplier without the prior written approval of the City.
25. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what Supplier is required to furnish in limited
quantities as part of the work or services under these specifications, Supplier shall provide such additional copies as are requested, and City shall compensate Supplier for the costs of duplicating of such
copies at the Supplier's direct expense.
26. Insurance. Supplier shall procure and maintain for the duration of the Order insurance that is sufficient in scope and amount to permit Supplier to pay in the ordinary course of business against claims
for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by Supplier, its agents, representatives, employees or sub-contractors.
Supplier will maintain Workers Compensation insurance at statutory levels covering all employees who perform work under this Order.
Additional Public Works Construction Purchase Order Terms & Conditions
1. Compensation for Authorized Additional Expenses. To receive compensation for additional expenses outside the scope of the project work, the Supplier shall obtain prior written authoriza-tion from
the City to incur those expenses. Compensa-tion for these addition-al expenses shall include time and materials.
2. Payment Terms. The supplier may request one progress payment each month for work satisfactorily completed and accepted by the City. The City shall issue payment within 30 days. The City shall
withhold 10 percent of each progress payment as retention to ensure resolution of any stop notices or liens. The City shall release this retention 35 days after filing a notice of completion.
3. Faithful Performance Bond. The supplier shall furnish a surety bond in the amount of 125 percent of the contract price guaranteeing the faithful performance of the contract, including any attorney's
fees or other collection costs.
4. Work in the Right-of-Way or on City Property. For work on City managed property, the supplier/ consultant shall obtain a no-fee encroachment permit. A Traffic Control Plan and Water Pollution
Control Plan shall be submitted and approved prior to issuance of the permit unless determined by the City not to be required.
5. Prevailing Wage. The supplier and any subcontractors are required to pay prevailing wage and must be registered with the Department of Industrial Relations pursuant to Section 1725.5 of the Labor
Code.
6. Insurance. The supplier shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or dam-ages to property which may arise from or in connection with
the performance of the work hereunder by the supplier, its agents, representatives, employees or subs.
Minimum Scope of Insurance. Coverage shall be at least as broad as:
4
Purchase Order 621396
Proprietary and Confidential
a. Insurance Services Office Commercial General Liability coverage (occurrence form CG 20 10 Prior to 1993 or CG 20 10 07 04 with CG 20 37 10 01 or the exact equivalent as determined by the City).
b. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto).
c. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance.
Minimum Limits of Insurance. The supplier shall maintain limits no less than:
a. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other forms 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.
b. Automobile Liability: $1,000,000 per accident for bodily injury and property damage.
c. Employer's Liability: $1,000,000 per accident for bodily injury or disease.
d. 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 supplier 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 provi-sions:
a. 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 supplier; products and
completed operations of the supplier; premises owned, occupied or used by the supplier; or automobiles owned leased, hired or borrowed by the supplier. The coverage shall contain no special limitations on
the scope of protection afforded to the City, its officers, officials, employees, agents or volunteers.
b. For any claims related to this project, the supplier's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents, and volunteers. Any insur-ance or self-
insurance maintained by the City, its officers, offi-cials, employees, agents or volunteers shall be excess of the supplier's insurance and shall not contribute with it.
c. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees, agents or
volunteers.
d. The supplier'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.
e. 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. The supplier shall furnish the City with a certificate of insurance showing required coverage. Original endorse-ments affecting general liability and automobile liability coverage
are also required by this clause. 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.
Subcontractors. The supplier shall include all subcontractors as insured under its policies or shall furnish separate certifi-cates and endorsements for each subcontractor. All coverages for subcontractors
shall be subject to all of the requirements stated herein.
5
City of San Luis Obispo, Public Works, 919 Palm Street, San Luis Obispo, CA, 93401-3218, 805.781.7200, slocity.org
WORD
August 18, 2025
Brett Cross
FSC Collections
1217 Mariners Cove
San Luis Obispo, CA 93401
Subject: Termination Notice for Meter Collection Contract Servies
To Brett Cross,
Thank you for your 20 years of service to the City of San Luis Obispo. Due to changing
technology and a decrease in cash payments, the City of San Luis Obispo has made
the decision to transition to in-house parking meter collections and will no longer
require a contractor to complete the work. The contract between City of San Luis
Obispo and FS Collections dated October 22, 2014, expired June 30, 2020. On July
1, 2020, the contract was informally extended on a month-to-month basis. This notice
is the required notification to terminate the month-to-month agreement. Please
confirm receipt of this notice and termination of the contract effective October 31,
2025.
Thank you for providing services to the City of San Luis Obispo.
Sincerely,
Donna King
Parking Program Manager
Public Works
1260 Chorro St, Ste B, San Luis Obispo, CA 93401
DKing@slocity.org
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.