HomeMy WebLinkAbout12-01-2015 Item 12 - Authorize Request for Proposal for Parking Citation processing services, spec 91430
Meeting Date: 12/1/2015
FROM: Daryl Grigsby, Director of Public Works
Prepared By: Jeff Brown, Parking Services Manager
SUBJECT: AUTHORIZE REQUEST FOR PROPOSAL FOR PARKING CITATION
PROCESSING SERVICES, SPECIFICATION NO 91430
RECOMMENDATION
1. Authorize the issuance of a Request for Proposal (RFP) for Parking Citation Processing
Services, Specification No. 91430
2. Authorize the City Manager to enter into a contract with the successful bidder should
proposals be within the authorized budgeted amount.
DISCUSSION
It is time to update the City’s contract for parking citation processing. On May 2nd, 2005, the
City entered into a five year agreement with Phoenix Group Information System (Phoenix
Group) for parking citation processing services. Phoenix Group provides parking citation
processing services, a revenue generation for the City. The contract included two, two-year
options to extend. The fees paid for these services is offset by the revenue generated from the
parking citation fines and penalties that are processed , collected and deposited to the City. The
contractor is responsible for coordinating the entire parking citation process, including sending
required notices, tracking citations, interfacing with the Department of Motor Vehicles to obtain
vehicle ownership data, maintaining records and collecting and depositing parking citation fees
and penalties.
The most recent amendment to the contract expired on June 30, 2014, and Phoenix Group has
been working on a month to month basis since then. The delay in processing a new RFP has been
primarily due to organizational shifts in Parking Services Division that included the departure of
the Parking Services Manager in August 2014 and the lengthy hiring process for his replacement.
Phoenix Group has agreed to continue on a month to month basis until a new contract is awarded
and has provided continued quality work during the extended period of service.
Through this RFP process, the City will be evaluating firms who are well-managed and
financially sound that demonstrate skills including: technical ability, high levels of customer
service, exemplary fiscal management and client satisfaction, to fulfill the City’s requirements.
The successful firm shall have at least five years’ experience with municipalities and/or college
institutions and substantial experience in parking citation processing.
12
Packet Pg. 102
There are no significant changes from the current contract requirements and staff anticipates
proposals to be similar to the services the City currently receives. Staff is also requesting firms
provide an option of an on-line residential parking permit program. The City may investigate
this opportunity in the future to improve upon customer service and add additional permit
issuance and payment options to our customers.
Next Steps
Solicitation for proposals will be done by publicizing the RFP in various parking industry
periodicals, in addition to local notification required by the City’s Municipal and Public
Resource Codes.
The RFP is scheduled to be released to the public tentatively in early January 2016. After
proposals are accepted by the City in late February 2016, a team of City staff and outside
professionals will review each proposal for conformity and “best in value”, The top ranked firms
will be invited to formal interviews to highlight there capabilities. Negotiations will begin with
the top ranked firm. The selected firm will then be recommended to council for consideration
and contract award. The new contract will become effective on June 1, 2016.
FISCAL IMPACT
Parking citation processing services are paid out of the Parking Program Contract Services
account. Based on current market information and anticipated number of 31,000 citations issued,
it is estimated that parking citation processing services shall cost approximately $65,000 each
year. There is currently $67,100 budgeted in FY 15-16 for this service and $68,500 in FY 16-17.
Net parking citations revenues for FY 2014-15 were $534,184(unaudited).
ALTERNATIVES
Alternative 1.
The City Council may propose a month-to-month agreement with Phoenix Group if their cost
proposal is within the City’s allocated budget amount. The City Attorney does not recommend
this alternative as currently this option is not viable to City and a new contract must be secured
pursuant to State and City requirements.
Alternative 2.
Evaluate the option of processing parking citations in-house. Staff recommends against this
alternative due to lack of staff resources, DMV credential obligations, PCI compliant cr edentials,
and database development and collection follow-up service. Due to this intense service and lack
of staff resources, a majority of California cities contract parking citation processing services to
an outside firm.
Attachments:
a - 2015 Parking Citation Processing Services RFP DRAFT
12
Packet Pg. 103
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.
990 Palm Street San Luis Obispo, CA 93401
Notice Requesting Proposals for
PARKING CITATION PROCESSING, Specification No. 91430
The City of San Luis Obispo is requesting proposals from qualified firms to provide parking citation
processing, pursuant to Specification No. 91430. All proposals must be received by the Finance
Department, City Hall, 900 Palm Street, San Luis Obispo, CA no later than 3:00 p.m. Pacific Standard
Time, DATE
Proposals received after said date and time will not be considered. To guard against premature opening,
each proposal shall be submitted to the Finance Department in a sealed envelope plainly marked with the
proposal title, specification number, proposing name, time and date of proposal opening. Proposals shall
be submitted using the forms provided in the specification package.
Proposals packages may be obtained FREE at the City’s website: www.slocity.org under Bids &
Proposals, or by e-mailing your request to jbrown@slocity.org, or by faxing your request to the Public
Works Department at (805) 781-7198. Please include your company name, street address, phone, fax, and
e-mail address, along with the name and specification number of the proposal you are requesting.
Additional information may be obtained by contacting:
Jeff Brown, Parking Services Manager, (805) 781-7234 or jbrown@slocity.org.
Nicole Lawson, Supervising Administrative Assistant, (805) 781-7059 or nlawson@slocity.org
12.a
Packet Pg. 104
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Specification No. [91430]
TABLE OF CONTENTS
A. Description of Work 1
B. General Terms and Conditions 4
C. Special Terms and Conditions 11
D. Form of Agreement 15
E. Insurance Requirements 18
F. Proposal Submittal Forms 20
Cost Proposal
References
Statement of Past Contract Disqualifications
Sample Printed Parking Citation-Front and Back
Current Bail Schedule
Current Citation Information
Sample Contest Form
12.a
Packet Pg. 105
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 1
Section A
DESCRIPTION OF WORK
The City of San Luis Obispo (“City”) invites the submittal of sealed proposals from qualified firms
providing Parking Citation Processing and the option for an on-line Residential Parking Permit Program.
The City requires well-managed and financially sound individuals or firms with demonstrated skills and
technical ability, and high levels of customer service and satisfaction, to fulfill the requirements outlined
in this RFP. The City requires that firms must have at least five years’ experience with municipalities
and/or college institutions, and provide references where comparable services are provided. Only those
firms with verifiable experience in parking citation collection processing and (optional) on-line
residential parking permit programs will be considered during this proposal process.
A. BACKGROUND
The City of San Luis Obispo Parking Services Department utilizes three full-time and three park-time
parking enforcement officers to issue parking citations to individuals whom are in violation of the San
Luis Obispo Municipal Code and/or California Vehicle Code. These citations are issued on a hand -held
device (Samsung Android Note 4), and printed citations using O’Neil OC2 printers. These citations are
placed on the vehicle, and notices are mailed to the registered owner as accessed through DMV database.
Police Department’s Student Neighborhood Assistant Program (SNAP) utilizes six part-time officers
whom issue parking citations as well. Parking Services Department, Parking Enforcement and the Police
Department’s SNAP unit issue approximately 1000 manual citations and 30,000 handheld computer
written citations per year.
Beginning the late 1970’s, Parking Services began implementing and enforcing residential permit
parking districts. The City currently has nine (9) residential permit parking districts that were
formed at the request of residents living in impacted areas. Residents, whom reside within one of
these nine districts, may purchase up to two permits per year, at $10.00 each. Permits are issued
in September each year, and expire in September the following year. Parking Services
Department issues approximately 1,646 permits to 823 households. Currently all permits and
notices are issued in-house through Parking Services Department. The City is considering
moving to a web-based Residential parking permit program that allows a resident to purchase
permits on-line and print temporary parking permits in the future.
B. SCOPE OF WORK
This Request for Proposal (RFP) is for an out-sourced parking citation processing contractor. The term
of this Agreement awarded pursuant to this RFP, is intended to commence upon execution of an
Agreement and extend for a period of five (5) years with an option to renew for two (2) additional one -
year terms. Contractor shall meet all requirements of the specifications contained herein, as well as all
legislated mandates by the State of California, California Vehicle Code, San Luis Obispo Municipal
Code, and the City of San Luis Obispo. For any portion of this proposal that is performed by Sub-
Contractors, see Section C, Special Terms and Condition Section of this proposal. See attachments for a
sample printed parking citation and citation information for the past five years.
C. CITATION PROCESSING
The citation processing management system must be a hosted solution that serves to collect and format
electronically or manually entered citations and related enforcement data such as photos, correspondence,
etc. for processing. The system must provide for inquiries, maintenance, management reporting, and
12.a
Packet Pg. 106
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 2
system administration capabilities. The Contractor will be responsible for all related fees for the system
and will invoice the City based on an all-inclusive, per citation price. The hosted system must be
managed and maintained by the Contractor and meet the following requirements:
1. The system shall be capable of processing all manually and electronically issued citations. The
current handhelds units are capable of a secure batch interface and include an option for wireless
electronic citation data upload. The system shall be capable of immediately uploading the data
using either process.
2. Contractor shall adhere to all timelines required by the California Vehicle Code (CVC). The
timeline for citation processing is shown below and all costs shall be based accordingly. This
time period is at the sole discretion of the City and may be changed at any time.
1. Due date on printed citations: 21 days from date of issuance
2. Due date on initial mailed notice: 14 days from mail date
3. Grace period: 2 additional days
4. Attempt collection through DMV hold: 37 days from the date of issuance.
After the two-day grace period is complete the Contractor shall add the applicable late fees and
implement a DMV hold for in-state citations.
3. The system shall maintain and update a tow eligibility list for vehicles with five or more unpaid
citations.
4. The Contractor shall maintain a record of all citations processed in the database. Such records
shall contain at a minimum, payment information and history, collection efforts, photos, vehicle
registration owner data, disposition, appeal history, outstanding collections record and any other
information necessary to create an audit trail. All records and data remain property of the Ci ty
and must be turned over by the Contractor to the City in a timely manner at the termination or
expiration of the Agreement.
5. Contractor shall provide full integration with the California Department of Motor Vehicles
(DMV) including the ability to place registration holds and release on-line on a daily basis with
DMV confirmation. The vehicle registration hold must be placed in accordance with the
California Vehicle Code and all other applicable laws. The timetable to establish a registration
hold at DMV should be at the discretion of the City. Releases should take place within 24 hours.
6. Contractor will be responsible for maintaining and gathering all necessary and correct motorist
data required for the citation processing. Contractor shall work with all other states DMV’s to
collect on any out-of-state citations issued. Similar processes for vehicle registration holds and
releases shall be in place and compliant with all Federal and State laws.
7. The system shall provide a method for contesting citations in accordance with the City of San
Luis Obispo’s citation review process. The ability to complete the contest form and the first
level administrative review shall be available on-line. The system capabilities should be
described in detail including how the City would be alerted of pending reviews, letters that are
generated through this process, and any other applicable information.
8. Contractor shall provide the necessary postage, correspondence, and ability to track forms to
12.a
Packet Pg. 107
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 3
meet all applicable State and local laws regarding citation processing and adjudication. The City
will provide all manual and handheld computer citation forms, unless otherwise agreed.
9. All notices and letters must include an interior envelope for return. The notices must meet with
all U.S. Postal Service requirements and are subject to approval by City of San Luis Obispo.
10. The City currently owns eight (8) Samsung Android Note 4 and seven (7) O’Neil OC2 printers
utilized by the parking enforcement officers to issue citations. The system must be capable of
using this type of handheld or comparable handhelds must be provided by Contractor at no cost
to the City. The Contractor must provide all support services necessary for maintenance and
repair of the existing handhelds.
11. Contractor shall intake payments for parking citations. Contractor will then deposit funds into a
City of San Luis Obispo account with deposit access only for the Contractor.
12. Partial Payment Notices will be mailed to those who do not pay the full fine and applicable
penalty. The notice should indicate the amount that was paid and the remainder that is due.
Samples of all forms, notices, letters, etc., must accompany the proposal and are subject to City
approval.
13. Payment options must also include a payment plan. Contractor shall have a means by which
partial payments can be identified and processed. Contractor shall provide the City with a report
of partial payments on a monthly basis.
14. Contractor must provide information relating to over payments, if a refund is pending, and
include the name and address for the refund.
15. Contractor will establish a method to insure processing and collecting of citations and complaints
issued to out-of-state and out-of-country vehicles. Contractor should be prepared to pay all costs
associated with the establishment of contracts with out of state’ motor vehicle departments.
16. Contractor shall work with City to craft and approve all notices to be generated and mailed t o
debtors including layout and language. The City has final approval control over letter content
including text and layout.
17. Contractor shall maintain record of all open parking citations for a period of five (5) years from
the date of issuance.
18. Contractor shall provide to the City a monthly aging report with a “clean” month -end cut off.
This report shall include all citations regardless of their current status (i.e. current, DMV,
collections, etc.).
19. Contractor shall provide to the City a monthly report for all Superior Court of San Luis Obispo
County fees associated with the Courthouse Construction Fund, County General Fund,
Immediate and Critical Needs Account, State Court Facilities Fund, Trial Court Trust Fund,
Equipment Assessment, Registration Assessment and Handicapped parking violations, special
collections and bail increases in amounts specified in the California Vehicle Code (CVC).
20. Contractor shall offer a person whom has been cited the opportunity to pay their citation by mail,
12.a
Packet Pg. 108
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 4
phone and via an online internet-based payment system. This online system shall comply with
any applicable requirements for adequate security of personal information.
21. All records and data will be readily available for inspection and audit.
23. Contractor shall provide a system with sufficient security to restrict access only to authorized
users. Contractor will provide a description of such security measures in their proposal.
24. Authorized users at San Luis Obispo shall have sole authority to void citations.
25. Appropriate San Luis Obispo staff will have unlimited access to online terminal inquiry and
transmission of data capacity.
Section B
GENERAL TERMS AND CONDITIONS
The following requirements are applicable to sections D, E and F.
1. Contractor shall provide unlimited users to access the system. The Contractor must provide
password protection for each user and also be able to limit the capabilities and functions per user.
2. Remote access for multiple City workstations must be available using a standard PC. Operating
and or software costs must be included. Access to the database must be 100% web based and
require no additional or 3rd party software to operate.
3. The system shall be dynamic and capable of adapting to changes in policy, user preferences, or
future changes in processing requirements.
4. The system shall maintain a copy of all correspondence mailed and the mailing dates. The
system shall also be capable of attaching notes to each citation or permits. Notes should capture
the date, operator, reason for call, and any comments. The system must accommodate multiple
notes per citation or permit and notes must be able to be seen by City staff remotely.
5. The City shall have remote capability to void citations or permits. Contractor shall void citations
or permits upon request if desired by City.
6. Contractor shall be responsible for correcting all system malfunctions and errors attributable to
the Contractor at no cost to the City.
7. The system must be capable of exporting all data in the system in a CSV or similar City approved
format so that it may be uploaded to other software systems if desired by City. There are several
applications this may be required for including but not limited to fina ncial tracking, additional
reporting or collection methods, Tiburon, and global system reporting.
8. Contractor shall maintain the management system database and system security in such a way as
to provide complete confidentiality and protection from unwanted access.
12.a
Packet Pg. 109
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 5
9. A backup and recovery system must be provided for the management system database to include
all information in the system. At a minimum, the system should be backed up multiple times
throughout each day.
11. The system shall provide an interactive real time voice response system (IVR) for all inquiries.
Contractor shall provide details of how the IVR system functions overall as well as specific
instructions to the caller. The system shall include the following (at a minimum): real-time
information, credit card processing for payment, custom greetings, multiple languages, and
flexibility to add additional details or features as desired.
12. Contractor shall provide efficient, courteous, and professional service for all tele phone calls and
correspondence. A toll-free telephone number shall be provided for the public to obtain
information, make inquiries, and make payments.
13. Customer service representatives shall be available to provide instructions and information on
general parking policies and procedures, to handle complaints, and how to pay or contest
citations. For complaints, a telephone response shall be provided within one (1) business day.
14. Contractor shall provide efficient, courteous and professional service for all telephone calls and
correspondence. A toll free number shall be provided for the public to obtain information,
inquires and make payments.
15. Deposits must be made daily in the City’s required format and to the bank specified by the City.
Daily notification of deposits including full details of the daily deposit will be sent to the City in
a manner to be determined by City.
16. Contractor shall provide a comprehensive suite of standard financial and operational
management reports that are parameter driven and may be sent to City on a regular basis in PDF
and Excel formats. Contractor shall also provide additional reporting or Ad Hoc reporting as
requested by City in same formats. City shall have the ability to access all reports remote ly.
Contractor agrees to provide any and all reports requested by City in the format requested and at
no cost to City.
17. The City shall have the right to review and approve the use of any subcontractor for any portion
of these services. The Contractor shall be responsible for ensuring that any subcontractors used
operate within the terms of the agreement.
18. A full accounting must be made to the City by the 10th day of each month. Records of deposits,
management reports, and statistical summaries of activity for the prior month, together with
supporting detail, must be delivered as specified by the City.
19. All software updates and upgrades will be included. The City will receive any upgrades and
updates within 3 months of release.
20. Contractor shall provide any equipment necessary to perform the services in this RFP. The cost
for any additional equipment or supplies not included above will be reimbursed by the City only
with prior written approval. These items may include but are not limited to upgraded equipment
purchases, general supplies, citation paper, envelopes, and any other items required to perform
services related to this RFP.
12.a
Packet Pg. 110
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 6
21. The system shall have the ability to allow the public to purchase a residential permit (optional) or
pay for a citation using Visa, MasterCard, AMEX, or Discover for on -line payments or through
the IVR system. Residents shall also have the option to pay by check via mail. The Contractor
shall provide documentation that the system is certified in accorda nce with credit card processing
PCI-DSS and CISP standards. The on-line payment system shall be available 24 hours per day, 7
days per week, year-round with minimal downtime.
PROPOSAL REQUIREMENTS
1. Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder)
shall meet all of the terms, and conditions of the Request for Proposals (RFP) specifications
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 enclosed in an envelope that shall be sealed and addressed to the
Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401
no later than January 4, 2016 by 3:30 Pacific Standard Time. In order to guard against
premature opening, the proposal should be clearly labeled with the proposal title, specification
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 Extensions. The extensions 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 a nd 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 bi dder
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 representatives 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 in more than one proposal, except an alternative proposal
12.a
Packet Pg. 111
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 7
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.
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 has been sent by
mail to it at the address given in its proposal. The contract shall be made in the form adopted by
the City and incorporated in these specifications.
11. Insurance Requirements. The Contractor shall provide proof of insurance in the form,
coverages and amounts specified in Section E of these specifications within 10 (ten) calendar
days after notice of contract award as a precondition to contract execution.
12. Business Tax. The Contractor must have a valid City of San Luis Obispo business tax certificate
before execution of the contract. Additional information regarding the City's business tax
program may be obtained by calling (805) 781-7134.
CONTRACT PERFORMANCE
13. 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 any and all federal, state, county, city, and
special district laws, ordinances, and regulations.
14. 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.
15. Payment of Taxes. The contract prices shall include full compensation for all taxes that the
Contractor is required to pay.
12.a
Packet Pg. 112
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 8
16. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges
and fees, and give all notices necessary.
17. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to
safety established by OSHA and the California Division of Industrial Safety.
18. 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.
19. 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 re placed or restored to a condition as good as when
the Contractor began work.
20. Immigration Act of 1986. The Contractor warrants on behalf of itself and all subcontractors
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.
21. Contractor 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.
22. 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, equi pment, 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.
23. 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).
24. 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 requiremen ts.
12.a
Packet Pg. 113
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 9
25. 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.
26. 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 expr essly 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.
27. Hold Harmless and Indemnification. The Contractor agrees to defend, indemnify, protect
and hold the City and its agents, officers and employees harmless from and against any and
all claims asserted or liability established for damages or injuries to any person or property,
including injury to the Contractor's employees, agents or officers that arise from or are
connected with or are caused or claimed to be caused by the acts or omissions of the
Contractor, and its agents, officers or employees, in performing the work or services herein,
and all expenses of investigating and defending against same; provided, however, that the
Contractor's duty to indemnify and hold harmless shall not include any claims or liability
arising from the established sole negligence or willful misconduct of the City, its agents,
officers or employees.
28. 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.
29. 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 termination
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, servic es 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 workscope.
12.a
Packet Pg. 114
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 10
The City reserves the right to delay any such payment until completion or confir med
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.
30. Termination for Convenience. Whenever it may be in the City’s best interest, the City may
terminate the agreement with 30 calendar day’s written notice.
12.a
Packet Pg. 115
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 11
Section C
SPECIAL TERMS AND CONDITIONS
PROPOSAL FORMAT AND CONTENT
Proposing companies desiring to respond to this Request for Proposal (RFP) shall submit their proposal
in sufficient detail to allow for a thorough evaluation and comparative analysis. The proposals should be
as brief and concise as possible without sacrificing clarity. Proposal s containing irrelevant material or an
abundance of excessively vague language may be penalized in the screening process.
1. Title Page. The title page shall contain at a minimum the name of the contractor, RFP title, and
date.
2. Table of Contents. There shall be a comprehensive table of contents included in the proposal.
This index shall include a clear definition of the materials, identified by sequential page numbers
and by section reference.
3. Company Background. The City is particularly interested in selecting a company that has
extensive experience in Parking Citation Processing with an option to establish a Residential
Parking Permit Program.. The City requires that firms must have at least five years’ experience
with municipalities and/or college institutions. A description of the company history, depth, and
any value added services should be included here.
4. Project Staffing. Identify the person to be designated project manager and a detailed summary
of his or her background. The City expects that t he project manager shall be available by
telephone on all occasions for discussion with City staff, and shall be locally available for
meetings in person on short notice (one day).
5. Organizational Chart. Submit an organization chart showing the name of the project manager,
other key personnel, and all supporting staff assigned to the project. The City reserves the right
to approve the final staffing plan. Include a brief resume for applicable key personnel on the
organizational chart. Specific responsibilities of project manager and key personnel should be
listed in detail.
6. Customer Service and Technical Support. Provide a description of the customer service
features and technical support abilities of the contractor. Include any training and staff
development that would benefit the City of San Luis Obispo or its customers. Any additional
features that would be relevant can also be included here. (i.e. IVR systems, websites, etc.).
7. Sub-Contractors (if any). Identify any sub-contractors that would be used. Give a detailed
description of their involvement, scope of work, background, and responsibilities. The price
proposed shall include any and all work to be done by sub-contractors, and the City will only
process claims and payments to the prime Contractor. A list of sub-contractors to be hired shall
be submitted as a part of the proposal. Also disclose whether or not the subcontractor is a
subsidiary or is financially tied to the Contractor in any other manner. Use of sub-contractor does
not relieve the Contractor of prime responsibility. City of reserves the right to approve all
proposed sub-contractors.
12.a
Packet Pg. 116
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 12
8. System Capabilities. Provide a detailed description of the proposed parking citation, delinquent
collection service and permit processing system proposed. Indicate the ability to meet and/or
exceed the scope of services. Include any software and hardware details that will be provided to
meet the scope of services. Describe any integration you have with other related products as well
as the customization possibilities with the system.
PROPOSAL REVIEW PROCESS
The City may shortlist up to three (3) Contractors based on the submitted proposals and invites them to
an interview process. In addition, the City may request that Contractors demonstrate their product either
as part of the interview process or separately from it. The City, at its discretion, may make site visits to
locations where the Contractors systems are in use. The contractors shall be evaluated on the following:
Understanding of the work required by the City.
Quality, clarity and responsiveness of the proposal.
Demonstrated competence and professional qualifications necessary for successfully
performing the work required by the City.
Recent experience in successfully performing similar services.
Proposed approach in completing the work.
References.
Background and experience of the specific individuals to be assigned to this project.
Presentation Interviews.
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. Once prospective contractors
have been evaluated by the evaluation panel, negotiations shall begin. If negotiations are unsuccessful,
talks with that Contractor will be abandoned and negotiations will then commence with the next qualified
Contractor, and so on, until a final agreement has been reached and a contract prepared. Staff will present
their findings to the City Council, which, at its discretion, will award a contact.
Labor Actions In the event that the successful bidder is experiencing a labor action at the time of
contract award (or if its suppliers or subcontractors are experiencing such a labor ac tion), the City
reserves the right to declare said bidder is no longer the lowest responsible, responsive bidder and to
accept the next acceptable low proposal from a bidder that is not experiencing a labor action, and to
declare it to be the lowest responsible, responsive bidder.
Failure to Accept Contract The following will occur if the bidder 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 bidder's bond or security is required; and an
award may be made to the next lowest responsible, responsive bidder who shall fulfill every stipulation
as if it were the party to whom the first award was made.
Contract Term The contract term shall be for a period of five (5) years (“initial term”) beginning on
June 1, 2016 and ending on May 31, 2021. The City will have the option of two (2) additional one-year
renewal options at the sole discretion of the Public Works Director.
Compensation Adjustment Original contract prices shall remain in effect through June 1, 2016
Beginning in year 2016, on July 1 of each year contract prices shall be increased by a percent equal to the
12.a
Packet Pg. 117
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 13
percentage increase in the U.S. Consumer Price Index/All Urban Consumers (CPI-U) from March in the
previous year to February in the year of the adjustment.
Example: The original contract price is $1,000 per month. This price remains in effect until June 30,
2016. The U.S. Consumer Price Index/All Urban Consumers (CPI-U) increases by 2.5 percent from
March 2016 to February 2017. On July 1, 2016, the contract price increases by 2.5 percent from $1,000
to $1,025 per month. The new contract price applies to work completed after July 1, 2016. The same
process repeats the following year.
Contractor Invoices The Contractor shall deliver a monthly invoice to the City that clearly identifies the
name of the contract and the contract specification number.
Proposal Review and Award Schedule The City has developed the following list of key events from
RFP issuance through notice of contract award. All deadlines are subject to change at the City of San
Luis Obispo’s discretion.
Key Events Key Dates
1 Issue RFP 1-4-16
2 Deadline for contractor to submit any questions 1-15-16
3 City to post addendum for answers to any questions received 1-29-16
4 Proposal due date and time
2-11-16 by 3:30
P.S.T.
5 Complete proposal evaluations 2-26-16
6 Conduct finalist interviews 3- 14-16
7 Finalize staff recommendations 3-31-16
8 Award contract 4-18-16
5 Execute contract 5-2-16
6 Start work 6- 1-16
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 def ect 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.
12.a
Packet Pg. 118
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 14
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.
12.a
Packet Pg. 119
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 15
Section D
FORM OF AGREEMENT
AGREEMENT
THIS AGREEMENT is made and entered into in the City of San Luis Obispo on ___________,
2016 by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to
as City, and ___________________________________, hereinafter referred to as Contractor.
W I T N E S S E T H:
WHEREAS, on _______________, City invited proposals for Parking Citation Processing and
Residential Parking Permit Program per Specification No. [91430].
WHEREAS, pursuant to said request for proposal, Contractor submitted a proposal that was
accepted by City for said Fine Collection and Residential Permit Parking Program.
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, as first written above, through _____________.
2. INCORPORATION BY REFERENCE. City Specification No. [91430] and
Contractor's proposal dated [date], are hereby incorporated in and made a part of this Agreement. To the
extent that there are any conflicts between the City’s sp ecification and this Agreement and the
Contractor’s proposal, the terms of the City’s specification and this Agreement shall prevail, unless
specifically agreed otherwise in writing signed by both parties.
3. CITY'S OBLIGATIONS. For providing Parking Citation Processing and Residential
Preferential Parking Permit Program as specified in this Agreement, City will pay and Contractor shall
receive therefore payments based upon the actual quantities ordered and received by City and the unit
prices bid by Contractor.
12.a
Packet Pg. 120
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 16
4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and
agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do
everything required by this Agreement and 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 Administrative
Officer.
6. COMPLETE AGREEMENT. This written Agreement, including all writings
specifically incorporated herein by reference, shall constitute the complete agreement between the parties
hereto. No oral agreement, understanding or representation not reduced to writing and specifically
incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding or
representation be binding upon the parties hereto.
7. NOTICE. All written notices to the parties hereto shall be sent by United States mail,
postage prepaid by registered or certified mail addressed as follows:
City City Clerk
City of San Luis Obispo
990 Palm Street
San Luis Obispo, CA 93401
Contractor Name
Address
8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant
that each individual executing this agreement on behalf of each party is a person duly authorized and
empowered to execute Agreements for such party.
IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day
and year first above written.
ATTEST: CITY OF SAN LUIS OBISPO
________________________________ By:_____________________________________
City Clerk City Manager [or Mayor]
12.a
Packet Pg. 121
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 17
APPROVED AS TO FORM: CONTRACTOR:
Name of Company
________________________________ By: _____________________________________
City Attorney Name of CAO/President
Its: CAO/President.
12.a
Packet Pg. 122
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 18
Section E
INSURANCE REQUIREMENTS
The Contractor shall procure and maintain for the duration of the contract insurance 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 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.
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.
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
12.a
Packet Pg. 123
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 19
(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
required coverage. Original endorsements effecting 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. Contractor shall include all subcontractors as insured under its policies or shall furnish
separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be
subject to all of the requirements stated herein.
12.a
Packet Pg. 124
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 20
Section F
SUBMITTAL FORMS
Cost Proposal Submittal Form
The City is requesting proposals for Parking Citation and Residential Parking Permit Program. Each
contractor shall fill out the following cost proposal in it’s entirely. Cost proposals that are not complete
will not be accepted, and the submitted proposal will be deemed incomplete. If there are any additional
costs not included in this Cost Proposal, those costs must be identified on a separate sheet of paper and
included as stated in this Request for Proposal. On a separate page, a detailed breakdown of the costs
below as well as a detailed price list shall also be provided.
Item Description- Citation Processing Total Amount Per Citation
Five Year Term (2016-2021) $
First-Two Year Option Term (2021-2023) $
Second-Two Year Option Term (2023-2025) $
Item Description- Residential Parking Permit Program
(OPTIONAL)
Total Cost per Permit
Five Year Term (2016-2021) $
First-Two Year Option Term (2021-2023) $
Second-Two Year Option Term (2023-2025) $
12.a
Packet Pg. 125
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 21
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 five 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
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and project outcome
Reference No. 2
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and project outcome
Reference No. 3
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and project outcome
12.a
Packet Pg. 126
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 22
Reference No. 4
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and project outcome
Reference No. 5
Customer Name
Contact Individual
Telephone & FAX number
Street Address
City, State, Zip Code
Description of services provided
including contract amount, when
provided and project outcome
12.a
Packet Pg. 127
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 23
STATEMENT OF PAST CONTRACT DISQUALIFICATIONS
The bidder shall state whether it or any of its officers or employees who have a proprietary interes t 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 No
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 Bidder Representative
12.a
Packet Pg. 128
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 24
SAMPLE PRINTED PARKING CITATION –FRONT AND BACK
12.a
Packet Pg. 129
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 25
CURRENT BAIL SCHEDULE
CODE &
SECTION
DESCRIPTION PENALTY LATE FEE
ADDED
SLMC 10.12.050 INTERFERENCE WITH POLICE/AUTHORIZED OFFICER $93 $123
SLMC 10.14.030 OBEDIENCE TO TRAFFIC CONTROL DEVICES $58 $88
SLMC 10.14.090 UNAUTHORIZED PAINTING ON CURBS $58 $88
SLMC 10.34.020 OVERNIGHT CAMPING (10pm - 6 am) $100 $130
SLMC 10.36.020 STOPPING OR STANDING IN PARKWAYS PROHIBITED $33 $63
SLMC 10.36.030 STOP/STAND/PARK IN VIOLATION OF CHAPTER $33 $63
SLMC 10.36.040 NO PARKING ZONE - PROHIBITED PARKING - Also Taxi Zone (d) $53 $83
SLMC 10.36.050 USE OF STREETS FOR STORAGE OF VEHICLES PROHIBITED $23 $53
SLMC 10.36.070 REPAIRING OR GREASING VEHICLE ON PUBLIC STREET $23 $53
SLMC 10.36.080 WASHING OR POLISHING VEHICLES $23 $53
SLMC 10.36.090 PARKING ADJACENT TO SCHOOLS $23 $53
SLMC 10.36.100 PARKING PROHIBITED ON NARROW STREETS $23 $53
SLMC 10.36.110 PARKING ON GRADES $23 $53
SLMC 10.36.120 UNLAWFUL PARKING - PEDDLERS, VENDORS $23 $53
SLMC 10.36.130 EMERGENCY PARKING SIGNS $23 $53
SLMC 10.36.140 LARGE/COMMERCIAL VEHICLE PARKING NEAR INTERSECTION $23 $53
SLMC 10.36.150 NIGHTTIME PARKING OF LARGE VEHICLES $23 $53
SLMC 10.36.160 NIGHTTIME PARKING OF VEH W/OPERATING AIR/REFRIGERATION $23 $53
SLMC 10.36.200 PARKING IN A RESIDENTIAL PERMIT PARKING AREA $38 $68
SLMC 10.36.230 PERMITS - DISPLAY OF PERMITS $28 $58
SLMC 10.36.235 NO PERMIT LOT $33 $63
SLMC 10.40.010 TIMED PARKING 10 MINUTES TO 10 HOURS (Overtime Parking) $38 $68
SLMC 10.40.020 BACKING INTO PARKING SPACE PROHIBITED $28 $58
SLMC 10.40.040 PARKING PARALLEL ON ONE-WAY STREETS $21 $51
SLMC 10.40.050 DIAGONAL PARKING $21 $51
SLMC 10.40.060 PARKING SPACE MARKINGS $33 $63
SLMC 10.40.070 NO STOPPING ZONE $21 $51
SLMC 10.40.080 ALL NIGHT PARKING PROHIBITED (3-5am) $38 $68
SLMC 10.44.020 CURB MARKING TO INDICATE NO STOPPING/PARKING REGS. $23 $53
SLMC 10.44.030 EFFECT OF PERMISSION TO LOAD/UNLOAD IN YELLOW ZONE $53 $83
SLMC 10.44.040 EFFECT OF PERMISSION TO LOAD/UNLOAD IN WHITE ZONE $33 $63
SLMC 10.44.050 STANDING IN ANY ALLEY $33 $63
SLMC 10.44.070 DISABLED PARKING $338 $368
SLMC 10.48.010 CERTAIN VEHICLES PROHIBITED IN CENTRAL DISTRICT $58 $88
SLMC 10.48.020 ADVERTISING VEHICLES $33 $63
SLMC 10.48.030 ANIMAL DRAWN VEHICLES $33 $63
SLMC 10.48.040 TRUCK ROUTES $88 $118
SLMC 10.48.050 COMM. VEHICLES PROHIBITED FROM USING CERTAIN STREETS $88 $118
SLMC 10.48.060 MAX. GROSS WT. LIMITS OF VEHICLES ON CERTAIN STREETS $88 $118
SLMC 10.52.040 PARKING METERS - OPERATIONAL PROCEDURES $23 $53
12.a
Packet Pg. 130
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 26
SLMC 10.52.050 UNLAWFUL TO PARK AFTER METER TIME HAS EXPIRED $33 $63
SLMC 10.52.060 UNLAWFUL TO EXTEND TIME BEYOND LIMIT $15 $45
SLMC 10.52.070 IMPROPER USE OF METER $15 $45
SLMC 10.52.080 PARKING METERS/STANDARDS - PROPER USE $15 $45
SLMC 10.52.110 MOTORCYCLE SPACES $15 $45
CVC 5204(a)* CURRENT TAB IMPROPERLY ATTACHED *25
CVC 21113(a) VEHICLE OR ANIMAL ON PUBLIC GROUNDS-MOVING $116 $146
CVC 21113(b) VEHICLE OR ANIMAL ON PUBLIC GROUNDS-PARKING $33 $63
CVC 21113 (c) DRIVEWAYS, PATHS, PARKING FACILITIES ON GROUNDS $33 $63
CVC 22500.1 STOPPING/STANDING/PARKING: FIRE LANE $116 $146
CVC 22500(a) STOPPING/STANDING/PARKING: WITHIN INTERSECTION $33 $63
CVC 22500(b) STOPPING/STANDING/PARKING: ON A CROSSWALK $33 $63
CVC 22500(c) STOPPING/STANDING/PARKING: BETWEEN SAFETY ZONE $33 $63
CVC 22500(d) STOPPING/STANDING/PARKING: W/IN 15' FIREHOUSE ENTRANCE $33 $63
CVC 22500(e) STOPPING/STANDING/PARKING: PUBLIC/PRIVATE DRIVEWAY $33 $63
CVC 22500(f) STOPPING/STANDING/PARKING: ON SIDEWALK $33 $63
CVC 22500(g) STOPPING/STANDING/PARKING: ALONG/OPPOSITE OBSTRUCT $33 $63
CVC 22500(h) STOPPING/STANDING/PARKING: ON ROADWAY SIDE OF VEHICLE $33 $63
CVC 22500(i) IMPROPER PARKING IN BUS ZONE $263 $293
CVC 22500(j) STOPPING/STANDING/PARKING: IN TUBE OR TUNNEL $33 $63
CVC 22500(k) STOPPING/STANDING/PARKING: UPON BRIDGE EXCEPT AUTH $33 $63
CVC 22500(l) IMPROPER PARKING IN WHEELCHAIR ACCESS $263 $293
CVC 22502(a) CURB PARKING $33 $63
CVC 22502(b) PARKING OPPOSITE DIRECTION OF TRAFFIC $33 $63
CVC 22502(c) CURB PARKING - WHEELS MORE THAN 18 INCHES FROM CURB $33 $63
CVC 22504(a) UNINCORPORATED AREA PARKING $33 $63
CVC 22505(a) PARKING ON STATE HIGHWAY WHERE SIGN POSTED $33 $63
CVC 22505(b) POSTED NO PARKING - STATE HIGHWAY $33 $63
CVC 22507 UNLAWFUL PARKING $33 $63
CVC 22507.8 (a) PARKING IN SPACE FOR DISABLED $338 $368
CVC 22507.8 (b) PARKING IN SPACE FOR DISABLED - OBSTRUCT/BLOCK $338 $368
CVC 22507.8 (c)(1) PARKING IN SPACE FOR DISABLED - ON LINES MARKED $338 $368
CVC 22507.8 (c)(2) PARKING IN SPACE FOR DISABLED - CROSSHATCHED LINES $338 $368
CVC 22510 PARKING IN SNOW REMOVAL AREAS $3 $33
CVC 22511.7 DISABLED ZONE $338 $368
CVC 22512 VEHICLE UNATTENDED $116 $146
CVC 22513 TOW CARS - PARKING ON FREEWAY $33 $63
CVC 22514 FIRE HYDRANTS $63 $93
CVC 22515(a) UNATTENDED VEHICLES - SET BRAKES/STOP MOTOR $33 $63
CVC 22515(b) UNATTENDED VEHICLES - SET BRAKES/WHEELS/PREVENT MOVE $33 $63
CVC 22516 LOCKED VEHICLE $116 $146
CVC 22517 OPENING AND CLOSING DOORS $116 $146
CVC 22520.5 VENDING ON FREEWAY RIGHT-OF-WAY $116 $146
CVC 22520.5(a) VENDING ON FREEWAY RIGHT-OF-WAY $116 $146
CVC 22521 ILLEGAL TO PARK ON RAILROAD TRACKS $33 $63
12.a
Packet Pg. 131
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 27
CVC 22522 PARKING NEAR SIDEWALK ACCESS RAMPS $288 $318
CVC 22523(a) VEHICLE ABANDONMENT- On Highway $283 $313
CVC 22523(b) VEHICLE ABANDONMENT $283 $313
CVC 22650 UNLAWFUL REMOVAL OF UNATTENDED VEHICLE $116 $146
CVC 22651(b) VEHICLE PARKED/LEFT STANDING TO OBSTRUCT TRAFFIC $116 $146
CVC 40225* PROCESSING OTHER VIOLATIONS *$10
CVC 40226* FAILURE TO DISPLAY DISABLED PLACARD - ADMINISTRATIVE FEE *$25
LATE PAYMENT PENALTY $30
*
All other fine amounts set by City Council pursuant to CVC 40203.5
12.a
Packet Pg. 132
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 28
SAMPLE CONTEST FORM
12.a
Packet Pg. 133
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
)
Page | 1
CURRENT CITATION INFORMATION
City of San Luis Obispo (170)
Age Citation Receivables Detail By
Issue Month
For May 2015 Activity
Days Issued
Count
Closed
Collection
Rate
Closed
Count
Open
Count
Percent Of
Total Open Days Issued
Count
Violation
Amount
Additional
Amount Total Amount
0-29 1,940 53.51%1,038 902 46.49%0-29 1,940 $32,578.00 ($93.00)$32,485.00
30-59 1,608 82.59%1,328 280 17.41%30-59 1,608 $11,495.00 $5,597.00 $17,092.00
60-89 1,415 82.97%1,174 241 17.03%60-89 1,415 $8,306.00 $5,420.00 $13,726.00
90-119 1,647 85.37%1,406 241 14.63%90-119 1,647 $8,623.00 $5,712.00 $14,335.00
120-149 1,161 84.32%979 182 15.68%120-149 1,161 $6,576.00 $4,404.00 $10,980.00
150-179 1,546 84.80%1,311 235 15.20%150-179 1,546 $8,353.00 $5,075.00 $13,428.00
180-209 1,970 87.97%1,733 237 12.03%180-209 1,970 $8,911.00 $5,860.00 $14,771.00
210-239 2,209 88.73%1,960 249 11.27%210-239 2,209 $8,735.00 $6,246.00 $14,981.00
240-269 1,501 90.07%1,352 149 9.93%240-269 1,501 $5,092.00 $3,833.00 $8,925.00
270-299 1,691 88.17%1,491 200 11.83%270-299 1,691 $6,820.00 $5,148.00 $11,968.00
300-329 2,151 90.19%1,940 211 9.81%300-329 2,151 $7,434.00 $5,242.00 $12,676.00
330-365 2,851 89.76%2,559 292 10.24%330-365 2,851 $10,671.00 $6,798.00 $17,469.00
366-730 23,118 93.85%21,696 1,422 6.15%366-730 23,118 $52,242.00 $28,288.00 $80,530.00
731-1095 24,738 94.66%23,418 1,320 5.34%731-1095 24,738 $46,979.00 $23,522.00 $70,501.00
1096-1460 21,773 94.40%20,553 1,220 5.60%1096-1460 21,773 $43,260.00 $24,921.00 $68,181.00
1461-1825 23,844 94.88%22,622 1,222 5.12%1461-1825 23,844 $40,286.00 $26,004.00 $66,290.00
Totals 115,163 92.53%106,560 8,603 7.47%Totals 115,163 $306,361.00 $161,977.00 $468,338.00
Prepared by Phoenix Group Information Systems 1-855-472-8137 Email:CustomerService@phxgroup.com
12.a
Packet Pg. 134
At
t
a
c
h
m
e
n
t
:
a
-
2
0
1
5
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
P
r
o
c
e
s
s
i
n
g
S
e
r
v
i
c
e
s
R
F
P
D
R
A
F
T
(
1
1
4
4
:
P
a
r
k
i
n
g
C
i
t
a
t
i
o
n
Page intentionally left
blank.