Loading...
HomeMy WebLinkAbout05-16-2017 Item 07 Authorize request for proposal for parking access and revenue control system (parcs), specification no 91545 Meeting Date: 5/16/2017 FROM: Daryl Grigsby, Director of Public Works Prepared By: Scott Lee, Parking Services Manager SUBJECT: AUTHORIZE REQUEST FOR PROPOSAL FOR PARKING ACCESS AND REVENUE CONTROL SYSTEM (PARCS), SPECIFICATION NO 91545 RECOMMENDATION 1. Authorize the issuance of a Request for Proposal (RFP) for Parking Access and Revenue Control System (PARCS), Specification No. 91545; and 2. Authorize the City Manager to enter into a contract with the successful bidder within authorized project budget, and 3. Authorize the City Attorney to approve modifications to the form of the contract with the successful bidder. DISCUSSION The purpose of this project is to replace the outdated and unsupported Parking Access and Revenue Control System (PARCS) in the three existing parking structures. The current equipment in the structures dates to a 1999 major upgrade project completed as part of the Y2K concerns for digital technology. The system is now antiquated and no longer supported by the manufacturer that has gone out of business. Replacement of the PARCS system with new equipment will reduce the amount of time necessary for maintenance and increase staff ability to proactively resolve issues in the parking system. This will result in a higher level of service, better reporting of occupancy/vacancy, telemetry with 3rd party application sources and revenue control. The three existing structures are expected to have over one million vehicles entering and exiting each year, and must have a reliable system to maximize customer experience and staff and system performance. Council has previously approved an allocation of $113,000 for the parking structure equipment upgrade. When allocated, most of the existing equipment at the 842 Palm Street parking structure and the 871 Marsh Street parking structure was already beyond the typical 10 -year life span for structure equipment. The plan was to purchase replacement equipment through the manufacturer of the existing equipment - Federal APD. In 2014, the vendor shut down production and no longer offers equipment for sale or support. Staff has been researching different PARCS equipment, manufacturers, technology and gathering rough estimates for new hardware and software components and systems. A full system (hardware, software and install ation) replacement, as opposed to an upgrade, will cost well above the previously approved $113,000. It is essential for Parking Services to upgrade this equipment to continue to offer a high-level of customer service and state -of-the-art systems Packet Pg 103 7 to meet the current and future demands of parking. A new PARCS system is estimated at $763,000; an additional $650,000 beyond the existing budget. As part of the FY17 -19 Financial Plan, staff has submitted a CIP request for the additional funds requested in this p roposal. However, before the project can move forward a qualified vendor and PARCS system must be determined and designs for the project completed. Thus, an RFP for these purposes is proposed. Staff expects that the replacement of the PARCS system will b etter and fully integrate all existing and proposed structures, provide better tracking and reporting features, and provide more features and a higher level of customer service to all who utilize the structures for parking within the City of SLO, and for those who operate and maintain the structures. NEXT STEPS Solicitation for proposals will be done by publicizing the RFP in various parking industry periodicals and websites, 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 upon approval by Council. After proposals are received and accepted by the City in July 2017, a team of City staff and outside professionals will review each proposal for conformity and “best value”. The top ranked firm(s) will be invited to formal interviews to highlight their capabilities, provide demonstrations of their products and services and to make recommendations to staff about the specific configuration and equipment necessary to meet the city’s needs now and in the future. Negotiations will then begin with the top ranked firm. The new contract will become effective and work will begin shortly after approval and award. FISCAL IMPACT Currently the authorized project budget is $113,000. An additional funding for this project in the amount of $650,000 is pending Council approval as part of the 2017-19 City Manager proposed Financial Plan, which will be brought to Council in June, 2017. The project is proposed to be funded by Parking Fund. The anticipated annual cost for the support and maintenance of the new system is somewhat offset by the reduced maintenance necessary as the existing system experiences intermittent failures. ALTERNATIVES Alternative 1: The City Council may choose to not approve the RFP for the PARCS replacement and instruct Staff to continue to maintain the existing equipment and seek other alternatives. The Parking Manager and staff do not recommend this alternative as currently this option is not really viable for the City as the existing equipment is no longer supported and should be replaced to reduce ongoing maintenance costs and to provide state-of-the-art equipment for the customers using the city’s parking structures. Attachments: a - 2017 Parking Access Revenue Control System RFP - FINAL DRAFT 04-26-2017 Packet Pg 104 7 Page 1 PARCS RFP – specification no. 91545 990 Palm Street  San Luis Obispo, CA 93401 Notice Requesting Proposals for PARKING ACCESS REVENUE CONTROL SYSTEM (PARCS) Specification No. 91545 The City of San Luis Obispo is soliciting proposals from qualified vendors for a Parking Access and Revenue Control System, pursuant to Specification No. 91545. All proposals must be received by the Finance Department, City Hall, 990 Palm Street, San Luis Obispo, CA no later than 3:30 p.m. Pacific Daylight Time, July 20, 2017. 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 proposer’s name, specification number, proposal title and due date of proposal opening. Hard copied proposals shall be submitted along with the required forms provided in the specification package and following instructions contained herein. Proposals packages may be obtained at either: The City’s website: www.SLOCity.org – Doing Business – Bids & Proposals Page; or a http://www.slocity.org/government/department-directory/public-works/public-works-bids-proposals Additional information may be obtained by contacting: Scott Lee, Parking Manager, (805) 781-7234 or slee@slocity.org Nicole Lawson, Supervising Administrative Assistant, (805) 781-7059 or nlawson@slocity.org For Public Records requests see Section 1.14 Packet Pg 105 7 Page 2 PARCS RFP – specification no. 91545 Specification No. 91545 TABLE OF CONTENTS 1. NOTICE TO PROPOSERS – PROPOSAL REQUIREMENTS .................................................. 5 1.1. Summary and Requirement to Meet All Provisions ......................................................................... 5 1.2. Contract Term and Optional Extensions .......................................................................................... 5 1.3. Important Dates ............................................................................................................................... 5 1.4. Proposal Submittal and Format ....................................................................................................... 5 1.5. Labeling ............................................................................................................................................ 5 1.6. Insurance Certificate ........................................................................................................................ 5 1.7. Submittal of References ................................................................................................................... 6 1.8. Statement of Contract Disqualifications .......................................................................................... 6 1.9. Withdrawal or Revision of Proposals ............................................................................................... 6 1.10. Multiple Proposals ........................................................................................................................... 6 1.11. Procuring Agency/Personnel ............................................................................................................ 6 1.12. Inquiries and Clarifications ............................................................................................................... 6 1.13. Addenda ........................................................................................................................................... 7 1.14. Public Records .................................................................................................................................. 7 2. CONTRACT AWARD AND EXECUTION ................................................................................... 7 2.1. Proposal Retention and Award ........................................................................................................ 7 2.2. Competency and Responsibility of Proposer ................................................................................... 7 2.3. Form of Agreement .......................................................................................................................... 7 2.4. Insurance .......................................................................................................................................... 8 2.5. Business License and Tax .................................................................................................................. 8 2.6. Failure to Accept Contract ................................................................................................................ 8 2.7. Oral Presentations / Site Visits / Meetings ....................................................................................... 8 2.8. Proposer’s Responsibility ................................................................................................................. 8 3. CONTRACT PERFORMANCE...................................................................................................... 8 3.1. Ability to Perform ............................................................................................................................. 8 3.2. Laws to be Observed ........................................................................................................................ 8 3.3. Payment of Taxes ............................................................................................................................. 9 Packet Pg 106 7 Page 3 PARCS RFP – specification no. 91545 3.4. Permits and Licenses ........................................................................................................................ 9 3.5. Safety Provisions .............................................................................................................................. 9 3.6. Public and Employee Safety ............................................................................................................. 9 3.7. Preservation of City Property ........................................................................................................... 9 3.8. Immigration Act of 1986 .................................................................................................................. 9 3.9. Proposer Non-Discrimination .......................................................................................................... 9 3.10. Work Delays ..................................................................................................................................... 9 3.11. Payment Terms .............................................................................................................................. 10 3.12. Inspection ....................................................................................................................................... 10 3.13. Audit ............................................................................................................................................... 10 3.14. Interests of Proposer ...................................................................................................................... 10 3.15. Hold Harmless and Indemnification ............................................................................................... 10 3.16. Contract Assignment ...................................................................................................................... 10 3.17. Termination .................................................................................................................................... 10 4. PROPOSAL CONTENT AND SELECTION PROCESS ............................................................. 11 4.1. List of Abbreviations ....................................................................................................................... 12 4.2. Overview ........................................................................................................................................ 12 4.3. Calendar of Events ......................................................................................................................... 13 4.4. Background .................................................................................................................................... 13 4.5. Objectives ....................................................................................................................................... 13 4.6. Functional and Technical Requirements ........................................................................................ 14 4.7. Scope of Work ................................................................................................................................ 14 4.8. Selection Process ............................................................................................................................ 14 5. REQUIRED SUBMITTALS AND CONTENT OF PROPOSALS .............................................. 15 Chapter 1: Title Page ...................................................................................................................... 15 Chapter 2: Table of Contents ......................................................................................................... 15 Chapter 3: Executive Summary ...................................................................................................... 15 Chapter 4: Project Manager ........................................................................................................... 16 Chapter 5: Organizational Experience ........................................................................................... 16 Chapter 6: Organizational Chart and Project Team ...................................................................... 16 Chapter 7: References ......................................................................................................................... 17 Chapter 8: Customer Service and Technical Support ..................................................................... 17 Chapter 9: Sub Proposers ............................................................................................................... 17 Packet Pg 107 7 Page 4 PARCS RFP – specification no. 91545 Chapter 10: System Specifications ................................................................................................. 17 Chapter 11: Implementation .......................................................................................................... 17 Chapter 12: Risks ............................................................................................................................ 18 Chapter 13: Disclosure of Past Contract Failures and Litigation .................................................... 18 Chapter 14: Proposer’s Financial Stability Assurance .................................................................... 18 Chapter 15: Fee Proposal ............................................................................................................... 18 Chapter 16: Additional Required Forms ......................................................................................... 20 REQUIRED FORMS ................................................................................................ 21 FORM A: SIGNATURE AFFIDAVIT ......................................................................................................... 21 FORM B: VENDOR PROFILE ............................................................................................................ 22 FORM C: REFERENCES .................................................................................................................... 23 FORM D: STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ................................................ 26 FORM E: COST PROPOSAL SUBMITTAL FORM .............................................................................. 27 FORM F: OPTIONAL COST PROPOSAL SUBMITTAL FORM ............................................................. 28 FORM G: INTENT TO RESPOND ...................................................................................................... 29 APPENDICES ...................................................................................................... 30 APPENDIX A: SAMPLE AGREEMENT ............................................................................................... 30 APPENDIX B: INSURANCE REQUIREMENTS .................................................................................... 32 APPENDIX C: PARKING STRUCTURE INFORMATION ...................................................................... 34 APPENDIX D: FUNCTIONAL AND TECHNICAL REQUIREMENTS ..................................................... 35 Packet Pg 108 7 Page 5 PARCS RFP – specification no. 91545 1 NOTICE TO PROPOSERS – PROPOSAL REQUIREMENTS 1.1 Summary and Requirement to Meet All Provisions The City of San Luis Obispo (“City”) is soliciting proposals from qualified vendors for a Parking Access and Revenue Control System (PARCS). Vendors submitting proposals (“Proposers”) are required to read this Request for Proposals (“RFP”) in its entirety and follow the instructions contained herein and shall meet all of the terms, and conditions of the RFP specifications package. By virtue of its proposal submittal, the Proposer acknowledges agreement with and acceptance of all provisions of the RFP specifications. 1.2 Contract Term and Optional Extensions This shall be a Contract for Purchase of Services (Appendix A) for the purchase, installation, implementation, training, configuration, and services related to the implementation, with an end date coinciding with completion and acceptance of the implementation services. A separate Contract for Purchase of Services for the future maintenance and support services, which may be annual and renewable of for a set number of years will be required. 1.3 Important Dates Deliver proposals no later than the due date and time indicated below. The City will reject late proposals: Issue Date: May 19, 2017 Intent to respond Date: June 15, 2017 Due Date: July 20, 2017, 3:30PM, PDT 1.4 Proposal Submittal and Format Each proposal must be submitted in hard copy form (i.e. printed) with a total of five (5) copies provided in the order 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: Finance Department Attn: Lorraine Colleran City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 No FAX submittals will be accepted. 1.5 Labeling All proposals must be clearly labeled: Proposer’s Name and Address: ________________________ Specification # 91545 Title: Parking Access and Revenue Control System DUE: July 20, 2017, 3:30pm, PDT 1.6 Insurance Certificate Each proposal must include a certificate of insurance showing: A. The insurance carrier and its A.M. Best rating. Packet Pg 109 7 Page 6 PARCS RFP – specification no. 91545 B. Scope of coverage and limits. C. Deductibles and self-insured retention. The purpose of the submittal is to generally assess the adequacy of the Proposer’s insurance coverage during proposal evaluation; as discussed below, endorsements are not required until contract award. The insurance requirements are detailed in Section 2.4. 1.7 Submittal of References Each proposer shall submit a minimum of three (3) references on the form provide in the RFP package as Form C. 1.8 Statement of Contract Disqualifications Each Proposer shall submit a statement regarding any past government disqualifications on the form provide in the RFP package as Form D. 1.9 Withdrawal or Revision of Proposals Proposers may, without prejudice, withdraw proposals by requesting such withdrawal prior to the time specified for the proposal opening, by submitting a written request to the Bid Administrator for its withdrawal, in which event the proposal will be returned to the Proposer unopened. All proposals will be opened and declared publicly. Proposers may modify their proposal at any time prior to the due date and time of submission for proposals. 1.10 Multiple Proposals Multiple proposals from Proposers are NOT permitted. 1.11 Procuring Agency/ Personnel The City of San Luis Obispo is the procuring agency: Scott Lee, Parking Manager City of San Luis Obispo (805) 781-7234 slee@SLOCity.org The City of San Luis Obispo Finance Department administers the procurement function: Lorraine Colleran (Bid Administrator) Finance Department 990 Palm Street San Luis Obispo, CA 93401 (805) 781-7435 LColleran@SLOCity.org 1.12 Inquiries and Clarifications Proposers are to raise any questions they have about the RFP document without delay. Direct any questions concerning due dates and/or actual submittals to the bid administrator either by phone or in writing. Direct all technical questions, those concerning specifications and/or scope of work, to the procuring agency, either by phone or in writing. Packet Pg 110 7 Page 7 PARCS RFP – specification no. 91545 Furthermore, Proposers finding any significant ambiguity, error, conflict, discrepancy, omission, or other deficiency in this RFP document shall immediately notify the procuring agency and request clarification. 1.13 Addenda In the event it is necessary to provide additional clarification or revision to the RFP, the City will post addenda to the City website and to EBIDBOARD.COM website. It is Proposer’s sole responsibility to regularly monitor the websites for any such postings. Failure to retrieve addenda and include their provisions may result in disqualification. 1.14 Public Records Proposers are hereby notified that all information submitted in response to this RFP may be made available for public inspection according to the Public Records Act of the State of California and the California Constitution. Information qualifying as a “trade secret” – defined in California Public Records Act of 2004 – may be held confidential. Proposers shall seal separately and clearly identify all information they deem to be “trade secrets,” as defined by the State of California Statutes. Do not duplicate or comingle information, deemed confidential and sealed, elsewhere in your response. The City cannot ensure that information will not be subject to release if a request is made under applicable public records laws. The City cannot consider the following confidential: a bid in its entirety, price bid information, or the entire contents of any resulting contract. The City will not provide advanced notice to Proposers prior to release of any requested record. To the extent permitted by such laws, it is the intention of the City to withhold the contents of proposals from public view – until such time as competitive or bargaining reasons no longer require non-disclosure, in the City’s opinion. At that time, all proposal s will be available for review in accordance with such laws. 2 CONTRACT AWARD AND EXECUTION 2.1 Proposal Retention and Award The City reserves the right to retain all proposals for a period of 180 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. 2.2 Competency and Responsibility of Proposer The City reserves full discretion to determine the competence and responsibility, professionally and/or financial stability, of Proposer. Proposer will provide, in a timely manner, all information that the City deems necessary to make such a decision. 2.3 Form of Agreement Proposers are responsible for reviewing this Form of Agreement prior to submission of their proposal. The Form of Agreement shall serve as the basis for the contract resulting from this RFP. The terms of this template contract shall become contractual obligations following award of the RFP. By submitting a proposal, the contract shall become contractual Packet Pg 111 7 Page 8 PARCS RFP – specification no. 91545 obligations following award of the RFP. By submitting a proposal, Proposers affirm their willingness to enter into a contract containing these terms. 2.4 Insurance Proposers shall provide proof of insurance in the form, coverages and amounts specified in Appendix B of these specifications within ten (10) calendar days after notice of contract award as a precondition to contract execution. 2.5 Business License and Tax The Proposer must have a valid City of San Luis Obispo business license and tax certificate before execution of the contract. Additional information regarding the City's business tax program may be obtained by calling (805) 781-7134. 2.6 Failure to Accept Contract The following will occur if the Consultant to whom the award is made (Consultant) 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 Consultant's bond or security is required; and an award may be made to the next highest ranked Consultant with whom a responsible compensation is negotiated, who shall fulfill every stipulation as if it were the party to whom the first award was made. 2.7 Oral Presentations / Site Visits / Meetings Proposers may be asked to attend meetings, make oral presentations, inspect City locations or make their facilities, or those of existing clients with similar operations, available for site inspection as part of the RFP process. Such presentations, meetings, or site visits will be at the Proposer’s expense. 2.8 Proposer’s Responsibility Proposers shall examine this RFP and shall exercise their judgment as to the nature and scope of the work required. No plea of ignorance concerning conditions or difficulties that exist or may hereafter arise in the execution of the work under the r esulting contract, as a consequence of failure to make necessary examinations and investigations, shall be accepted as an excuse for any failure or omission on the part of the Proposers to fulfill the requirements of the resulting contract. 3 CONTRACT PERFORMANCE 3.1 Ability to Perform The Proposer 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. 3.2 Laws to be Observed The Proposer shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Lu is Obispo ordinances, regulations and adopted codes during its performance of the work. Packet Pg 112 7 Page 9 PARCS RFP – specification no. 91545 3.3 Payment of Taxes The contract prices shall include full compensation for all taxes that the Proposer is required to pay. 3.4 Permits and Licenses The Proposer shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 3.5 Safety Provisions The Proposer shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 3.6 Public and Employee Safety Whenever the Proposer'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. 3.7 Preservation of City Property The Proposer 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 Proposer's operations, it shall be replaced or restored at the Proposer's expense. The facilities shall be replaced or restored to a conditio n as good as when the Proposer began work. 3.8 Immigration Act of 1986 The Proposer warrants on behalf of itself and all sub Proposers 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. 3.9 Proposer Non-Discrimination In the performance of this work, the Proposer agrees that it will not engage in, nor permit such sub Proposers 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. 3.10 Work Delays Should the Proposer 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 Proposer. 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. Packet Pg 113 7 Page 10 PARCS RFP – specification no. 91545 3.11 Payment Terms Payments will be made consistent with the Agreement. The City's standard 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 Proposer (Net 30). 3.12 Inspection The Proposer shall furnish City with every reasonable opportunity for City to ascertain that the services of the Proposer 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 Proposer of any of its obligations to fulfill its contract requirements. 3.13 Audit The City shall have the option of inspecting and/or auditing all records and other written materials used by Proposer in preparing its invoices to City as a condition precedent to any payment to Proposer. 3.14 Interests of Proposer The Proposer 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 Proposer further covenants that, in the performance of this work, no sub Proposer or person having such an interest shall be employed. The Proposer 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 Proposer shall at all times be deemed an independent Proposer and not an agent or employee of the City. 3.15 Hold Harmless and Indemnification The Proposer 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 Proposer'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 Proposer, 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 Proposer'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. 3.16 Contract Assignment The Proposer 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 i ndividual or business entity of any kind without the previous written consent of the City. 3.17 Termination If, during the term of the contract, the City determines that the Proposer is not faithfully abiding by any term or condition contained herein, the City may notify the Proposer in writing of such defect or failure to perform. This notice must give the Proposer a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. Packet Pg 114 7 Page 11 PARCS RFP – specification no. 91545 If the Proposer 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 Proposer 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 Proposer'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 Proposer 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 Proposer as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Proposer 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 Proposer be entitled to receive any amount in excess of the compensation quoted in its proposal. 4 PROPOSAL CONTENT AND SELECTION PROCESS 4.1 List of abbreviations 1. ACS Access Control System 2. APM Automated Payment Machine 3. CMS Central Management System 4. EMV Europay, MasterCard and Visa (including "chip cards") 5. ENS Entrance Station 6. EXS Exit Station 7. GUI Graphical User Interface 8. NEMA National Electrical Manufacturing Association 9. PAE Pay-At-Exit 10. PARCS Parking Access and Revenue Control System 11. PCI Payment Card Industry (Data Security Methodology) 12. POF Pay-On-Foot 13. POS Point-of-Sale Terminal 14. RCS Revenue Control System 15. RFID Radio‐frequency identification (RFID) 16. TD Ticket Dispenser/Entry Terminal 17. UPS Uninterruptible Power Supply Packet Pg 115 7 Page 12 PARCS RFP – specification no. 91545 4.2 Overview The City of San Luis Obispo (“City”) is soliciting proposals from qualified vendors (“Proposers”) for a Parking Access and Revenue Control System (PARCS). The Proposer must perform an analysis of the existing Parking Access and Revenue Control System (PARCS) at each of the City’s three public parking structures. These three structures provide a total of 1,177 stalls with a planned fourth facility estimated to add an additional 400 stalls to the inventory. The Proposer shall consider all the information contained in this RFP and propose a full replacement PARCS system for each of the structures but centrally managed and controlled. This proposal shall include the design, fabrication, delivery and installation as well as provision of material, labor, equipment, services and training necessary to furnish and install a fully integrated on-line, real-time, Parking Access and Revenue Control System that shall function in the manner described herein. Figure 4.1 Parking Structure Locations The City requires well-managed and financially sound Proposers with demonstrated skills, technical ability, and high levels of customer service and satisfaction, to fulfill the requirements outlined in this RFP. Proposers must have at least five years of experience with municipalities and/or college institutions, and provide references demonstrating relevant services were provided. Only those firms with verifiable experience in PARCS will be considered during this proposal process. Packet Pg 116 7 Page 13 PARCS RFP – specification no. 91545 4.3 Calendar of Events Listed below are specific and estimated dates and times of RFP events, all of which are subject to change. Proposers must complete events by specific dates as indicated unless revised by the City. The City may or may not issue a formal notification for changes in estimated dates and times. Figure 4-2: Calendar of Events Date Event Friday, May 19, 2017 Issue date of RFP Thursday June 15, 2017 Intent to respond due (form G) Thursday July 20, 2017 3:30pm PST Proposals due July –September 2017 Evaluation of proposals September – November 2017 Interviews and Recommendations November-December 2017 Negotiation and award contract December 2017 Contract Routing to City Council December 2017 Contract Award January 2018 Contract begins 4.4 Background The City of San Luis Parking Services Division operates three parking structures, which comprise approximately forty percent (40%) of all the public parking spaces in the downtown area. This division also is responsible for the oversight and management of all public parking lots and on-street metered spaces. The Parking Access Revenue Control System will maintain all information related to the Parking Structures including tracking vehicle counts and occupancy levels. The City’s three existing Parking Structures have approximately one-million vehicles entering and exiting each year. Payments for parking patrons are accepted in person or via monthly prox card or use of validation coupon or token. 4.5 Objectives The objective of this RFP is to contract with a qualified proposer to review and analyze the current structure parking system design and operational needs of each location, then to design an integrated, efficient, functional and reliable “state of the art” PARCS system that will centrally manage the entire operation and allow for the addition of any future structures. The Proposer will be responsible 1. the removal and disposal of the existing PARCS at each location Packet Pg 117 7 Page 14 PARCS RFP – specification no. 91545 2. Installation and testing of new PARCS equipment at each existing parking structure 3. Provide onsite training to Parking Services staff on the system as well as provide on - going support. The new PARCS system should meet the existing and future parking needs of multiple customer groups including but not limited to: 1. Transient (hourly) parkers 2. Monthly parkers 3. Event attendees; and 4. Overnight parkers. The PARCS system should allow for changes in rates, hours when rates apply, and for multiple methods of payment. 4.6 Functional and Technical Requirements The requested Functional and Technical Requirements are further described in Appendix D: Functional and Technical Requirements. Appendix D includes a list of the features the City is interested in obtaining in the PARCS System. This list is not intended to be a complete or prioritized list, and may be amended by the City without notice. 4.7 Scope of Work The successful Proposer shall develop and maintain a detailed project plan that includes the specific tasks listed below, maintain task completion status, and monitor actual against projections. The project plan should address the following implementation and support functions and include other tasks, as deemed necessary to ensure successful Payment Access Revenue Control System solution: o Project Management o Business Process Review and Gap Analysis o Infrastructure/Hardware/Environment Installation & Configuration o System Configuration o Data Conversion o Interface/Customization Development o Acceptance Testing o Final System Acceptance o Training and Documentation o Operations and Security o System Software Warranty, Support and Maintenance o Equipment Warranty, Support and Maintenance Proposer 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-Proposers, see Section 5, Chapter 9 (Required Submittals - Sub Proposers) of this proposal. 4.8 Selection Process The City may shortlist up to four (4) Proposers based on the submitted proposals and invite them to an interview process. In addition, the City may request that Packet Pg 118 7 Page 15 PARCS RFP – specification no. 91545 Proposers 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 Proposers systems are in use. The Proposers shall be evaluated on the following: o Understanding of the work required by the City; o Quality, clarity and responsiveness of the proposal; o Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City; o Recent experience in successfully performing similar services; o Proposed approach in completing the work; o References; o Background and experience of the specific individuals to be assigned to this project; and o Presentation Interviews. As reflected above, contract award will not be based solely on price, but on a combination of the factors 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 Proposers, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. Once prospective Proposers have been evaluated by the evaluation panel, negotiations shall begin. If negotiations are unsuccessful, talks with that Proposer will be abandoned and negotiations will then commence with the next qualified Proposer, 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. 5. REQUIRED SUBMITTALS AND CONTENT OF PROPOSALS 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 City shall use the responses as the basis of its evaluation. The proposals should be as brief and concise as possible without sacrificing clarity. Proposals containing irrelevant material or an abundance of excessively vague language may be penalized in the screening process. Arrange proposals to match the following outline. Respond to each and every question and/or statement. In the context of this section “you” and “your” is the same as “Proposer” and “Proposer’s”, respectively. Chapter 1: Title Page The title page shall contain at a minimum the name of the Proposer, RFP Title, and Due Date. Chapter 2: Table of Contents The Table of Contents outlines in sequential order the chapters of your proposal. Chapter 3: Executive Summary – Description of Organization Provide an executive summary introducing your firm. Limit your response to thre e pages. At a minimum, include the following information: Packet Pg 119 7 Page 16 PARCS RFP – specification no. 91545 o Briefly describe your firm’s organization and size (e.g. local, regional, national and international) in relation to providing Parking Access Revenue Control Systems (PARCS) similar to the services described in this RFP. o Your experience including the number of years in business, and in the provision of Parking Access Revenue Control Systems. o The location of the office from which this engagement will be serviced and the range of activities performed at that office. o Include a brief summary of the factual, core aspects of your proposed services. o Reaffirm required experience in providing systems and performing services similar to those outlined in this RFP. o Provide a positive commitment to provide systems and perform services in conformity with the specifications listed in this solicitation. Chapter 4: Project Manager Identify the Project Manager you propose to assign to the engagement. Provide an in-depth background on the experience of the Project Manager, including projects lead (cross reference to Chapter 5: Organizational Experience and Chapter: 7 References). At least two of the projects you reference in Chapters 5 and 7 should have been led by the project manager you are proposing for the City. Limit your response to three pages plus resume. The City expects that the 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). Chapter 5: Organizational Experience Provide a description of relevant organizational experience, especially in engagements of similar size and scope that are currently being serviced or took place within the last five years, from the same office that will serve the City. Describe briefly the nature of services provided to each organization listed. Include a clear statement of your firm’s specific role in the engagement. Limit your response to five pages. Identify specific projects, dates and results. Include the following information: o The client name, type of organization (i.e. private enterprise, municipality; state, county, city, town, etc.), address, telephone number, email and a contact person. o A brief description of the system provided and services performed. o The contract period and duration. If the engagement is on-going include the start date of service, percent of contract completed-to-date and estimated completion date. o The name of your Project Manager overseeing the project. o Describe any extra services added after contract execution. The City may utilize additional sources of information about your qualifications. Chapter 6: Organizational Chart and Project Team Submit an organizational chart showing the name of the Project Manager, other key personnel, and all supporting staff to be assigned to the project. The team should demonstrate capabilities, experience, and qualifications sufficient to successfully perform the scope of work included in this RFP. The City reserves the right to approve the final staffing plan. Identify the key project team staff. Include the members’ qualifications, experience and training that will benefit the project. Additionally, describe examples of past projects where the team has successfully provided services similar to those requested in this RFP. Include applicable Packet Pg 120 7 Page 17 PARCS RFP – specification no. 91545 projects in Chapter 5: Organizational Experience and Chapter 7: References. Limit your response to three pages plus resumes. Chapter 7: References Provide three references from similar projects and clients. Limit your response to five pages. All of your references shall be listed as engagements in Chapter 5: Organizational Experience. At least two of the three references shall be municipalities and/or universities. For each reference, provide a description of the software provided and services performed. Elaborate on the information provided in Chapter 5: Organizational Experience, if necessary. Chapter 8: Customer Service and Technical Support Provide a description of the customer service features and technical support abilities of the Proposer. Include any training and staff development that would benefit the City or its customers. Any additional features that would be relevant can also be included here. (i.e. IVR systems, websites, etc.) Chapter 9: Sub Proposers (if any) Identify any sub-Proposers 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-Proposers, and the City will only process claims and payments to the Proposer. A list of sub-Proposers to be hired shall be submitted as a part of the proposal. Also disclose whether or not the sub Proposer is a subsidiary or is financially tied to the Proposer in any other manner. Use of sub-Proposer does not relieve the Proposer of overall responsibility. City reserves the right to approve all proposed sub-Proposers. Chapter 10: System Specifications Submit a detailed description of your Parking Enforcement and Management System. Limit your response to ten pages. At a minimum include: o A narrative overview of your system and its functionality. o A listing and brief description of all software included and hardware required. o The benefits of your system and how it will meet and/or exceed the scope of services. o Detail the new processes and workflows the City will need to adopt to use your system. o Describe any integration you have with other related products as well as the customization possibilities with your system. o Features exclusive to your system. Chapter 11: Implementation Submit an overview of your approach to implementation. Limit your response to ten pages. At a minimum, include: o A project schedule including phases, activities, tasks, training, milestones, decision points, deliverables, etc. o A description of how your project management will keep the implementation on schedule and ensure the end result is a satisfactorily functioning system. o Expected use of City resources including City hardware and assistance from City Staff. o Information or data to be used or obtained from the City. Packet Pg 121 7 Page 18 PARCS RFP – specification no. 91545 Chapter 12: Risks Identify in detail any anticipated or potential concerns or risks in implementing your system; your approach to resolving these concerns; and any special assistance required from the City. Limit your response to two pages. Chapter 13: Disclosure of Contract Failures and Litigation Disclose any alleged significant prior or ongoing contract failures, contract breaches, any civil or criminal litigation or investigation pending which involves your firm or in which your firm has been judged guilty or liable, or which may affect the performance of the services to be rendered herein, in which your firm, any of its employees, sub-Proposers, or sub consultants is or has been involved in within the last three (3) years. Chapter 14: Proposer’s Financial Stability Assurance o Provide a statement stating to the City that you are financially stable and have sufficient financial resources to complete a project of this scope. o Provide evidence of your financial stability and sufficient financial resources to complete a project of this scope. o Identify any anticipated changes of ownership or control of your company. Chapter 15: Fee Proposal Include detailed pricing information for Parking Access Revenue Control System as described in this RFP. Quote fees as all inclusive, not-to-exceed, fixed fees for each relevant aspect of the Parking Access Revenue Control System. The fee could be a one-time fee, fee per use, fee per year, fee per contract period, fee per citation issued, percentage of revenue generated via citations, etc. Clearly explain your pricing model. The City will consider alternative pricing models. Also, identify all other costs beyond the usage cost such as a fee for training, system maintenance, etc. As noted above, prepare the fee proposal as all inclusive, not-to-exceed, fixed fees: o All Inclusive – Covers all direct and indirect expenses incurred by the Proposer including but not limited to; travel, telephone, copying and other out-of-pocket expenses. o Not-To-Exceed – The actual fees shall not exceed the amount specified in fee proposal. o Fixed Fee – All prices, rates, fees and conditions outlined in the proposal shall remain fixed and valid for the entire length of the contract and any/all renewals. Provide exact fees - not a range. Take advantage of the opportunity to ask questions and receive answers to gain clarification. Furthermore, document any significant assumptions for arriving at fee estimates. You are responsible for verifying the correctness of calculations in your fee proposal. Each of the following is a component of the fee proposal. Proposers shall provide a numerical fee and narrative explanation for each component. Provide as much detail as possible in your narrative responses. o Software/Product Licenses – List separately the software/product or similar licenses required and associated fees, whether ongoing or onetime. Describe your pricing scheme for licenses (e.g. per user? Per machine? Etc.). Packet Pg 122 7 Page 19 PARCS RFP – specification no. 91545 o Project Management – List the fees for time and resources used organizing, overseeing and communicating about the project. o Travel – List the fees for visits to the City for onsite training, planning, go-live, etc. List travel fees as a not-to-exceed travel allowance. o Design/Planning – List the fees for time spent working with the City in determining workflows, analyzing processes, planning, envisioning how the system will work and documenting the system. Also include the fees for determining the appropriate technical architecture and infrastructure for the City. o Equipment Fees – List the fees for hardware the City will need to purchase in order to implement and maintain your solution. o Customizations –These fees are for modifications and customizations, beyond basic configuration, that Proposer can make to their system in order to fulfill City requirements. o Interface Development – List the fee for interfacing to existing or outside systems identified by the City. o Data Conversion – The fee to move and convert historical data from the exis ting system into your solution. o Training – Provide the total fees for training and detail the number of hours and rate for standard and additional training. List differences, if any, in the hours or rates for training different types of end-users (i.e. those that may only use one module of the system versus those “power-users” that would learn each and every part of the system). o Deployment (Installation) – Detail the fees of deploying the system including the testing and user acceptance processes. o Support and Maintenance – Present the fees of ongoing support and maintenance for your system. If you offer different levels of support, price the level of support that you recommend the City purchase. Furthermore, provide detailed fees for all levels of support and maintenance you offer. Support and maintenance fees should start in Year 1, which is the first 365 days after the system is live and accepted by the City. If you propose support and maintenance fees during the implementation phase explain why support and maintenance is necessary on a system that is not yet operating. The City will only pay support and maintenance on the portions of the system that are satisfactorily functioning, accepted and put into use by the City. Proposer shall continue to support a ll the software and licenses they are proposing. The City requires Proposer to quote Support and Maintenance for a minimum of five (5) years. Proposer is encouraged to quote Support and Maintenance fees beyond year five, for as many years as they are willing to include in the contract. o Upgrade Fees – If not included in Support and Maintenance provide the fees for future upgrades. If upgrades of your software are bundled with the support and maintenance , indicate so in the Support and Maintenance section. The term “upgrade” is used generically here for any future improvement made to the system, major or minor. In your response be sure to define, in detail, your usage of the terms; upgrade, update, version, enhancement, patch, fix, etc., when describing fees and offerings. If you have different levels of support and maintenance – some that do not include upgrades and others that do, provide the fees for what you recommend the City purchase, but provide details for all options as an additional narrative. Packet Pg 123 7 Page 20 PARCS RFP – specification no. 91545 o Other Fees – Detail any and all other fees associated with your system. You must provide line-item detail and descriptions. Be specific in matching fees with specific activity. If you are proposing an alternate price model describe it in detail here. o City Support – Provide the number of City staff and hours needed to support your implementation. Detail the tasks they will be expected to perform. o Ongoing Professional Services & Support – Please include the discounted hourly rate for professional services and support. Include the different rate classes or titles as appropriate. The City reserves the right to make an award without further discussion of the fee proposal submitted. Therefore, the Proposer should submit the fee proposal on the most favorable terms they can offer. However, this does not limit the City from negotiating with the selected Proposer. Fees will be evaluated on both initial and ongoing fees. The financial evaluation will be based on the total (life cycle) fee of ownership for the system over a period of up to ten (10) years, or longer if determinable. The fees used will be those provided by Proposer and as established by the City for hardware/software and system operations. Configuration Adjustment: The City reserves the right to select and exclude any software for the acquisition regardless of the configuration proposed. As part of the evaluation process, the City may find it necessary to add or delete software or services from proposals to make equivalent comparisons. A finalization of the specifications and scope of services is expected as a part of final contract negotiation or through a Best and Final Offer (BAFO) process. By the BAFO the Proposer(s) remaining in the process will have met with the City and or demonstrated their product g iving them the opportunity to obtain a complete understanding of all requirements. Chapter 16: Additional Required Forms and/or Attachments Include the following required forms and/or attachments to your Proposal. Forms are included in the RFP. o Form A – Signature Affidavit – A company representative with authority to bind the Proposer to the City by contract shall sign the form, attesting the proposal has been submitted in conformance to stated requirements. o Form B – Vendor Profile – complete the information about your firm. o Form C – References o Form D – Statement of Past Contract Disqualifications o Form E – Cost Proposal Submittal Form o Form F – Optional Cost Proposal Submittal Form o Form G – Intent to Respond Packet Pg 124 7 Page 21 PARCS RFP – specification no. 91545 FORM A: SIGNATURE AFFIDAVIT Note: This form must be returned with your response. In signing proposals, we certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit proposals, that proposals have been independently arrived at, without collusion with any other Proposers, competitor or potential competitor; that proposals have not been knowingly disclosed prior to the opening of proposals to any other Proposers or competitor; that the above statement is accurate under penalty of perjury. The undersigned, submitting this proposal, hereby agrees with all the terms, conditions, and specifications required by the City in this Request for Proposal, declares that the attached proposal and pricing are in conformity therewith, and attests to the truthfulness of all submissions in response to this solicitation. Proposers shall provide the information requested below. Include the legal name of the Proposer and signature of the person(s) legally authorized to bind the Proposers to a contract. SIGNATURE AND DATE OF AUTHORIZE REPRESENTATIVE PRINT NAME: __________________________________________________ FIRM (PROPOSER) NAME: ________________________________________ Packet Pg 125 7 Page 22 PARCS RFP – specification no. 91545 FORM B: VENDOR PROFILE Company Information Company Name (Proposer) FEIN: (If FEIN is not applicable, SSN collected upon award) Contact Name Title Telephone ( ) Fax ( ) Email Address City State Zip Primary Individual Contact Information Contact Name Title Telephone ( ) Fax ( ) Email Address City State Zip Packet Pg 126 7 Page 23 PARCS RFP – specification no. 91545 FORM C: REFERENCES Describe fully three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Two of the three shall have been in a Municipal or University setting. Attach additional pages if required. The City reserves the right to contact references listed for additional information regarding your firm's qualifications. Reference No. 1 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of services Project Outcome Packet Pg 127 7 Page 24 PARCS RFP – specification no. 91545 Reference No. 2 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of services Project Outcome Packet Pg 128 7 Page 25 PARCS RFP – specification no. 91545 Reference No. 3 Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of services Project Outcome Packet Pg 129 7 Page 26 PARCS RFP – specification no. 91545 FORM D: 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, p roject 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 Representative of Proposer ___________________________________________ Print name of Authorized Representative of Proposer Packet Pg 130 7 Page 27 PARCS RFP – specification no. 91545 FORM E: COST PROPOSAL SUBMITTAL FORM The City is requesting proposals for a Parking Access Revenue Control System (PARCS). Each Proposer 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. Example Fee Table for Cost Proposal Submittal Time Period Category Pre Go-Live Post Go-Live Year 1 Year 2 Year 3 Year 4 Year 5 Software/Product Licenses $ $ $ $ $ $ Project Management Travel Design/Planning Equipment/Hardware Spare Components Customizations Interface Development Data Conversion Training Deployment (Installation) Construction Support & Maintenance Upgrade Fees Alternatives Other Fees Total Fee $ $ $ $ $ $ As noted above, prepare the fee proposal as all inclusive, not-to-exceed, fixed fees:  All inclusive – Covers all direct and indirect necessary expenses included but not limited to: travel, telephone, copying, and other out-of-pocket expenses  Not-to-exceed – The actual fees shall not exceed the amount specified in Fee Proposal  Fixed Fee – All prices, rates, fees, and conditions outlined in the proposal shall remain fixed and valid for the entire length of the contract and any/all renewals. Packet Pg 131 7 Page 28 PARCS RFP – specification no. 91545 FORM F: OPTIONAL COST PROPOSAL SUBMITTAL FORM As part of the Parking Access Revenue Control System (PARCS), some spare or additional equipment or services may be added by the City. By inclusion of Form F, City is not required to purchase, lease or otherwise acquire any hardware, software, training, or other services specified in this section. Complete table with per unit costs/fees: Entrance Station EA $ Parking Gate EA Pay-On-Foot Station EA Exit Station EA Point-of-Sale Terminal EA Validator Device EA LED Open/Full Traffic Control Sign EA Proximity Card Reader EA Loops and Detectors EA Intercom EA Software/Product License EA Other 1 (specify): EA Other 2 (specify): EA Other 3 (specify): EA Packet Pg 132 7 Page 29 PARCS RFP – specification no. 91545 FORM G: INTENT TO RESPOND Note: Please return the form indicating whether you intend to submit a proposal. Please complete and then return this form via email: NO LATER THAN: Thursday June 15, 2017 ATTN: Parking Services – PARCS RESPONSE Email: ParkingInfo@SLOCity.org Company Name: ______________________________________________________ Contact Name: ______________________________________________________ Contact Title: ______________________________________________________ Address: ______________________________________________________ ______________________________________________________ Contact telephone: ______________________________________________________ Contact Email: ______________________________________________________ Main telephone: ______________________________________________________ Fax: ______________________________________________________ Mark ONLY one of the following: We DO PLAN to respond and submit a proposal to this RFP We DO NOT plan to respond to this RFP Packet Pg 133 7 Page 30 PARCS RFP – specification no. 91545 Appendix A: FORM OF AGREEMENT (SAMPLE) 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 shal l 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 [ ] [ ] [ ] [ ] 1. 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 APPROVED AS TO FORM: CONTRACTOR _____________________________________ By: ___________________________________ City Attorney AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [date], by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City requested proposals for a Parking Access and Revenue Control System (PARCS) per Specification No. 91545. WHEREAS, pursuant to said request, Contractor submitted a proposal which was accepted by City for said [supplies, equipment, services, project, whatever]. 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, until acceptance or completion of said [supplies, equipment, services, project, whatever]. 2. INCORPORATION BY REFERENCE. City Specification No. 91545 and Contractor's proposal dated [date], are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing [supplies, equipment, services, project, whatever] as specified in this Agreement, City will pay and Contractor shall receive therefor compensation in a total sum not to exceed [$ .00]. 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 the said specification. 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Council [or other official] of the City. 2. Packet Pg 134 7 Page 31 PARCS RFP – specification no. 91545 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 [ ] [ ] [ ] [ ] 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 APPROVED AS TO FORM: CONTRACTOR _____________________________________ By: ___________________________________ City Attorney Packet Pg 135 7 Page 32 PARCS RFP – specification no. 91545 Appendix B: INSURANCE REQUIREMENTS The Proposer 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 Proposer, its agents, representatives, employees or sub Proposers. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. 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). 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. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Consultant 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. 4. Errors and Omissions Liability: $1,000,000 per occurrence. 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 Consultant 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 Consultant; products and completed operations of the Consultant; premises owned, occupied or used by the Consultant; or automobiles o wned, leased, hired or borrowed by the Consultant. 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 Consultant'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, Packet Pg 136 7 Page 33 PARCS RFP – specification no. 91545 employees, agents or volunteers shall be excess of the Consultant's insurance and shall not contribute with it. 3. The Consultant'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. The Consultant agrees to notify the City in the event that the policy is suspended, voided or reduced in coverage or limits. A minimum of 30 days prior written notice by certified mail, return receipt requested, will be provided. 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. Consultant 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 coverag e on its behalf. All endorsements are to be received and approved by the City before work commences. Sub-consultants. Consultant shall include all sub-consultants as insured under its policies or shall furnish separate certificates and endorsements for each sub-consultant. All coverages for sub-consultants shall be subject to all of the requirements stated herein. Packet Pg 137 7 Page 34 PARCS RFP – specification no. 91545 Appendix C: Parking Structure Information Structure Location 842 Palm Street Parking Structure 919 Palm Street Parking Structure 871 March Street Parking Structure Hours of Operation 8:00am to 7:00pm Mon - Wed 8:00am to 7:30pm Mon thru Wed 8:00am to 10:30pm Mon thru Wed 8:00am to 11:00pm Thurs thru Sat 8:00am to 11:00pm Thurs thru Sat 8:00am to 11:30pm Thurs thru Sat 1:00pm to 6:00pm Sunday 1:00pm to 6:30pm Sunday 1:00pm to 6:30pm Sunday Opened 1988 2006 1990 (Expansion opened in 2002) Square Footage 130,000 98,000 plus 16,000 retail space 110,00 sqft, 15,000 retail, 4,000 office Number of Spaces 413 242 (192) for public use 252 (Expansion 268) total 520 Number of Levels 4 4 public, 1 office, 1 employee parking 4 Number of Stair Wells 3 2 3 Number of Elevators 0 2 2 Type of Elevator N/A Hydraulic Hydraulic Equipment Manufacturer Federal APD Federal APD Federal APD Lane Equipment Barcode SST-Magstripe Barcode Gate Manufacturer G-90 CD Series Barrier Gate G-90 CD Series Barrier Gate G-90 CD Series Barrier Gate No. of Gates 2 in 2 out (1 Reversible) 2 in 2 out (1 reversible) 2 in 3 out No. of Card Readers 2 in 2 out (1 Reversible) 2 in 2 out (1 reversible) 2 in 3 out Type of Card Reader HID-Max Prox 12" x 12" HID-Max Prox 12" x 12" HID Max Prox 12" x 12" No. of Tickets Issued Per Year 300,000 200,000 400,000 No. of Full Signs 2 2 1 Proxcard Type HID Part #1326LMSMV HID Part #1326LMSMV HID Part #136LMSMV Ticket Spitter Information TD-249 TD-249 TD-249 Exit Ticket Spitter Information N/A SST Exit Verifier Model #ML- 3000 N/A Cash Register Auditor Powerpad Fee Computer Auditor PowerPad Fee Computer Auditor PowerPad fee Computer Interface Program ScanNet Central Mgnt System ScanNet Central Mgnt System ScanNet Central Mgnt System Packet Pg 138 7 Page 35 PARCS RFP – specification no. 91545 Appendix D: FUNCTIONAL AND TECHNICAL REQUIREMENTS It is the intent of the City to have incorporated, included or provided as many as possible of the following functional and technical requirements in the Proposer’s solution provided herein. The City reserves the right to remove, add or prioritize any and/or all requirements contained herein without prior notice to Proposers. This list is not prioritized but only generally functionally grouped together. GENERAL REQUIREMENTS The system shall be a gated PARCS with the following subsystems: 1. Central Management System (CMS): CMS shall be a network consisting of server, task or subsystem computers, and workstations that provide on-line monitoring and control of all PARCS devices. Through information generated by the system reports, complete CMS shall be capable of: a. Correlating Revenue Control System (RCS) and Access Control System (ACS) entries and exits with vehicles present; b. Reconciling time parked with revenue generated; c. Providing independent and consolidated occupancy and activity counts for RCS and ACS systems; and d. Monitoring of all lane equipment. 2. Revenue Control System (RCS): For parkers who pay for parking on each visit, an RCS in a pay- on-foot (POF) and pay-at-exit (PAE) configuration shall be deployed. 3. Access Control System (ACS): For regular parkers who will either prepay or prearrange for payment of contract and/or monthly parking, an ACS using proximity reader technology shall be provided as specified herein. Payment shall be made either through automatic credit card charge or through manual payment. These parkers shall bypass ticket/cash payment system. 4. Primary components of the integrated system shall include: a. CMS, including all required hardware and software. b. RCS consisting of entrance stations, exit stations, automated payment machines and machine-readable fee computers. c. ACS consisting of proximity card, local controllers and central computer with software and associated peripherals. d. Barcode Reader System as follows: i. At entrance stations and exit stations to accommodate on-line reservation program utilizing barcode passes. ii. At automated payment machines, entrance stations, exit stations and machine readable fee computers to apply barcode validations to patron tickets. e. A mass validator as specified herein. f. Parking barrier gates for gated control points. 5. Additional components and accessories include: a. Loop detectors b. Fee displays c. Initial supply of operating stock items Packet Pg 139 7 Page 36 PARCS RFP – specification no. 91545 d. Spare components and parts e. Machine readable validation devices (off-line validators) f. Dynamic message signs g. Telephone dialer intercoms 6. Base system Configuration: a. System shall consist of all lane equipment as indicated on the construction documents. Documents for a total of three (3) facilities are to be included. b. Remote gate up control for all lanes shall be via CMS computer c. Each structure shall be a separate parking zone for occupancy and count purposes. 7. Central Management System Server and Software: a. Central management system server(s), ACS controllers, and related task/subsystem controllers shall be furnished and installed in the Server Rooms located at the Marsh Street Structure. b. CMS Server(s) to be rack mounted pm server racks provided by City of SLO. c. All necessary PARCS CMS software shall be provided including but not limited to Revenue Control, Access Control, Credit Card Software, Count, Database, Application, PCI and any and all software necessary to provide a fully operation PARCS with full PCI compliance. d. The server and/or workstation computers will be used for system administration, programming and consolidation of data. e. Final location of servers is to be coordinated with City of SLO. 8. System Workstations: a. System workstations to be provided at the Parking Services Office located at 1260 Chorro Street. Final location within office to be coordinated with the City of SLO. 9. Remote Workstations: a. Provide software to allow users to use their existing desktop computers or laptops to access the system server via a web browser application and an existing network. b. Workstations connected via a web browser or network shall have all the functionality of a regular workstation connected to the PARCS network. c. Provide license/software for five (5) remote locations at locations to be determined by the City of SLO. 10. System Architecture: a. System architecture shall be similar to existing as illustrated herein. System shall include automatic fail-over capacity. 11. Parking Management Office: a. Software and other accessories shall be furnished in the Parking Services Office. b. Location in the Parking Services Office shall be coordinated and selected by the City of SLO. 12. Electronic On-Line Validation System: a. System shall incorporate an electronic on-line validation system as specified herein. Packet Pg 140 7 Page 37 PARCS RFP – specification no. 91545 13. System Expansion: a. System shall be designed to be expandable to include any and all of the following: i. Minimum of ten (10) facilities including surface parking lots and structures. ii. Integrated parking guidance by facility of individual parking stall iii. Additional APM locations iv. ACS utilizing an automatic vehicle identification reader technology v. ACS utilizing long range proximity card technology vi. Each APM, ENX, EXS and fee computer shall be expandable to accept credit card chip, pin payment, phone payment and other additional payment technologies. 14. Other: a. New loops to be provided at all lanes to facilitate new equipment operations. A total of two (2) loops per lane shall be included with bids. Contractor shall specify additional loops with bid, if required. Existing loops are not to be reused. Cut, wire and seal all new loops. b. Provide barrier gates with straight or articulating gate arms, as required in sufficient length to prevent vehicles from exiting when in the closed position. c. All ENS’s, EXS’s, APM’s and Fee Computers to be equipped with barcode readers. d. All ENS’s, EXS’s and APM’s to be equipped with voice over IP intercom units. Intercom system shall ring at the Parking Services Office and/or locations at times as programmed by the City of SLO. e. Bidder to provide on faceplate of each ENS, EXS and APM adjacent to intercom push button to identify location of patrons. Number format to be determined by the City of SLO. f. Bidder to reuse existing or provide new protective bollards as determined by City of SLO to protect all equipment. Proposer shall provide all 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, and any other items required to perform services related to this RFP. WORK SHALL INCLUDE: 1. The design, fabrication, delivery and installation of all new PARCS equipment as described herein. All equipment shall comply with all applicable codes and standards including State and Americans with Disabilities Act. 2. Bidder shall include all required power conditioners in bid amount if PARCS system or any component thereof requires power differing from that currently existing at eac h site. Packet Pg 141 7 Page 38 PARCS RFP – specification no. 91545 3. Provide information to the City of SLO about type, and location of high speed data communications lines needed for credit card processing system within three weeks after notice to proceed. The City of SLO to provide high speed communication lines from system server locations to each facility. 4. Remove from site all existing parking equipment and coordinate disposal with the City of SLO. 5. Replace all device control and communications wiring in existing conduit to existing lanes and provide all additional communications wiring required for manufacturers system architecture and design. Bidder shall include all communications wiring and any additional power wiring and conduit required by Bidder’s system in bid amount. 6. Bidder will work with the City of SLO IT department to verify and identify available fiber to be used. 7. Terminate and connect all communications and power cabling. Install all Bidder supplied equipment and the interconnection with and City of SLO supplied equipment. Furnish and install all network and internet connection devices, electronics, and equipment for communications network. 8. All conduit added to existing islands or paving shall be cut into concrete or asphalt and patched. Packet Pg 142 7