Loading...
HomeMy WebLinkAbout05-16-2017 Item 06 Authorize award of contract for parking enforcement management system (pems), specification no. 91495 Meeting Date: 5/16/2017 FROM: Daryl Grigsby, Director of Public Works Prepared By: Scott Lee, Parking Services Manager SUBJECT: AUTHORIZE AWARD OF CONTRACT FOR PARKING ENFORCEMENT MANAGEMENT SYSTEM (PEMS), SPECIFICATION NO 91495 RECOMMENDATION Authorize the City Manager to enter into contract with PassportParking, Inc. for the Parking Enforcement Management System (PEMS), Specification No. 91495, for a five- year period. DISCUSSION The City’s contract for parking citation processing was signed in May 2005 for a five-year agreement with Phoenix Group, and the City extended the contract until June 30, 2014. Since then the vendor has been working on a month-to-month basis. On December 1, 2015, the Council approved an RFP for citation processing and directed staff to circulate for a new vendor. That process was later suspended, and the project RFP was recirculated with language changes to clarify and define deliverables in line with better industry systems and processing abilities that were not addressed in the previous RFP language. The RFP language has been revised and retitled Parking Enforcement Management System (PEMS) to conform with industry terminology and was recirculated. The City received eight (8) proposals for the RFP. A ranking committee was formed that reviewed all eight proposals and created a short list of vendors (three) that were subsequently invited for in person interviews and demonstrations. PassportParking, Inc. was ranked highest by the in-person interview panel in delivering the needed services for citation processing management for the City. Passport demonstrated superior service levels along with customizable reporting abilities that will meet the City’s needs. Staff recommends that the City Council authorize the City Manager to award the contract and enter into a new contract with PassportParking, Inc. for five (5) years, with two, 2-year options available at the discretion of the city. FISCAL IMPACT Parking citation processing services are paid out of the Parking Program Contract Services account. It is estimated that parking citation processing services will cost approximately $65,000 each year. There is currently $68,500 allocated in FY 16-17 and budgeted funding is proposed to continue on an ongoing basis with the proposed amounts in the FY 17-19 Financial Plan for the next two years. Net parking citations revenues for FY 2015-16 were $579,823. Packet Pg 35 6 ALTERNATIVES 1. Evaluate the option of processing parking citations in-house. Staff recommends against this alternative due to lack of staff resources, DMV credential obligations, Payment Card Industry (PCI) compliance requirements and credentials, and database development and collection follow-up services required. Due to this intense service and lack of staff resources, a majority of California cities contract parking citation processing services to an outside firm. 2. The City Council could continue on a month-to-month agreement with Phoenix Group. This alternative is not recommended since it is a best practice to conduct a competitive process to secure a new vendor which is consistent with State and City requirements. Attachments: a - 2016 Parking Citation Processing Services RFP - FINAL 08-09-2016 b - Proposed Passport Contract 03-30-2017 Packet Pg 36 6 Page 1 990 Palm Street  San Luis Obispo, CA 93401 Notice Requesting Proposals for PARKING ENFORCEMENT AND MANAGEMENT SYSTEM Specification No. 91495 The City of San Luis Obispo is soliciting proposals from qualified vendors for a Parking Enforcement and Management System, pursuant to Specification No. 91495. 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, September 15, 2016. 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 1.13 Packet Pg 37 6 Page 2 Specification No. 91495 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 ............................................................................................................................. 8 Packet Pg 38 6 Page 3 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 ................................................................................................................................ 9 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. Overview ........................................................................................................................................ 11 4.2. Calendar of Events ......................................................................................................................... 11 4.3. Background .................................................................................................................................... 12 4.4. Objectives ....................................................................................................................................... 12 4.5. Functional and Technical Requirements ........................................................................................ 13 4.6. Scope of Work ................................................................................................................................ 13 4.7. Selection Process ............................................................................................................................ 13 5. REQUIRED SUBMITTALS AND CONTENT OF PROPOSALS .............................................. 14 Chapter 1: Title Page ...................................................................................................................... 14 Chapter 2: Table of Contents ......................................................................................................... 14 Chapter 3: Executive Summary ...................................................................................................... 14 Chapter 4: Project Manager ........................................................................................................... 15 Chapter 5: Organizational Experience ........................................................................................... 15 Chapter 6: Organizational Chart and Project Team ...................................................................... 15 Chapter 7: References ......................................................................................................................... 16 Chapter 8: Customer Service and Technical Support ..................................................................... 16 Chapter 9: Sub Proposers ............................................................................................................... 16 Chapter 10: System Specifications ................................................................................................. 16 Packet Pg 39 6 Page 4 Chapter 11: Implementation .......................................................................................................... 16 Chapter 12: Risks ............................................................................................................................ 17 Chapter 13: Disclosure of Past Contract Failures and Litigation .................................................... 17 Chapter 14: Proposer’s Financial Stability Assurance .................................................................... 17 Chapter 15: Fee Proposal ............................................................................................................... 17 Chapter 16: Additional Required Forms ......................................................................................... 19 REQUIRED FORMS ................................................................................................ 20 FORM A: SIGNATURE AFFIDAVIT ......................................................................................................... 20 FORM B: VENDOR PROFILE ............................................................................................................ 21 FORM C: REFERENCES .................................................................................................................... 22 FORM D: STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ................................................ 25 FORM E: COST PROPOSAL SUBMITTAL FORM .............................................................................. 26 APPENDICES ...................................................................................................... 27 APPENDIX A: SAMPLE AGREEMENT ............................................................................................... 27 APPENDIX B: INSURANCE REQUIREMENTS .................................................................................... 37 APPENDIX C: SAMPLE PRINTED PARKING CITATION ..................................................................... 39 APPENDIX D: CURRENT BAIL SCHEDULE ........................................................................................ 40 APPENDIX E: SAMPLE CITATION CONTEST FORM ......................................................................... 43 APPENDIX F: CURRENT CITATION AGING REPORT ........................................................................ 44 APPENDIX G: FUNCTIONAL AND TECHNICAL REQUIREMENTS ..................................................... 45 Packet Pg 40 6 Page 5 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 Enforcement and Management System. 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 The contract term shall be for a period of five (5) years (“initial term”). The City will have the option of two (2) additional two-year renewal options at the sole discretion of the City. 1.3 Important Dates Deliver proposals no later than the due date and time indicated below. The City will reject late proposals: Issue Date: August 11, 2016 Due Date: September 15, 2016 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 # 91495 Title: Parking Enforcement and Management System DUE: September 15, 2016 1.6 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. Packet Pg 41 6 Page 6 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 statement of qualifications and references on the for m 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 return ed 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. 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. Packet Pg 42 6 Page 7 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 proposals 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 90 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 obligations following award of the RFP. By submitting a proposal, Proposers affirm their willingness to enter into a contract containing these terms. Packet Pg 43 6 Page 8 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 resulting 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 fu lfill 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 al l applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 3.3 Payment of Taxes The contract prices shall include full compensation for all taxes that the Proposer is required to pay. Packet Pg 44 6 Page 9 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 condition 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. 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). Packet Pg 45 6 Page 10 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 individual 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. 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, respon sibilities, or rights under the contract except, however, any and all obligations of the Proposer's surety shall Packet Pg 46 6 Page 11 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 Overview The City of San Luis Obispo (“City”) is soliciting proposals from qualified vendors (“Proposers”) for a Parking Enforcement and Management System (PEMS) to improve operations through the use of a comprehensive parking management system that will provide the latest enforcement technology, citation management, and payment management. Additionally, this project includes professional services for product implementation, warranty, user training, maintenance and support. The City requires well-managed and financially sound Proposers with demonstrated skills and 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 Parking Enforcement and Management Systems will be considered during this proposal process. 4.2 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, August 11, 2016 Issue date of RFP Thursday September 15, 2016 3:30pm PST Proposals due Packet Pg 47 6 Page 12 September – October 2016 Evaluation of proposals October – November 2016 Interviews and Recommendations November 2016 Negotiation and award contract November - December 2016 Contract Routing to City Council December 2016 Contract Award January 2017 Contract begins 4.3 Background The City of San Luis Parking Services Division, in conjunction with the Police Department, is responsible for the oversight and management of parking enforcement operations, citation management, payment management, and towing and impoundment of vehicles. The Parking Enforcement and Management System will maintain all information related to citations including tracking payments, late notices, and registration suspensions. The City issues parking citations to vehicles in violation of the San Luis Obispo Municipal Code and/or California Vehicle Code. The majority of these citations are issued using hand- held devices and printers but some manual (hand written) citations are issued. Citations are placed on the vehicle, and notices are mailed to the registered owner as determined through Department of Motor Vehicle databases. The Parking Services Division enforces all parking violations throughout the city, which consists of metered enforcement, on-street and off-street parking violations, residential parking area violations, impoundment of vehicles, and private property violations. Parking enforcement operations occur 24/7/365. The current enforcement system consists of handheld citation writers that interface with the vendor’s records management system. There are approximately 1,500 on-street spaces controlled by stand-alone parking meters. The City issues an average of 25,000 parking citations annually generating approximately $800,000 in revenue. Payments for parking citations are accepted via U.S. mail, online, and in person. Residential permits are issued to those who reside within a specific residential district. The City wishes to explore the use of a hosted (web or cloud based) Residential Parking Permit program that allows residents to purchase permits on-line and print temporary parking permits in the future until the permanent permit has been issued. Furthermore, the City is interested in the PEMS system integrating the Residential Parking Permit program. 4.4 Objectives The City seeks to achieve the following objectives through the acquisition and implementation of the solution: o Provide an integrated and efficient system for Parking Enforcement operations. o Provide functional, reliable, and “state of the art” handheld devices and printers. o Provide customers with “easy to use” payment processes or options. Packet Pg 48 6 Page 13 o Provide real-time citation information for City staff and customers. o Provide decision-quality management reporting for business analysis, problem resolution, overall efficiency, etc. o Provide all these on a hosted or cloud based platform maintained and hosted by the Proposer. 4.5 Functional and Technical Requirements The requested Functional and Technical Requirements are further described in Appendix G: Functional and Technical Requirements. These include the areas of: Parking Enforcement, Handheld Devices, Citation Management, Payment and Billing Management, Online (Web) and IVR Payments, Reports, Letters and Notifications and Maintenance and Support. Appendix G includes a list of the features the City is interested in obtaining in the PEMS System. This list is not intended to be a complete or prioritized list, and may be amended by the City without notice. 4.6 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 PEMS 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 This Request for Proposal (RFP) is for a fully outsourced or hosted Parking Enforcement and Management system. The term of the Agreement shall be five (5) years with the City having the option to renew for a minimum of two (2) additional two-year terms. 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. See attachments for a sample printed parking citation (appendix C) and citation aging information (appendix F). 4.7 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 Proposers demonstrate their product either as part of the interview process or Packet Pg 49 6 Page 14 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 se lected 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 unsuccessfu l, 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, a t 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 50 6 Page 15 o Briefly describe your firm’s organization and size (e.g. local, regional, national and international) in relation to providing Parking Enforcement and Management Systems similar to the services described in this RFP. o Your experience including the number of years in business, and in the provision of Parking Enforcement and Management 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 51 6 Page 16 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 52 6 Page 17 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 Enforcement and Management System as described in this RFP. Quote fees as all inclusive, not-to-exceed, fixed fees for each relevant aspect of the Parking Enforcement and Management 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 53 6 Page 18 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 existing 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 diffe rences, 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 all the software and licenses they are proposing. The City requires Proposer to quote Support and Maintenance for a minimum of the initial contract term (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 54 6 Page 19 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) p rocess. By the BAFO the Proposer(s) remaining in the process will have met with the City and or demonstrated their product giving 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 Packet Pg 55 6 Page 20 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 al l 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 56 6 Page 21 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 57 6 Page 22 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 58 6 Page 23 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 59 6 Page 24 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 60 6 Page 25 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, 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 Representative of Proposer ___________________________________________ Print name of Authorized Representative of Proposer Packet Pg 61 6 Page 26 FORM E: COST PROPOSAL SUBMITTAL FORM The City is requesting proposals for Parking Enforcement and Management System. 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. Item Description- Citation Processing Total Cost Estimate Five Year Term (2017-2021) $ First-Two Year Option Term (2022-2023) $ Second-Two Year Option Term (2024-2025) $ Item Description- Residential Parking Permit Program (OPTIONAL) Total Proposed Cost Estimate Five Year Term (2017-2021) $ First-Two Year Option Term (2022-2023) $ Second-Two Year Option Term (2024-2025) $ Packet Pg 62 6 Page 27 Appendix A: FORM OF AGREEMENT (SAMPLE) AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, year] by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONSULTANT’S NAME IN CAPITAL LETTERS], hereinafter referred to as Consultant. W I T N E S S E T H WHEREAS, on [date], requested proposals for Parking Enforcement and Management System per Specification No. 91495. WHEREAS, pursuant to said request, Consultant submitted a proposal that was accepted by City for said services. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. Term. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance or completion of said services. 2. Start and Completion of Work. Work on this project shall begin within X calendar days after contract execution and shall be completed within X calendar days thereafter. 3. Contract Term for On-Call Service Contracts. The services identified in this specification will be used by the City between [month/year] and [month/year]. 4. Contract Extension and Cost Increases for On-call Service Contracts. The term of the contract may be extended by mutual consent for an additional year. During this extended period, labor rates may be increased to reflect increased labor costs and overhead at each 1 year contract anniversary, provided the City is notified of the increases in advance. Rates may be increased to reflect actual cost increases up to a percentage equal to the percentage increase in the U.S. Consumer Price Index/All Urban Consumers (CPI -U) from March in the previous year to March in the year of adjustment upon request of Contractor. 5. Work Delays. Should the Consultant 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 Consultant. 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 63 6 Page 28 6. Termination. If, during the term of the contract, the City determines that the Consultant is not faithfully abiding by any term or condition contained herein, the City may notify the Consultant in writing of such defect or failure to perform. This notice must give the Consultant a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Consultant 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 Consultant 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 Consultant'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 Consultant 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 Consultant as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Consultant shall be based solely on the City's assessment of the value of the work-in-progress in completing the overall workscope. 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 Consultant be entitled to receive in excess of the compensation quoted in its proposal. The City also reserves the right to terminate the contract for convenience, providing a 30 (thirty) calendar day notice, at any time upon a determination by the Director that termination of the contract is in the best interest of the City. In this case the Consultant will be paid compensation due and payable to the date of termination. 7. Ability to Perform. The Consultant 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 applicable federal, state, county, city, and special district laws, ordinances, and regulations. 8. Sub-contract Provisions. No portion of the work pertinent to this contract shall be subcontracted without written authorization by the City, except that which is expressly identified in the Consultant’s proposal. Any substitution of sub-consultants must be approved in writing by the City. For any sub-contract for services in excess of $25,000, the subcontract shall contain all provisions of this agreement. 9. Contract Assignment. The Consultant 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. Packet Pg 64 6 Page 29 10. Inspection. The Consultant shall furnish City with every reasonable opportunity for City to ascertain that the services of the Consultant 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 Consultant of any of its obligations to fulfill its contract requirements. 11. Record Retention and Audit. For the purpose of determining compliance with various laws and regulations as well as performance of the contract, the Consultant and sub-consultants shall maintain all books, documents, papers, accounting records and other evidence pertaining to the performance of the contract, including but not limited to the cost of administering the contract. Materials shall be made available at their respective offices at all reasonable times during the contract period and for three years from the date of final payment under the contract. Authorized representatives of the City shall have the option of inspecting and/or auditing all records. For Federally funded projects, access to records shall also include authorized representatives of the State and Federal government. Copies shall be furnished if requested. 12. Conflict of Interest. The Consultant shall disclose any financial, business, or other relationship with the City that may have an impact upon the outcome of this contract, or any ensuing City construction project. The Consultant shall also list current clients who may have a financial interest in the outcome of this contract, or any ensuing City construction project which will follow. The Consultant staff shall provide a Conflict of Interest Statement where determined necessary by the City. The Consultant 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 Consultant further covenants that, in the performance of this work, no sub-consultant or person having such an interest shall be employed. The Consultant 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 Consultant shall at all times be deemed an independent Consultant and not an agent or employee of the City. 13. Rebates, Kickbacks or Other Unlawful Consideration. The Consultant warrants that this contract was not obtained or secured through rebates, kickbacks or other unlawful consideration, either promised or paid to any City employee. For breach or violation of the warranty, the City shall have the right in its discretion; to terminate the contract without liability; to pay only for the value of the work actually performed; to deduct from the contract price; or otherwise recover the full amount of such rebate, kickback or other unlawful consideration. 14. Covenant Against Contingent Fees. The Consultant warrants by execution of this contract that no person or selling agency has been employed, or retained, to solicit or secure this contract upon an agreement or understanding, for a commission, percentage, brokerage, or contingent fee, excepting bona fide employees or bona fide established commercial or selling agencies maintained by the Consultant for the purpose of securing business. For breach or violation of this warranty, the City has the right to annul this contract without liability; pay only for the value of the work actually performed, or in its discretion, to deduct from the Packet Pg 65 6 Page 30 contract price or consideration, or otherwise recover the full amount of such commission, percentage, brokerage, or contingent fee. 15. Compliance with Laws and Wage Rates . The Consultant 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. This includes compliance with prevailing wage rates and their payment in accordance with California Labor Code. For purposed of this paragraph, “construction” includes work performed during the design and preconstruction phases of construction, including but not limited to, inspection and land surveying work. 16. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Consultant is required to pay. 17. Permits, Licenses and Filing Fees. The Consultant shall procure all permits and licenses, pay all charges and fees, and file all notices as they pertain to the completion of the Consultant’s work. The City will pay all application fees for permits required for the completion of the project including building and regulatory permit application fees. Consultant will provide a 10 day notice for the City to issue a check. 18. Safety Provisions. The Consultant shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 19. Public and Employee Safety. Whenever the Consultant'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. 20. Preservation of City Property. The Consultant 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 Consultant's operations, it shall be replaced or restored at the Consultant's expense. The facilities shall be replaced or restored to a condition as good as when the Consultant began work. 21. Immigration Act of 1986. The Consultant warrants on behalf of itself and all sub- consultants 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. 22. Consultant Non-Discrimination. In the award of subcontracts or in performance of this work, the Consultant agrees that it will not engage in, nor permit such sub-consultants as it may employ, to engage in discrimination in employment of persons on any basis prohibited by State or Federal law. 23. 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. Packet Pg 66 6 Page 31 Consultants are cautioned to undertake an independent analysis of any test results in t he specifications, as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the Consultant and all sub- consultants named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the 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 specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of Consultant to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the Consultant. An ambiguity or defect shall be considered patent if it is of such a nature that the Consultant, 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 Consultant or sub-consultants to notify City in writing of specification 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 Consultant to achieve the project’s objective or standard beyond the amounts provided therefor in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the specifications, or any other matter whatsoever, Consultant shall immediately notify the City in writing, and the Consultant and all sub-consultants 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 Consultant'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. 24. Indemnification for Professional Liability. To the fullest extent permitted by law, the Consultant shall indemnify, protect, defend and hold harmless the City and any and all of its officials, employees and agents (“Indemnified Parties”) from and against any and all losses, liabilities, damages, costs and expenses, including attorney’s fees and cost which arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of the Consultant. 25. Non-Exclusive Contract. The City reserves the right to contract for the services listed in this proposal from other consultants during the contract term. 26. Standards. Documents shall conform to City Standards and City furnished templates shall be used. 27. Consultant Endorsement. Technical reports, plans and specifications shall be stamped and signed by the Consultant where required. 28. Required Deliverable Products and Revisions. The Consultant will be required to provide documents addressing all elements of the workscope. Plans shall be prepared using Packet Pg 67 6 Page 32 City’s standardized title blocks and coversheets. Draft plans may be submitted for review using either the full D (24x36) format or a reduced 11x17 format. Consultant shall ensure that drawings and notes are clearly legible if using the reduced format. Specifications and bid documents shall conform to standard City formats unless authorized. The City’s current Standard Specifications and Engineering Standards must be incorporated where applicable. City staff will review any documents or materials provided by the Consultant and, where necessary, the Consultant will respond to staff comments and make such changes as deemed appropriate. Submittals shall include the previous marked up submittal (returned to the Consultant) to assist in the second review. Changes shall be made as requested or a notation made as to why the change is not appropriate. 2 copies of the draft preliminary reports, technical studies and 50% plans and estimate 1 copy of the final preliminary reports, technical studies plus markups 2 copies of the 90% plans, specifications and estimate plus 50% markups 1 copy of the 100% plans, specifications and estimate plus 90% markups 1 copy of the final plans, specifications and estimates plus 100% markups Draft reports and plan submittals shall be submitted as paper copies. Final documents shall be submitted as camera-ready original, unbound, each page printed on only one side, including any original graphics in place and scaled to size, ready for reproduction AND one electronic copy submitted in Adobe Acrobat format including all original stamps and signatures In the event the City will be compiling the final specifications, incorporating the Consultant’s work, the final specifications will also be required to be submitted in Microsoft Word format. In the event the City will be completing the Record Drawings, the final plans will also be required to be submitted in AutoCAD Electronic files shall be submitted on CD and all files must be compatible with the Microsoft operating system. Each CD must be clearly labeled and have a printed copy of the directory. Files may be emailed to the City in lieu of putting them on CD. 29. Ownership of Materials. Upon completion of all work under this contract, ownership and title to all reports, documents, plans, specifications, and estimates produced as part of this contract will automatically be vested in the city and no further agreement w ill be necessary to transfer ownership to the City. The Consultant shall furnish the City all necessary copies of data needed to complete the review and approval process. It is understood and agreed that all calculations, drawings and specifications, whether in hard copy or machine readable form, are intended for one-time use in the construction of the project for which this contract has been entered into. The Consultant is not liable for claims, liabilities, or losses arising out of, or connected with the modification, or misuse by the City of the machine-readable information and data provided by the Consultant under this agreement. Further, the Consultant is not liable for claims, liabilities, or losses arising out of, or connected with any use by City of the project Packet Pg 68 6 Page 33 documentation on other projects, except such use as may be authorized in writing by the Consultant. 30. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Consultant as part of the work or services under these specifications shall be the property of City and shall not be made available to any individual or organization by the Consultant without the prior written approval of the City. The Consultant shall not issue any news release or public relations item of any nature, whatsoever, regarding work performed or to be performed under this contract without prior review of the contents thereof by the City and receipt of the City’s written permission. 31. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Consultant is required to furnish in limited quantities as part of the work or services under these specifications, the Consultant shall provide such additional copies as are requested, and City shall compensate the Consultant for the costs of duplicating of such copies at the Consultant's direct expense. 32. Attendance at Meetings And Hearings. As part of the workscope and included in the contract price is attendance by the Consultant at up to [number] public meetings to present and discuss its findings and recommendations. Consultant shall attend as many "working" meetings with staff as necessary in performing workscope tasks. 33. Requests for Review. The Consultant shall respond to all requests for submittal review or contractor RFI’s within two weeks of receipt of the information from the City. 34. Consultant Invoices. The Consultant shall deliver a monthly invoice to the City, itemized by project work phase or, in the case of on-call contracts, by project title. Invoice must include a breakdown of hours billed and miscellaneous charges and any sub-consultant invoices, similarly broken down, as supporting detail. 35. Payment. For providing services as specified in this Agreement, City will pay and Consultant shall receive therefore compensation in a total sum not to exceed $X. Should the Consultant’s designs, drawings or specifications contain errors or deficiencies, the Consultant shall be required to correct them at no increase in cost to the City. Progress payments shall be made on a monthly basis as invoiced by the Consultant for expenses incurred with cumulative monthly payments not to exceed: $ X (85%) Prior to submittal of 50% documents; and $ X (95%) Prior to submittal of final documents; and $ X (100%) Prior to completion of construction or as noted below The 5% retention until completion of construction shall be released upon completion of design if the City fails to authorize the advertising for construction within 2 months following the acceptance of a complete final submittal by the Consultant. Packet Pg 69 6 Page 34 For on-call services, the City will pay and the Consultant shall receive compensation as agreed to on a project by project basis. The Consultant shall be reimbursed for hours worked at the hourly rates attached to this agreement. Hourly rates include direct salary costs, employee benefits, overhead and fee. In addition, the Consultant shall be reimbursed for direct costs other than salary and vehicle cost that have been identified and are attached to this agreement. The Consultant’s personnel shall be reimbursed for per diem expenses at a rate not to exceed that currently authorized for State employees under State Department of Personnel Administration rules. 36. Payment Terms. The City's payment terms are 30 days from the receipt and approval by the City of an original invoice and acceptance by the City of the materials, supplies, equipment or services provided by the Consultant (Net 30). 37. Resolution of Disputes. Any dispute, other than audit, concerning a question of fact arising under this contract that is not disposed of by agreement shall be decided by a committee consisting of the City’s Project Manager and the City Director of Public Works, who may consider written or verbal information submitted by the Consultant. Not later than thirty days after completion of all deliverables necessary to complete the plans, specifications and estimate, the Consultant may request review by the City Council of unresolved claims or disputes, other than audit, in accordance with Chapter 1.20 Appeals Procedure of the Municipal Code. Any dispute concerning a question of fact arising under an audit of this contract that is not disposed of by agreement, shall be reviewed by the City’s Chief Fiscal Officer. Not later than 30 days after issuance of the final audit report, the Consultant may request a review by the City’s Chief Fiscal Officer of unresolved audit issues. The request for review must be submitted in writing. Neither the pendency of a dispute, nor its consideration by the City will excuse the consultant from full and timely performance in accordance with the terms of this contract. 38. Disadvantaged Business Enterprise (DBE) Use for Federally Funded Projects. This agreement is subject to Title 49, Part 26 Code of Federal Regulations entitled “Participation by Disadvantaged Business Enterprises in Department of Transportation Financial Assistance Programs.” In order to ensure the State Department of Transportation achieves its federally mandated statewide overall DBE goal, the City encourages the participation of DBEs as defined in 49 CFR 26 in the performance of this agreement. The City has determined that DBE can reasonably be expected to compete for the sub-consulting opportunities in this agreement and has established a DBE advisory percentage of X. The Consultant is responsible to be fully informed regarding the requirements of 49 CFR, Part 26. Participation of DBE’s in the specified percentage is not a condition of award. The Consultant shall notify the City of any changes to its anticipated DBE participation, maintain records of DBE usage and complete and submit to the City the final report of DBE utilization prior to receiving final payment. Records shall show the name and business address of each DBE and the total dollar amount actually paid to each. Packet Pg 70 6 Page 35 The Consultant shall pay all sub-consultants within 10 calendar days from receipt of each payment made to the Consultant by the City. The Consultant shall carry out applicable requirements of Title 49 CFR 26 in the award and administration of US DOT assisted agreements. Failure by the Consultant to carry out these requirements is a material breach of this agreement, which may result in the termination of this agreement or such other remedy as the City deems appropriate. 39. Agreement Parties. City: X City of San Luis Obispo 919 Palm Street San Luis Obispo, CA 93401 Consultant: X All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as shown above. 40. Incorporation by Reference. City Request for Proposal Specification No. X and Consultant's proposal dated X, are hereby incorporated in and made a part of this Agreement. 41. 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 Engineer. 42. Working Out of Scope. If, at any time during the project, the consultant is directed to do work by persons other than the City Project Manager and the Consultant believes that the work is outside of the scope of the original contract, the Consultant shall inform the Project Manager immediately. If the Project Manager and Consultant both agree that the work is outside of the project scope and is necessary to the successful completion of the project, then a fee will be established for such work based on Consultant's hourly billing rates or a lump sum price agreed upon between the City and the Consultant. Any extra work performed by Consultant without prior written approval from the City Project Manager shall be at Consultant's own expense. 43. 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. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Consultant agrees with City to do everything required by this Agreement, the said specification and incorporated documents. Authority to Execute Agreement. Both City and Consultant do covenant that each individual executing this agreement on behalf of each part y 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. Packet Pg 71 6 Page 36 CITY OF SAN LUIS OBISPO: CONSULTANT: _____________________________ Name of Company By: ________________________________ Katie Lichtig, City Manager Name of CAO/President Its: CAO/President APPROVED AS TO FORM: _________________________________ Christine Dietrick, City Attorney Packet Pg 72 6 Page 37 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 owned, 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 73 6 Page 38 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 coverage 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 74 6 Page 39 Appendix C: SAMPLE PRINTED PARKING CITATION Packet Pg 75 6 Page 40 Appendix D: 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 VEHICLE 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-am) $38 $68 SLMC 10.44.020 CURB MARKING TO INDICATE NO STOPPING/PARKING REGULATIONS. $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 Packet Pg 76 6 Page 41 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 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 AUTHORIZED VEHICLES $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 CVC22507.8 (c)(2) PARKING IN SPACE FOR DISABLED - CROSSHATCHED LINES $338 $368 Packet Pg 77 6 Page 42 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 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 Packet Pg 78 6 Page 43 Appendix E: SAMPLE CITATION CONTEST FORM Packet Pg 79 6 Page 44 Appendix F: CURRENT CITATION AGING REPORT Packet Pg 80 6 Page 45 Appendix G: 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 Parking Enforcement and Management System should: 1. Adhere to all timelines required by the California Vehicle Code (CVC). 2. 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 City and must be turned over by the Proposer to the City in a timely manner at the termination or expiration of the Agreement. 3. Provide full integration with the California Department of Motor Vehicles (DMV) including the ability to place registration holds and release s 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. 4. Be responsible for maintaining and gathering all necessary and correct motorist data required for the citation processing and adjudication. Proposer shall have contract 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. 5. Provide the necessary postage, correspondence, and ability to track forms to 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. 6. Provide that all notices and letters 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. 7. Provide a method for citation payment by US Mail, phone (IVR) and via an online internet based payment system. This online system shall comply with all applicable requirements for security of personal information and shall be PCI Compliant. Payments should be accepted at multiple city locations and thru Proposer who will then deposit funds into a City designated account with deposit-only access for the Proposer. 8. Prepare and mail Partial Payment Notices 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. 9. Maintain a record of all open parking citations for a minimum period of five (5) years from the date of issuance. Packet Pg 81 6 Page 46 10. 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.). 11. 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). 12. Ensure all records and data will be readily available for inspection and audit by City of designee. 13. Provide a system with sufficient security to restrict access only to authorized users. Proposer will provide a description of such security measures in their proposal. 14. Ensure only authorized users at City have authority to void citations. 15. Ensure all appropriate City staff have unlimited access to online terminal inquiry and transmission of data capacity. 16. Ensure the system provides a method for contesting citations in accordance with the City’s citation review policy, and the ability to complete the contest form 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. 17. Proposer shall allow unlimited concurrent users to access the system. The Proposer must provide password protection for each user and also be able to limit the capabilities and functions per user. 18. Remote access for multiple City workstations must be availa ble 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. 19. The system must be capable of exporting all data in the system in a CSV o r similar City approved format so that it may be uploaded to other software systems if desired by City. Applications this may be required for include, but are not limited to, financial tracking, additional reporting or collection methods and global system reporting. 20. A backup and recovery system must be provided for the database to include all information in the system. At a minimum, the system should be backed up multiple times throughout each day. 21. Proposer shall provide efficient, courteous, and professional service for all telephone calls and correspondence. A toll-free telephone number shall be provided for the public to obtain information, make inquiries, and make payments. 22. 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. Packet Pg 82 6 Page 47 HANDHELD DEVICE 1. Provide for ability to generate, modify, print and void citations and warnings from a handheld device or mobile data computer. 2. Real time connectivity for bi-directional data transfers between handheld device and system back-end via cellular or wireless connections. 3. Provide the ability to record color video to attach to citations 4. Provide the ability for voice recording to attach to citations 5. Provide the ability for handheld devices to automatically indicate when a vehicle is towable based on scofflaw list 6. Provide the ability for handheld devices to upload or download by wired, docked or wireless method. 7. Handhelds shall have color screens and backlit displays. 8. Provide for ability for each user to log in with unique user ID and password 9. Ability to capture 3 color photos that automatically attach to citation 10. Provide the ability for handhelds to display all citation or warning data entered and to edit or modify fields without disruption to the entry process. 11. Provide ability for handheld device to operate by touch screen, push button keypad, and/or stylus. 12. Provide the ability to store citation information on the handheld in the event that wireless communication is unavailable and automatically transmit when communications become available. 13. Provide the ability for data entry screens on handheld devices to utilize configurable drop down choices for field selections where appropriate. 14. The handheld device should provide full RMI/EMI shielding and immunity. 15. Provide for an active battery life of at least 8 hours usage (for both 1 and 2 piece devices). 16. The handheld unit should have a non-proprietary battery. 17. Provide the ability for battery to be easily interchangeable in the field (no tools necessary). 18. Provide the ability to view all previously issued citations or warnings on same plate number from handheld device. 19. Provide the ability to create a citation record based off a handwritten citation. 20. Provide the ability to include more than one fine per citation Manage Citations 1. Provide the ability to create and modify a citation record, including but not limited to, citation#, license plate and/or VIN#, L/P type, vehicle make/model/year, police case# (as applicable), date issued, statute#, violation description, violation location, registered owner(s) information (complete address, D/L('s), date(s) of birth.,), vehicle owner(s)/ Packet Pg 83 6 Page 48 customer contact information (e-mail address, phone#), status, resolution/disposition, payments, court information, impounds (if applicable), etc. 2. Provide an audit feature that records changes made and logs the user who made any change to any citation record. 3. Provide the ability to attach emails, copy of documents generated, pictures or other documentation files to the citation record. 4. Provide the ability to place individual citations on "hold" status to prevent citation from accruing late fees, generating notices or initiating suspension action. 5. Provide the ability to update, track and manage citations contested via the internal review process, including but not limited to, review request and response dates, review status, reviewer identification, denial and dismissal/void codes. 6. Provide the ability to create a citation data file, to be sent for remote printing of Late Notices, based on citation field(s) and matching criteria. Payment Billing Management 1. Provide the ability to apply, display, label, and itemize fees, including but not limited to, original fine amount, 1st late fee, 2nd late fee, suspension fee, NSF fee, tow fee, etc. 2. Capable of recording or tracking payment channel (online, mail, or counter payment) 3. Provide the ability to set up, process, track and reconcile payments. 4. Provide ability to record payments of individual citations, including but not limited to payment date, payment type, payment amount, partial payments, check# ( as applicable). Online Payments 1. Ability to accept interactive voice response (IVR) payments for citations. 2. Ability to send customer receipt via email. 3. Ability to void same day credit card payment (prior to settlement). 4. Ability to accept following: MasterCard, Discover, AMEX and VISA credit cards and debit/check cards, ATM card payments. 5. Ability to allow customers to pay by credit card, debit/check card, ATM card, checking and savings via website. 6. Ability to charge the customer a convenience fee for online payments. 7. Ability to offer customers online payment options 24 hours a day, seven (7) days a week, 365 days a year, except for pre-scheduled planned maintenance required to keep the system functional and temporary shutdowns requested by the City. 8. Ability for customers to pay for multiple citations in one transaction. 9. Ability to consolidate payments from different payment sources (e.g. banks, credit unions, credit card, debit/check card companies, etc.) so that City will only receive one Remittance and one Memo data file daily and one wire transfer daily. Packet Pg 84 6 Page 49 10. Ability to prove compliance with all regulations and laws pertaining to the use of web payment services. 11. Ability to generate standard and Ad-Hoc Reports from any PC or workstation. 12. Provide ability to produce Citation Reports with various sorting options to include but not limited to issue date or date range, issue time or time range, citation number or number range, unpaid citations, citations issued by officer ID, citations issued b y location, citations issued by violation, citation status, statute#, license plate, VIN#, owner name, etc. 13. Provide the ability to produce Enforcement Officer Summary reports with various sorting options to include but not limited to officer name, officer ID, shift, day of week, and citation count or violation. 14. Provide ability to produce daily financial reports. 15. Provide the ability to produce Voided Citations or Warnings reports with various sorting options to include but not limited to enforcement officer and void reason. 16. Ability to provide daily and monthly Summary and Detail Analysis Reporting of customer payments activity. 17. Provide the ability to define and configure dashboard reporting 18. Provide the ability to export report data to Excel, CSV, etc. 19. Daily deposits in the City’s required format and to the bank specified by the City. Maintenance & Support & Other 1. Provide the ability to produce documentation regarding downtime for the application and handheld software such as maintenance, upgrades, etc. 2. Proposer 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, or can be prepared by City staff directly from the system. System shall also allow Ad Hoc reporting in the same formats. City shall have the ability to access all reports remotely. Proposer agrees to provide any and all reports requested by City in the format requested and at no cost to City. 3. All software updates and upgrades will be included. The City will receive any upgrades and updates within 3 months of release. 4. 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, citation paper, envelopes, and any other items required to perform services related to this RFP. Packet Pg 85 6 AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on March 31, 2017, by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and PASSPORTPARKING, INC., hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on August 10, 2016, City requested proposals for a Parking Enforcement and Management System per Specification No. 91495 . WHEREAS, pursuant to said request, Contractor submitted a proposal which was accepted by City for parking citation management software and related services. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made (the “Effective Date”) and entered, as first written above, until five (5) years from the launch of the Contractor’s citation management software (the “Initial Term”), provided, however, that the parties ma y extend this Agreement by mutual consent for up to two (2) additional twenty-four (24) month extension periods (each an “Extension Term”). 2. INCORPORATION BY REFERENCE. City Specification No. 91495 and Contractor's proposal dated September 15, 2016, are hereby incorporated in and made a part of this Agreement. In the event of a conflict between the terms of this Agreement, Attachment A, City Specification No. 91495 and Contractor’s proposal dated September 15, 2016, those documents will be interpreted in the following order of ascending priority. a) City Specification No. 91495 b) Contractor’s proposal dated September 15, 2016 c) This Agreement d) Attachment A Packet Pg 86 6 3. PARTIES OBLIGATIONS. Attachment A hereto sets for the obligations of the Parties under this Agreement. 4. 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 duly authorized agent of the City. 5. 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. 6. 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 1300 South Mint Street Suite 200 Charlotte, NC 28203 7. 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. [signature page follows] Packet Pg 87 6 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 88 6 ATTACHMENT A SOFTWARE LICENSE AND SERVICE AGREEMENT The following terms, including the terms and conditions found in all Exhibits (the “Agreement”), represent the full understanding of PassportParking, Inc. (“Passport”) and the Party named below (“Provider” and with Passport, the “parties” and each individually a “Party”). In exchange for the mutual covenants herein and other good and valuable consideration, the Parties agree and intend to be bound as follows: I. GENERAL TERMS Effective Date: March 31, 2017 Launch Delays: If Provider fails to launch the CMP within ninety (90) days after the Effective Date above, Provider will pay a monthly platform fee to Passport equal to the lesser of $1,500.00 or any applicable monthly fee per platform for which the launch has been delayed beyond ninety (90) days from the Effective Date. Services: Passport will provide services (the “Services”) and license all software, including all web and mobile applications and related documentation, (the “Software”) necessary for Provider to operate: a citation management platform (“CMP”) which allows Provider’s parking enforcement officers in any or all parking facilities owned or managed by Provider Packet Pg 89 6 (the “Premises”) the ability to issue parking citations that may be paid online through Passport’s payment portal; Governing State Law: California Termination: Either Party may terminate this Agreement for convenience by providing thirty-days written notice to the non-terminating Party. II. CITATION MANAGEMENT PLATFORM TERMS Equipment: a) Provider must purchase a sufficient number of Android-based handheld devices for each parking enforcement officer to have access to one device while conducting parking enforcement activities b) Provider must maintain at its sole cost one wireless data plan for each Android device c) Provider must possess at least one Bluetooth-enabled printer per Android device described above d) In addition to the unit costs per Bluetooth-enabled printer above, Provider will be responsible for paying all shipping costs and printer paper costs e) If Provider orders custom printer paper through Passport, Provider will be responsible for paying the costs of creating, printing, and shipping such custom paper plus a 12% service fee to Passport. Passport is unable to provide estimated costs until specifi c details of Provider’s order have been confirmed due to the variable costs of its 3rd party. Packet Pg 90 6 Collections Support (Passport will Provide the Selected Services): o Passport will provide an online payment portal through which parking violators may pay outstanding parking citations o After a mutually agreed number of days following the issuance of a citation, but in no event less than twenty-one (21) days after citation issuance, Passport will automatically generate and send an initial letter to each parking citation owner for which Passport has necessary state licensure authorization to perform a driver record lookup informing such parking violator that they have an outstanding parking citation and that the citation amount has increased. In the ordinary course, it is expected that the initial letter will be delivered on the twenty-first (21st) day following citation issuance. o Passport will send a second letter after a mutually agreed number of days after issuance for each applicable unpaid citation owner, which shall in no event be less than ten (10) days after sending the initial letter. By way of example, in the ordinary course, it is expected that the second letter will be mailed on or about the thirty-fifth (35th) day after citation issuance and no later than on or about the forty-fifth (45th) day after citation issuance. Ctation fees will escalate upon mailing of the second letter (the “Escalated Collections Commencement Date”) and this marks the beginning of “Escalated Collections” for the purposes of Section III FEES. o If authorized by the relevant driver licensure bureau, where a citation remains unpaid after thirty days after Passport has sent the letter described in subsection b) above, Passport will submit the relevant information to a collections agency approved by Provider to initiate a formal hard collections process State Licensure Authorizations: Passport will provide a list of states in which Passport has the authority to do driver r ecord lookups upon request by Provider . Packet Pg 91 6 III. FEES Initial Term Monthly Fixed CMP Software License Fee: $3,000.00 Extension Term Monthly Fixed CMP Software License Fee: $2,000.00 CMP Service and License Fee Per Ticket Paid Online After Escalated Collections Have Begun: 15% of Escalated Citation Amount CMP Online Payment Convenience Fee (PAID BY CITATION HOLDER): $3.00 Cost Per Notification Letter Sent by Passport: $1.25 Escalated Collections: Escalated Collections will begin on the Escalated Collections Commencement Date set forth in the preceding section. Monthly Minimum: If the total fees payable to Passport, calculated according to the fees above, as a result of Provider’s use of the CMP during any month are less than the monthly minimum fees, then in addition to such fees, the Provider will pay the difference between the amount actually collected (“Paid”) and the monthly minimum CMP fees (“Minimum”) as follows: Additional Amount Payable to Passport = Minimum - Paid Merchant Processing Costs: Provider will be responsible for paying all merchant processing costs, including, without limitation, settlement fees, payment gateway fees, chargeback fees, and interchange reimbursement fees. Merchant of Record for Transactions: Passport X Provider Passport Merchant Processing Rate Per Transaction: N/A Payment Gateway Provider: Passport X Other Passport Gateway Fee Per Transaction: N/A Packet Pg 92 6 EXHIBIT A STANDARD TERMS AND CONDITIONS ATTACHMENT SERVICE LEVELS PASSPORT WILL PROVIDE HOSTING FOR THE SOFTWARE IN ACCORDANCE WITH ALL LOCAL LAWS AND REGULATIONS. PASSPORT’S SOLE AND EXCLUSIVE OBLIGATION IN THE EVENT OF AN ERROR OR INTERRUPTION OF THE SOFTWARE IS TO USE PASSPORT’S BEST EFFORTS TO RESTORE OR REPAIR THE SOFTWARE AS QUICKLY AS PRACTICABLE. SYSTEM UPTIME PASSPORT WILL PROVIDE THE SOFTWARE WITH UPTIME OF AT LEAST NINETY- NINE PERCENT (99%) CALCULATED OVER A ROLLING SIX-MONTH PERIOD (“UPTIME GUARANTEE”). FOR ANY MONTH DURING WHICH SYSTEM UPTIME DROPS BELOW THE UPTIME GUARANTEE, PASSPORT WILL PROVIDE A BILLING CREDIT IN AN AMOUNT EQUAL TO: THE PERCENTAGE DIFFERENCE BETWEEN A) THE LOWEST UPTIME REACHED AT ANY POINT DURING THE MONTH (CALCULATED ON A ROLLING SIX MONTH PERIOD) AND B) THE UPTIME GUARANTEE MULTIPLIED BY THE TOTAL FEES PAYABLE TO PASSPORT FOR SUCH MONTH. FOR EXAMPLE, IF DURING A GIVEN MONTH THE SOFTWARE UPTIME FELL AS LOW AS NINETY-FIVE PERCENT (95%) AND DURING THAT MONTH, THE FEES PAYABLE TO PASSPORT WERE ONE HUNDRED DOLLARS ($100.00), PASSPORT WOULD ISSUE A BILLING CREDIT OF FOUR DOLLARS ($4.00). FOR THE PURPOSES OF THIS AGREEMENT, UPTIME IS DEFINED AS ANY PERIOD OF TIME DURING WHICH END USERS OF THE SOFTWARE CAN USE THE SOFTWARE TO PAY FOR PARKING, PAY FOR MOBILE TICKETS, OR ISSUE PARKING CITATIONS, AS APPLICABLE. DATA OWNERSHIP ALL DATA AND INFORMATION PROVIDED TO PASSPORT BY PROVIDER WILL BE OWNED EXCLUSIVELY BY PROVIDER, AND PASSPORT HEREBY ACQUIRES AN IRREVOCABLE, NON- EXCLUSIVE, NON-TRANSFERRABLE, AND NON- SUBLEASEABLE LICENSE TO USE SUCH DATA ONLY AS NECESSARY TO PERFORM THE SERVICES SET FORTH IN THIS AGREEMENT DURING THE TERM. ALL DATA CREATED BY END USERS DURING THE COURSE OF THEIR USE OF THE SOFTWARE (“END USER DATA”) WILL BE LICENSED TO PASSPORT ON THE TERMS SET FORTH IN PASSPORT’S END-USER PRIVACY POLICY, AND PROVIDER WILL HAVE THE RIGHT TO ACCESS AND USE END USER DATA DURING THE TERM OF THIS AGREEMENT ONLY AS NECESSARY TO PERFORM THE SERVICES SET FORTH IN THIS AGREEMENT DURING THE TERM. AFTER THE EXPIRATION OR TERMINATION OF THIS AGREEMENT, PASSPORT WILL PROVIDE A MACHINE READABLE COPY OF END USER DATA TO PROVIDER AS NECESSARY TO INFORM USERS OF THE AVAILABILITY OF SERVICES OFFERED TO A SUBSEQUENT REPLACEMENT VENDOR. INTELLECTUAL PROPERTY (a) PROVIDER HEREBY ACQUIRES A REVOCABLE, NON-EXCLUSIVE, NON -ASSIGNABLE, NON- TRANSFERRABLE, AND NON- SUBLEASEABLE RIGHT AND LICENSE TO USE AND ACCESS THE SOFTWARE FOR ITS INTERNAL BUSINESS PURPOSES. ALL INTELLECTUAL PROPERTY RIGHTS INCLUDING, WITHOUT LIMITATION, TRADE NAMES, SOURCE CODE, TRADEMARKS, COPYRIGHTS, PATENTS, AND TRADE SECRETS, NOT EXPLICITLY GRANTED TO PROVIDER IN THIS AGREEMENT ARE RESERVED TO PASSPORT. (b) PROVIDER WILL NOT, DIRECTLY, INDIRECTLY, ALONE, OR WITH ANOTHER PARTY, (I) COPY, DISASSEMBLE, REVERSE ENGINEER, OR DECOMPILE THE SOFTWARE OR ANY SUBPART THEREOF; (II) MODIFY, CREATE Packet Pg 93 6 DERIVATIVE WORKS BASED UPON, OR TRANSLATE THE SOFTWARE OR SOURCE CODE; (III) TRANSFER OR OTHERWISE GRANT ANY RIGHTS IN THE SOFTWARE OR SOURCE CODE IN ANY FORM TO ANY OTHER PARTY; (IV) ATTEMPT TO DO ANY OF THE FOREGOING OR CAUSE OR PERMIT ANY THIRD PARTY TO DO OR ATTEMPT TO DO ANY OF THE FOREGOING, EXCEPT AS EXPRESSLY PERMITTED HEREUNDER. TECHNICAL SUPPORT PROVIDER WILL FIELD ALL SUPPORT CALLS AND EMAILS FROM END-USERS. PASSPORT WILL PROVIDE SECOND TIER TECHNICAL SUPPORT TO END USERS WHERE PROVIDER’S SUPPORT REPRESENTATIVE IS UNABLE TO PROVIDE A SATISFACTORY RESOLUTION TO AN END-USER SUPPORT INQUIRY AND REQUIRES ESCALATED TECHNICAL SUPPORT FROM PASSPORT. IN THIS CAPACITY AS PROVIDER’S ESCALATED TECHNICAL SUPPORT RESOURCE, P ASSPORT WILL PROVIDE LIVE TELEPHONE SUPPORT MONDAY-FRIDAY FROM 6AM -4PM PST. PASSPORT WILL ALSO PROVIDE EMAIL SUPPORT. ALL EMAIL SUPPORT INQUIRIES WILL BE ANSWERED WITHIN TWO (2) HOURS DURING BUSINESS HOURS AND TWENTY-FOUR (24) HOURS DURING NON-BUSINESS HOURS. THESE HOURS APPLY ON ALL PASSPORT HOLIDAYS. CUSTOM DESIGN REVISION FEES FOR ANY CUSTOM DESIGN OR CONTENT ALTERATION SERVICES REQUESTED BY PROVIDER, INCLUDING WITHOUT LIMITATION, CUSTOMIZED SIGNAGE, CUSTOMIZED DECALS, CUSTOMIZED LOGOS, CUSTOMIZED WEBSITE CONTENT, CUSTOMIZED NOTIFICATION LETTER LANGUAGE, CUSTOMIZED PARKING CITATION LANGUAGE, OR ANY CUSTOM DESIGN WITHIN THE SOFTWARE PLATFORM, PASSPORT WILL PROVIDE A PROOF OF CONCEPT DESIGN. FOR NO ADDITIONAL FEE, PASSPORT WILL ALSO PROVIDE ONE REVISED VERSION OF THAT INITIAL PROOF OF CONCEPT BASED ON PROVIDER’S INPUT. PROVIDER WILL PAY A ONE THOUSAND DOLLAR ($1,000.00) FEE PER PROOF OF CONCEPT REVISION FOR EACH REQUESTED REVISION THEREAFTER. AFTER PROVIDER’S ACCEPTANCE OF THE PROOF OF CONCEPT, PASSPORT WILL CREATE A FINAL DESIGN DRAFT. FOR NO ADDITIONAL FEE, PASSPORT WILL ALSO PROVIDE ONE REVISED VERSION OF THAT FINAL DESIGN DRAFT BASED ON PROVIDER’S INPUT. PROVIDER WILL PAY A ONE THOUSAND DOLLAR ($1,000.00) FEE PER FINAL DESIGN REVISION THEREAFTER. THE FEES IN THIS SECTION WILL NOT NEGATE THE APPLICABILITY OF ANY OTHER FEE PAYABLE FOR CUSTOM DESIGN SERVICES, INCLUDING ANY PRIVATE LABEL FEES, CUSTOM DEVELOPMENT FEES, OR CUSTOM SIGNAGE FEES. TRANSLATION SERVICES IF PROVIDER REQUESTS THAT PASSPORT PROVIDE A VERSION OF ANY MOBILE APPLICATION OR MOBILE WEB APPLICATION INCLUDED IN THE SOFTWARE IN ANY LANGUAGE OTHER THAN ENGLISH, PROVIDER WILL PAY A ONE THOUSAND FIVE HUNDRED DOLLAR FEE ($1,500.00) FOR PASSPORT TO PERFORM OR SUBCONTRACT THE NECESSARY TRANSLATION SERVICES. PASSPORT WILL PROVIDE AN INITIAL VERSION OF ALL TRANSLATED TEXT. FOR NO ADDITIONAL FEE, PASSPORT WILL ALSO PROVIDE ONE REVISED VERSION OF SUCH TRANSLATION BASED ON PROVIDER’S INPUT. PROVIDER WILL PAY A ONE THOUSAND DOLLAR ($1,000.00) FEE PER REVISION FOR EACH REQUESTED REVISION THEREAFTER. WALLET SERVICES PROVIDER MAY ELECT TO PROVIDE PARKING CUSTOMERS WITH A VIRTUAL WALLET (A “WALLET PROGRAM”). WITH A WALLET PROGRAM, PARKING CUSTOMERS WOULD BE REQUIRED TO PREPAY FUNDS INTO A WALLET ACCOUNT FOR THE PAYMENT OF FUTURE PARKING FEES AND/OR TRANSIT TICKET FARES. MARKETING SERVICES THE MARKETING AND PUBLIC RELATIONS SERVICES AND MATERIALS, IF ANY, PROVIDED BY PASSPORT AND ANY OPTIONAL MARKETING SERVICES, INCLUDING ASSOCIATED FEES, CAN BE FOUND IN EXHIBIT C OF THIS AGREEMENT. THE MARKETING SERVICES TO BE PERFORMED BY PROVIDER AT PROVIDER’S SOLE COST, IF ANY, CAN BE FOUND IN EXHIBIT D. PUBLIC RELATIONS COOPERATION THE PARTIES HEREBY AGREE THAT EACH PARTY WILL HAVE THE RIGHT TO DISCUSS AND DISPLAY QUALITATIVE INFORMATION REGARDING THE PARTIES’ RELATIONSHIP. THE PARTIES FURTHER AGREE THAT PRIOR TO ANY DISCLOSURE OF ANY QUANTITATIVE INFORMATION REGARDING THE PARTIES’ RELATIONSHIP, THE UTILIZATION OF THE SOFTWARE, OR ANY Packet Pg 94 6 OTHER ELEMENT OF THE PARTIES’ RELATIONSHIP, THE DISCLOSING PARTY MUST OBTAIN THE WRITTEN PERMISSION OF THE NON-DISCLOSING PARTY, EXCEPT WITH RESPECT TO ANY INFORMATION THAT MUST BE DISCLOSED BY LAW, INCLUDING ANY OPEN RECORDS LAW, OPEN MEETINGS LAW, OR ANY OTHER LOCAL PUBLIC DISCLOSURE LAW APPLICABLE TO PROVIDER, IN WHICH CASE PROVIDER NEED NOT OBTAIN THE WRITTEN PERMISSION OF PASSPORT AS TO THE DISCLOSURE OF SUCH INFORMATION ONLY. PAYMENT GATEWAY PROVIDER MUST SUPPLY A PAYMENT GATEWAY FOR THE PAYMENT OF ALL FEES BY END USERS, AND PROVIDER WILL BEAR ALL COSTS ASSOCIATED WITH PROVIDING SUCH PAYMENT GATEWAY, INCLUDING ALL PER TRANSACTION COSTS. PASSPORT CAN PROVIDE SUCH GATEWAY SERVICES TO PROVIDER. EXHIBIT B CONTAINS A LIST OF PAYMENT GATEWAYS SUPPORTED BY PASSPORT. FOR ALL OTHER PAYMENT GATEWAYS, PASSPORT WILL CHARGE A TWO HUNDRED AND FIFTY DOLLAR ($250.00) PER DEVELOPMENT HOUR NECESSARY TO PERFORM NECESSARY INTEGRATIONS. REFUNDS AND DISCOUNTS PASSPORT AGREES TO FOREGO OR RETURN, AS APPLICABLE, ITS PER TRANSACTION FEES FOR ANY REFUND GRANTED BY PROVIDER. PROVIDER WILL BE RESPONSIBLE FOR REIMBURSING PASSPORT FOR ALL MERCHANT PROCESSING FEES, INCLUDING WITHOUT LIMITATION PAYMENT GATEWAY FEES, SETTLEMENT FEES, AND INTERCHANGE REIMBURSEMENT FEES, IF ANY, INCURRED BY PASSPORT FOR ALL TRANSACTIONS, INCLUDING REFUNDED TRANSACTIONS. INVOICING PASSPORT WILL SEND MONTHLY INVOICES TO PROVIDER BY THE TENTH DAY OF EACH MONTH FOR ALL FEES PAYABLE TO PASSPORT THAT ACCRUED DURING THE PRECEDING MONTH. IF PROVIDER FAILS TO REMIT PAYMENT ACCORDING TO SUCH INVOICES WITHIN THIRTY (30) DAYS AFTER PROVIDER RECEIVES THE INVOICE, PASSPORT WILL HAVE THE RIGHT TO SUSPEND PROVIDER’S ACCESS TO THE SOFTWARE. SCHEDULED MAINTENANCE IF PASSPORT PLANS TO PERFORM ANY SCHEDULED MAINTENANCE DURING BUSINESS HOURS, PASSPORT WILL PROVIDE NOTICE TO PROVIDER AT LEAST TWENTY-FOUR (24) HOURS IN ADVANCE OF THE COMMENCEMENT OF SUCH SCHEDULED MAINTENANCE. FOR THE PURPOSE OF THIS SECTION, “BUSINESS HOURS” MEANS MONDAY THROUGH FRIDAY BETWEEN 9 AM EASTERN TIME AND 5 PM EASTERN TIME. PRODUCT UPDATES ANY SYSTEM-WIDE IMPROVEMENTS OR MODIFICATIONS MADE BY PASSPORT TO THE SOFTWARE PLATFORM WILL BE PROMPTLY PROVIDED TO PROVIDER AT NO ADDITIONAL CHARGE AND WILL AUTOMATICALLY BE SUBJECT TO THE TERMS OF THIS AGREEMENT. THE PROVIDER MAY REQUEST NEW FEATURES OR FUNCTIONALITY TO BE BUILT INTO THE SYSTEM, AND, TO THE EXTENT THAT PASSPORT PLANS TO INCORPORATE SUCH REQUESTED NEW FEATURES OR FUNCTIONALITY INTO THE SOFTWARE, PASSPORT WILL DEVELOP SUCH FEATURES AND FUNCTIONALITY AT NO COST TO THE PROVIDER. IF THE PROVIDER DESIRES TO EXPEDITE SUCH DEVELOPMENT, PASSPORT MAY, AT ITS SOLE DISCRETION, CHARGE PROVIDER AN EXPEDITE FEE OF TWO HUNDRED DOLLARS ($200.00) PER DEVELOPMENT HOUR NECESSARY TO DEVELOP THE REQUESTED FEATURES OR FUNCTIONALITY. IF THE PROVIDER’S REQUESTED FEATURES OR FUNCTIONALITY ARE CREATED FOR THE PROVIDER’S USE AND PASSPORT DOES NOT PLAN TO INCORPORATE SUCH REQUESTED FEATURES INTO THE SOFTWARE, PASSPORT MAY, AT ITS SOLE DISCRETION, CHARGE PROVIDER CUSTOM DEVELOPMENT FEE OF TWO HUNDRED AND FIFTY DOLLARS ($250.00) PER HOUR FOR THE DEVELOPMENT OF SUCH FEATURES OR FUNCTIONALITY. IN ADDITION OR IN LIEU OF THE FEES SET FORTH IN THIS SECTION, PASSPORT MAY ESTABLISH A MONTHLY SOFTWARE LICENSE OR MAINTENANCE FEE TO BE MUTUALLY AGREED BETWEEN THE PARTIES. THE ADDITION OF ANY FEES, INCLUDING EXPEDITE FEES, SOFTWARE DEVELOPMENT FEES, SOFTWARE MAINTENANCE FEES, OR SOFTWARE LICENSE FEES WILL BE SET FORTH IN A WRITTEN ADDENDUM TO THIS AGREEMENT THAT THE PARTIES MUST EXECUTE AND MUST CONTAIN AT LEAST THE SCOPE OF THE WORK TO BE PERFORMED BY PASSPORT AND THE FEES ASSOCIATED THEREWITH. ANY ONE-TIME FEES ASSOCIATED WITH ANY REQUESTED WORK MUST BE PAID IN ADVANCE OF PASSPORT BEGINNING SUCH WORK. THE PARTIES AGREE THAT PROVIDER MAY REQUEST A CHANGE TO THE SOFTWARE THAT INVOLVES THE ADDITION OF Packet Pg 95 6 FUNCTIONALITY ALREADY AVAILABLE AS A COMPONENT OF ANOTHER PRODUCT WITHIN PASSPORT’S GENERAL TECHNOLOGY PLATFORM, INCLUDING WITHOUT LIMITATION CITATION MANAGEMENT TECHNOLOGY, AND IN THE EVENT THAT PASSPORT RECEIVES SUCH A REQUEST FROM PROVIDER, PASSPORT WILL PROVIDE AN ADDENDUM HERETO INCLUDING THE INCREASE IN FEES ATTRIBUTABLE TO THE ADDITION OF SUCH ADDITIONAL FUNCTIONALITY AND ANY APPLICABLE SERVICE OR LEGAL TERMS. PROVIDER AGREES THAT IT HAS THE RIGHT TO MAKE SUCH A REQUEST AND EXECUTE SUCH ADDENDUM WITHOUT THE NEED FOR FURTHER COMPETITIVE BIDDING. PIGGYBACK PROCUREMENTS PROVIDER WILL ALLOW ANY PUBLIC AGENCY LOCATED IN THE UNITED STATES TO PURCHASE, AND PASSPORT TO OFFER TO THOSE PUBLIC AGENCIES, A SUBSTANTIALLY SIMILAR MOBILE PAY PROGRAM AT THE SAME PRICE AND UNDER THE SAME CONDITIONS AGREED UPON IN THIS AGREEMENT BETWEEN THE PARTIES, WITHOUT ANY FURTHER COMPETITIVE BIDDING, TO THE EXTENT PERMITTED BY LAW. EACH PUBLIC AGENCY WILL EXECUTE ITS OWN CONTRACT WITH PASSPORT FOR ITS REQUIREMENTS, FUNDING SUCH SERVICE OUT OF ITS OWN FUNDING SOURCES. PROVIDER SHALL NOT INCUR ANY FINANCIAL RESPONSIBILITY IN CONNECTION WITH PASSPORT’S CONTRACTING WITH SUCH OTHER PUBLIC AGENCIES FOR SUCH SERVICES. CAPACITY PROVIDER REPRESENTS AND WARRANTS THAT IT HAS OBTAINED OR WILL OBTAIN ALL LICENSES AND AUTHORIZATIONS NECESSARY TO LICENSE THE SOFTWARE. PROVIDER FURTHER REPRESENTS AND WARRANTS THAT THE SIGNER OF THIS DOCUMENT HAS THE AUTHORITY TO BIND PROVIDER TO THE TERMS HEREIN. CONFIDENTIALITY. PROVIDER AND PASSPORT AGREE TO TREAT ALL INFORMATION FURNISHED, OR TO BE FURNISHED, BY OR ON BEHALF OF THE OTHER PARTY AND INFORMATION ANALYSES, SUMMARIES AND OTHER WORK PRODUCT DERIVED FROM SUCH INFORMATION (COLLECTIVELY, THE “INFORMATION”) IN ACCORDANCE WITH THE PROVISIONS OF THIS SECTION AND TO TAKE, OR ABSTAIN FROM TAKING, ALL ACTIONS SET FORTH HEREIN. THE INFORMATION WILL BE USED SOLELY IN CONNECTION WITH THE CONSUMMATION OF THIS AGREEMENT BETWEEN PASSPORT AND PROVIDER AND PROVIDER’S USE AND OPERATION OF THE SOFTWARE, AND WILL BE KEPT CONFIDENTIAL BY THE PROVIDER AND PASSPORT AND EACH PARTY’S OFFICERS, DIRECTORS, EMPLOYEES, REPRESENTATIVES, AGENTS AND ADVISORS; PROVIDED, HOWEVER, THAT (a) ANY OF SUCH INFORMATION MAY BE DISCLOSED TO OFFICERS, DIRECTORS, EMPLOYEES, REPRESENTATIVES, AGENTS AND ADVISORS WHO NEED TO KNOW SUCH INFORMATION TO EXECUTE THIS AGREEMENT AND/OR EFFECTIVELY USE THE SOFTWARE (SO LONG AS SUCH PERSONS ONLY USE OR DISCLOSE SUCH INFORMATION IN THE MANNER PERMITTED IN THIS SECTION), AND (b) SUCH INFORMATION MAY BE DISCLOSED TO THE EXTENT REQUIRED BY LAW, INCLUDING ANY OPEN RECORDS LAW, OPEN MEETINGS LAW, OR ANY OTHER LOCAL PUBLIC DISCLOSURE LAW APPLICABLE TO PROVIDER, AND (c) UPON THE REQUEST OF PROVIDER OR PASSPORT, THE OTHER PARTY WILL DESTROY OR RETURN TO PASSPORT ALL MATERIAL CONTAINING OR REFLECTING THE INFORMATION, TO THE EXTENT PERMITTED BY LAW. FORCE MAJEURE NEITHER PASSPORT NOR PROVIDER WILL BE HELD LIABLE FOR ANY DELAY OR OMISSION IN PERFORMANCE OF THEIR DUTIES UNDER THIS AGREEMENT CAUSED BY CAUSES BEYOND THEIR REASONABLE CONTROL, INCLUDING WITHOUT LIMITATION, ACTS OF GOD, ACTS OF THE PUBLIC ENEMY, FIRES, NATURAL DISASTERS, WARS, OR RIOTS (EACH A “FORCE MAJEURE EVENT”). EFFECT OF TERMINATION IN THE EVENT THAT THIS AGREEMENT IS TERMINATED BY EITHER PARTY AS SET FORTH ABOVE, PROVIDER WILL PAY ALL FEES ESTABLISHED ABOVE FOR SERVICES RENDERED BY PASSPORT PRIOR TO TERMINATION. DISCLAIMER THE SOFTWARE IS PROVIDED TO PROVIDER BY PASSPORT “AS IS” AND WITH Packet Pg 96 6 ALL FAULTS. PROVIDER ACKNOWLEDGES AND AGREES THAT PASSPORT BEARS NO LIABILITY FOR ANY ERROR, OMISSION, DEFECT, DEFICIENCY, OR NONCONFORMITY WITHIN THE SOFTWARE EXCEPT AS EXPLICITLY PROVIDED IN THIS AGREEMENT. OTHER THAN AS SPECIFICALLY SET FORTH HEREIN, NEITHER OF THE PARTIES MAKES ANY REPRESENTATIONS, WARRANTIES, OR GUARANTEES, EXPRESS OR IMPLIED, DIRECTLY OR INDIRECTLY, INCLUDING, WITHOUT LIMITATION, ANY WARRANTY OF CONDITION, MERCHANTABILITY, OR FITNESS FOR A PARTICULAR PURPOSE OR USE, WITH RESPECT TO, ARISING OUT OF, OR IN CONNECTION WITH THE SOFTWARE AND RELATED SERVICES TO BE PERFORMED PURSUANT TO THIS AGREEMENT. SEVERABILITY. WHENEVER POSSIBLE, EACH PROVISION OF THIS AGREEMENT WILL BE INTERPRETED AND CONSTRUED TO BE VALID UNDER APPLICABLE LAW, BUT IF ANY PROVISION OF THE AGREEMENT IS FOUND TO VIOLATE APPLICABLE LAW, THE VIOLATING PROVISION WILL BE INEFFECTIVE ONLY TO THE EXTENT THAT IT VIOLATES THE LAW, WITHOUT INVALIDATING THE REMAINDER OF THE SECTION CONTAINING THE VIOLATING PROVISION OR ANY OTHER PROVISIONS OR SECTIONS OF THIS AGREEMENT. ASSIGNMENT THIS AGREEMENT AND ALL OF ITS PROVISIONS WILL BE BINDING UPON AND INURE TO THE BENEFIT OF THE PARTIES AND THEIR RESPECTIVE SUCCESSORS AND ASSIGNEES. NEITHER PASSPORT NOR PROVIDER MAY ASSIGN ANY RIGHTS, INTERESTS, OR OBLIGATIONS HEREUNDER WITHOUT PRIOR WRITTEN CONSENT OF THE OTHER PARTY, PROVIDED, HOWEVER, THAT PASSPORT MAY, WITHOUT SUCH WRITTEN CONSENT, ASSIGN THIS AGREEMENT AND ITS RIGHTS AND DELEGATE ITS OBLIGATIONS HEREUNDER IN CONNECTION WITH THE TRANSFER OR SALE OF ALL OR SUBSTANTIALLY ALL OF ITS ASSETS OR BUSINESS RELATED TO THIS AGREEMENT, OR IN THE EVENT OF ITS MERGER, CONSOLIDATION, CHANGE IN CONTROL OR SIMILAR TRANSACTION. ANY PERMITTED ASSIGNEE SHALL ASSUME ALL ASSIGNED OBLIGATIONS OF ITS ASSIGNOR UNDER THIS AGREEMENT. ANY PURPORTED ASSIGNMENT IN VIOLATION OF THIS SECTION SHALL BE VOID AND OF NO EFFECT. CONTRACTUAL SILENCE IF THE AGREEMENT FAILS TO ADDRESS A CONDITION, OBLIGATION, BENEFIT, OR OTHER TERM NECESSARY TO SUFFICIENTLY DEFINE THE RELATIONSHIP BETWEEN THE PARTIES OR RESOLVE A DISAGREEMENT OR CONFLICT REGARDING THE INTERPRETATION OR CONSTRUCTION OF THIS AGREEMENT, THE PARTIES AGREE TO REASONABLY COOPERATE TO DRAFT A MUTUALLY AGREEABLE AMENDMENT THAT CLARIFIES THE DUTIES, RIGHTS, AND OBLIGATIONS OF THE PARTIES UNDER THIS AGREEMENT. AMENDMENTS THE PARTIES MAY NOT AMEND OR MODIFY THIS AGREEMENT EXCEPT BY A WRITTEN INSTRUMENT EXECUTED BY THE PARTIES (AN “AMENDMENT”). CURRENCY UNLESS OTHERWISE SPECIFIED IN THE AGREEMENT, ALL FEES AND OTHER MONETARY AMOUNTS ARE IN UNITED STATES DOLLARS. WHERE ANY MONETARY AMOUNT IN THE CONTRACT IS EXPLICITLY STATED IN A CURRENCY OTHER THAN UNITED STATES DOLLARS, THE EXCHANGE RATE WILL BE FIXED AT THE FOREIGN EXCHANGE RATE PUBLISHED BY THE UNITED STATES FEDERAL RESERVE FOR THE EFFECTIVE DATE (THE “INITIAL EXCHANGE RATE”). IN THE EVENT THAT THE APPLICABLE EXCHANGE RATE PUBLISHED BY THE UNITED STATES FEDERAL RESERVE FOR ANY DAY DURING THE TERM (THE “CURRENT INTEREST RATE”) DEVIATES BY MORE THAN TEN PERCENT (10%) FROM THE INITIAL EXCHANGE RATE, THE PARTIES AGREE THAT THE INITIAL RATE WILL BE ADJUSTED BY FIVE PERCENTAGE TOWARDS THE CURRENT INTEREST RATE. THE EXCHANGE RATE UNDER THIS AGREEMENT AFTER SUCH ADJUSTMENT (THE “ADJUSTED RATE”) WILL REMAIN IN EFFECT UNLESS AND UNTIL THE CURRENT INTEREST RATE AND THE ADJUSTED INTEREST RATE DIFFER BY MORE THAN TEN PERCENT (10%), IN WHICH CASE THE ADJUSTED RATE WILL BE ADJUSTED ACCORDING TO THE PROCESS SET FORTH ABOVE FOR ADJUSTING THE INITIAL EXCHANGE RATE. INDEPENDENT CONTRACTOR PASSPORT IS AN INDEPENDENT CONTRACTOR AND NOT AN AGENT OR EMPLOYEE OF PROVIDER. NO AGENCY, PARTNERSHIP, FRANCHISE, JOINT VENTURE, OR Packet Pg 97 6 EMPLOYMENT RELATIONSHIP EXISTS BETWEEN PASSPORT AND PROVIDER. PASSPORT’S EMPLOYEES AND AGENTS WILL NOT BE EMPLOYEES OR AGENTS OF PROVIDER. PASSPORT SHALL BE FULLY AND SOLELY RESPONSIBLE FOR THE SUPERVISION, CONTROL, PERFORMANCE, COMPENSATION, BENEFITS (INCLUDING, WITHOUT LIMITATION, ALL FORMS OF INSURANCE) WITHHOLDINGS, HEALTH AND SAFETY OF ALL OF ITS EMPLOYEES AND AGENTS. PROVIDER WILL NOT BE RESPONSIBLE OR LIABLE FOR ANY WITHHOLDING TAXES OR CONTRIBUTIONS TO STATE WORKER’S COMPENSATION, UNEMPLOYMENT OR OTHER FUNDS OR PROGRAMS. LIMITATION OF LIABILITY IN NO EVENT WILL PASSPORT OR PROVIDER BE LIABLE TO THE OTHER FOR ANY LOST PROFITS, LOST SAVINGS, OR INCIDENTAL, INDIRECT, SPECIAL, OR CONSEQUENTIAL DAMAGES ARISING OUT OF PROVIDER USE OR INABILITY TO USE THE PRODUCT OR THE BREACH OF THIS AGREEMENT, EVEN IF PASSPORT HAS BEEN ADVISED OF THE POSSIBILITY OF SUCH DAMAGES. INDEMNIFICATION FOR PROFESSIONAL LIABILITY TO THE FULLEST EXTENT PERMITTED BY LAW, PASSPORT SHALL INDEMNIFY, PROTECT, DEFEND AND HOLD HARMLESS PROVIDER AND ANY AND ALL OF ITS OFFICIALS, EMPLOYEES AND AGENTS (“INDEMNIFIED PARTIES”) FROM AND AGAINST ANY AND ALL LOSSES, LIABILITIES, DAMAGES, COSTS AND EXPENSES, INCLUDING ATTORNEY’S FEES, WHICH ARISE OUT OF THE NEGLIGENCE, RECKLESS NESS, OR WILLFUL MISCONDUCT OF THE PASSPORT, PROVIDED, HOWEVER, THAT THE PASSPORT’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 OR FROM THE ESTABLISHED NEGLIGENCE OR WILLFUL MISCONDUCT OF ANY THIRD PARTY. NOTICES ALL NOTICES, CONSENTS, AND COMMUNICATIONS REQUIRED HEREUNDER SHALL BE GIVEN IN WRITING AND DELIVERED VIA ELECTRONIC MAIL OR MAIL, SHALL BE DEEMED TO BE GIVEN UPON RECEIPT THEREOF, AND SHALL BE SENT TO THE ADDRESS BELOW: PASSPORT 1300 S. MINT STREET SUITE 200 CHARLOTTE, NC 28203 EMAIL: JASON.IDILBI@PASSPORTINC.COM ENTIRE AGREEMENT THIS AGREEMENT REPRESENTS THE FULL AND COMPLETE UNDERSTANDING OF THE PARTIES AND SUPERSEDES ANY AND ALL PRIOR AGREEMENTS. Packet Pg 98 6 EXHIBIT B SUPPORTED PAYMENT GATEWAYS 1. Authorize.net 2. Converge • Elavon Gateway Product 3. FirstData Direct Connect 4. Internet Secure 5. Moneris 6. Point and Pay Packet Pg 99 6 EXHIBIT C MARKETING SERVICES PROVIDED BY PASSPORT N/A Packet Pg 100 6 EXHIBIT D MARKETING SERVICES PROVIDED BY PROVIDER N/A Packet Pg 101 6 Page intentionally left blank. Packet Pg 102 6