Loading...
HomeMy WebLinkAbout07-18-2017 Item 10 - Authorize RFP for License Plate Recognition Meeting Date: 7/18/2017 FROM: Daryl Grigsby, Director of Public Works Prepared By: Scott Lee, Parking Services Manager SUBJECT: AUTHORIZE REQUEST FOR PROPOSAL FOR LICENSE PLATE RECOGNITION (LPR), SPECIFICATION NO 91547 RECOMMENDATION 1. Authorize the issuance of a Request for Proposal (RFP) for License Plate Recognition System (LPR), Specification No. 91547; and 2. Authorize the City Manager to enter into a contract with the successful bidder within authorized project budget not to exceed $145,000, and 3. Authorize the City Attorney to approve modifications to the form of the contract with the successful bidder. DISCUSSION The purpose of this project is to assist the Parking Services Division in the identification of vehicles to determine whether the vehicle has exceeded the all owed parking time permitted at its current location or has the proper permit for a given area . The project will also assist in the data collection necessary to update and maintain the Park + model currently used by the city. This system will gather and process vehicle parking data far more efficiently than the manual collection processes currently utilized by Parking Services. Mobile license plate reader systems use image processing technology to identify vehicles through their license plates, and uses cameras to capture images of the front and/or rear of a vehicle. This will allow parking enforcement officers to effectively enforce the parking laws of the city. The system will use real-time database matching which is helpful in stolen vehicle enforcem ent and other similar police enforcement actions and this information will be routed directly to the police department. Information will be gathered, processed and stored electronically and will be used for enforcement, occupancy and parking trend analysi s. The information will only be retained in the system for the time period needed and then will automatically be deleted. While LPR is intended primarily for enforcement purposes, this technology will also automate the collection efforts and improve accuracy of the data used to update the Kimley-Horn Park + model currently being used by Parking Services. Data can also be gathered to assist in the determination of whether an area should have parking restrictions added (i.e. meters, time limits, etc.) and will allow these determinations to be made faster and with more complete information. Funding in the amount of $135,000 was approved in FY15 -16 and an additional $10,000 was approved in FY16-17. Packet Pg. 95 10 NEXT STEPS Solicitation for proposals will be done by publicizing the RFP in various parking industry periodicals and websites, in addition to local notification required by the City’s Municipal and Public Resource Codes. The RFP is scheduled to be released to the public upon approval by Council. After proposals are received and accepted by the City in August 2017, a team of City staff will review each proposal for conformity and “best value”. The top ranked firm(s) will be invited to formal interviews to highlight their capabilities, provide demonstrations of their products and services and to make recommendations to staff about the specific configuration and equipment necessary to meet the city’s needs. Negotiations will then begin with the top ranked firm. The new contract will become effective and work will begin shortly after approval and award. CONCURRENCES Public Works Transportation and SLOPD concur with this RFP. ENVIRIONMENTAL REVIEW The recommended actions are not subject to the California Environmental Quality Act. FISCAL IMPACT Currently the authorized project budget is $145,000. The project is proposed to be funded by Parking Fund. The anticipated annual cost for the support and maintenance of the new system will be included in the operating expenses budget annually. ALTERNATIVES Alternative 1: The City Council may choose to not approve the RFP for the LPR system and instruct Staff to continue to manually enforce all parking regulations and manually collect data for updating the Park + model and seek other alternatives. The Parking Manager and staff do not recommend this alternative as this option is time consuming and does not improve the overall capabilities of the division. Attachments: a - 2017 Mobile LPR RFP Packet Pg. 96 10 Page 1 LPR RFP – specification no. 91547 990 Palm Street  San Luis Obispo, CA 93401 Notice Requesting Proposals for MOBILE LICENSE PLATE RECOGNITION SYSTEM (LPR) Specification No. 91547 The City of San Luis Obispo is soliciting proposals from qualified vendors for a Mobile License Plate Recognition System, pursuant to Specification No. 91547. 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, August 17, 2017. Proposals received after said date and time will not be considered. To guard against premature opening, each proposal shall be submitted to the Finance Department in a sealed envelope plainly marked with the proposer’s name, specification number, proposal title and due date of proposal opening. Hard copied proposals shall be submitted along with the required forms provided in the specification package and following instructions contained herein. Proposals packages may be obtained at either: The City’s website: www.SLOCity.org – Doing Business – Bids & Proposals Page; or a http://www.slocity.org/government/department-directory/public-works/public-works-bids-proposals Additional information may be obtained by contacting: Scott Lee, Parking Manager, (805) 781-7234 or slee@slocity.org Nicole Lawson, Supervising Administrative Assistant, (805) 781-7059 or nlawson@slocity.org For Public Records requests see Section 1.14 Packet Pg. 97 10 Page 2 LPR RFP – specification no. 91547 Specification No. 91547 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. 98 10 Page 3 LPR RFP – specification no. 91547 3.4. Permits and Licenses ........................................................................................................................ 9 3.5. Safety Provisions .............................................................................................................................. 9 3.6. Public and Employee Safety ............................................................................................................. 9 3.7. Preservation of City Property ........................................................................................................... 9 3.8. Immigration Act of 1986 .................................................................................................................. 9 3.9. Proposer Non-Discrimination .......................................................................................................... 9 3.10. Work Delays ..................................................................................................................................... 9 3.11. Payment Terms .............................................................................................................................. 10 3.12. Inspection ....................................................................................................................................... 10 3.13. Audit ............................................................................................................................................... 10 3.14. Interests of Proposer ...................................................................................................................... 10 3.15. Hold Harmless and Indemnification ............................................................................................... 10 3.16. Contract Assignment ...................................................................................................................... 10 3.17. Termination .................................................................................................................................... 10 4. PROPOSAL CONTENT AND SELECTION PROCESS ............................................................. 11 4.1. Overview ........................................................................................................................................ 11 4.2. Calendar of Events ......................................................................................................................... 11 4.3. Background .................................................................................................................................... 12 4.4. Objectives ....................................................................................................................................... 12 4.5. Functional and Technical Requirements ........................................................................................ 12 4.6. Scope of Work ................................................................................................................................ 13 4.7. Selection Process ............................................................................................................................ 13 5. REQUIRED SUBMITTALS AND CONTENT OF PROPOSALS .............................................. 13 Chapter 1: Title Page ...................................................................................................................... 14 Chapter 2: Table of Contents ......................................................................................................... 14 Chapter 3: Executive Summary ...................................................................................................... 14 Chapter 4: Project Manager ........................................................................................................... 14 Chapter 5: Organizational Experience ........................................................................................... 14 Chapter 6: Organizational Chart and Project Team ...................................................................... 14 Chapter 7: References ......................................................................................................................... 14 Chapter 8: Customer Service and Technical Support ..................................................................... 14 Chapter 9: Sub Proposers ............................................................................................................... 14 Chapter 10: System Specifications ................................................................................................. 14 Packet Pg. 99 10 Page 4 LPR RFP – specification no. 91547 Chapter 11: Implementation .......................................................................................................... 15 Chapter 12: Risks ............................................................................................................................ 15 Chapter 13: Disclosure of Past Contract Failures and Litigation .................................................... 15 Chapter 14: Proposer’s Financial Stability Assurance .................................................................... 15 Chapter 15: Fee Proposal ............................................................................................................... 15 Chapter 16: Additional Required Forms ......................................................................................... 17 REQUIRED FORMS ................................................................................................ 18 FORM A: SIGNATURE AFFIDAVIT ......................................................................................................... 18 FORM B: VENDOR PROFILE ............................................................................................................ 19 FORM C: REFERENCES .................................................................................................................... 20 FORM D: STATEMENT OF PAST CONTRACT DISQUALIFICATIONS ................................................ 23 FORM E: COST PROPOSAL SUBMITTAL FORM .............................................................................. 24 FORM F: OPTIONAL COST PROPOSAL SUBMITTAL FORM ............................................................. 25 APPENDICES ...................................................................................................... 26 APPENDIX A: SAMPLE AGREEMENT ............................................................................................... 26 APPENDIX B: INSURANCE REQUIREMENTS .................................................................................... 28 APPENDIX C: FUNCTIONAL AND TECHNICAL REQUIREMENTS ...................................................... 30 Packet Pg. 100 10 Page 5 LPR RFP – specification no. 91547 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 Mobile License Plate Recognition System (LPR). Vendors submitting proposals (“Proposers”) are required to read this Request for Proposals (“RFP”) in its entirety and follow the instructions contained herein and shall meet all of the terms, and conditions of the RFP specifications package. By virtue of its proposal submittal, the Proposer acknowledges agreement with and acceptance of all provisions of the RFP specifications. 1.2 Contract Term and Optional Extensions This shall be a Contract for Purchase of Services (Appendix A) for the purchase, installation, implementation, training, configuration, and services related to the implementation, with an end date coinciding with completion and acceptance of the implementation services. A separate Contract for Purchase of Services for the future maintenance and support services, which may be annual and renewable of for a set number of years will be required. 1.3 Important Dates Deliver proposals no later than the due date and time indicated below. The City will reject late proposals: Issue Date: July 21, 2017 Due Date: August 17, 2017, 3:30PM, PDT 1.4 Proposal Submittal and Format Each proposal must be submitted in hard copy form (i.e. printed) with a total of five (5) copies provided in the order provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be enclosed in an envelope that shall be sealed and addressed to: Finance Department Attn: Lorraine Colleran City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 No FAX submittals will be accepted. 1.5 Labeling All proposals must be clearly labeled: Proposer’s Name and Address: ________________________ Specification # 91547 Title: Mobile License Plate Recognition System DUE: August 17, 2017, 3:30pm, PDT 1.6 Insurance Certificate Each proposal must include a certificate of insurance showing: A. The insurance carrier and its A.M. Best rating. Packet Pg. 101 10 Page 6 LPR RFP – specification no. 91547 B. Scope of coverage and limits. C. Deductibles and self-insured retention. The purpose of the submittal is to generally assess the adequacy of the Proposer’s insurance coverage during proposal evaluation; as discussed below, endorsements are not required until contract award. The insurance requirements are detailed in Section 2.4. 1.7 Submittal of References Each proposer shall submit a minimum of three (3) references on the form provide in the RFP package as Form C. 1.8 Statement of Contract Disqualifications Each Proposer shall submit a statement regarding any past government disqualifications on the form provide in the RFP package as Form D. 1.9 Withdrawal or Revision of Proposals Proposers may, without prejudice, withdraw proposals by requesting such withdrawal prior to the time specified for the proposal opening, by submitting a written request to the Bid Administrator for its withdrawal, in which event the proposal will be returned to the Proposer unopened. All proposals will be opened and declared publicly. Proposers may modify their proposal at any time prior to the due date and time of submission for proposals. 1.10 Multiple Proposals Multiple proposals from Proposers are NOT permitted. 1.11 Procuring Agency/ Personnel The City of San Luis Obispo is the procuring agency: Scott Lee, Parking Manager City of San Luis Obispo (805) 781-7234 slee@SLOCity.org The City of San Luis Obispo Finance Department administers the procurement function: Lorraine Colleran (Bid Administrator) Finance Department 990 Palm Street San Luis Obispo, CA 93401 (805) 781-7435 LColleran@SLOCity.org 1.12 Inquiries and Clarifications Proposers are to raise any questions they have about the RFP document without delay. Direct any questions concerning due dates and/or actual submittals to the bid administrator either by phone or in writing. Direct all technical questions, those concerning specifications and/or scope of work, to the procuring agency, either by phone or in writing. 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. 102 10 Page 7 LPR RFP – specification no. 91547 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 180 days for examination and comparison. The City also reserves the right to waive non-substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. 2.2 Competency and Responsibility of Proposer The City reserves full discretion to determine the competence and responsibility, professionally and/or financial stability, of Proposer. Proposer will provide, in a timely manner, all information that the City deems necessary to make such a decision. 2.3 Form of Agreement Proposers are responsible for reviewing this Form of Agreement prior to submission of their proposal. The Form of Agreement shall serve as the basis for the contract resulting from this RFP. The terms of this template contract shall become contractual obligations following award of the RFP. By submitting a proposal, the contract shall become contractual obligations following award of the RFP. By submitting a proposal, Proposers affirm their willingness to enter into a contract containing these terms. Packet Pg. 103 10 Page 8 LPR RFP – specification no. 91547 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 resulti ng contract, as a consequence of failure to make necessary examinations and investigations, shall be accepted as an excuse for any failure or omission on the part of the Proposers to fulfill the requirements of the resulting contract. 3 CONTRACT PERFORMANCE 3.1 Ability to Perform The Proposer warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. 3.2 Laws to be Observed The Proposer shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obi spo 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. 104 10 Page 9 LPR RFP – specification no. 91547 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 g ood as when the Proposer began work. 3.8 Immigration Act of 1986 The Proposer warrants on behalf of itself and all sub Proposers engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 3.9 Proposer Non-Discrimination In the performance of this work, the Proposer agrees that it will not engage in, nor permit such sub Proposers as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. 3.10 Work Delays Should the Proposer be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the Proposer. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. Packet Pg. 105 10 Page 10 LPR RFP – specification no. 91547 3.11 Payment Terms Payments will be made consistent with the Agreement. The City's standard payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment or services provided by the Proposer (Net 30). 3.12 Inspection The Proposer shall furnish City with every reasonable opportunity for City to ascertain that the services of the Proposer are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Proposer of any of its obligations to fulfill its contract requirements. 3.13 Audit The City shall have the option of inspecting and/or auditing all records and other written materials used by Proposer in preparing its invoices to City as a condition precedent to any payment to Proposer. 3.14 Interests of Proposer The Proposer covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Proposer further covenants that, in the performance of this work, no sub Proposer or person having such an interest shall be employed. The Proposer certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Proposer shall at all times be deemed an independent Proposer and not an agent or employee of the City. 3.15 Hold Harmless and Indemnification The Proposer agrees to defend, indemnify, protect and hold the City and its agent s, 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 Pro poser a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. Packet Pg. 106 10 Page 11 LPR RFP – specification no. 91547 If the Proposer has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Proposer to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Proposer's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination thereof. In said event, the Proposer shall be entitled to the reasonable value of its ser vices 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 Mobile License Plate Recognition System (LPR). The Mobile License Plate Recognition System shall function in the manner described herein. The City requires well-managed and financially sound Proposers with demonstrated skills, technical ability, and high levels of customer service and satisfaction, to fulfill the requirements outlined in this RFP. Proposers must have at least five years of experience with, and provide references demonstrating relevant services were provided. Only those firms with verifiable experience in LPR 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. Packet Pg. 107 10 Page 12 LPR RFP – specification no. 91547 Figure 4-2: Calendar of Events Date Event Friday, July 21, 2017 Issue date of RFP Thursday August 17, 2017 3:30pm PST Proposals due August 2017 Evaluation of proposals September 2017 Interviews and Recommendations September 2017 Negotiation and recommend Vendor October 2017 Contract Routing to City Council October 2017 Contract Award November 2017 Contract begins 4.3 Background The City of San Luis Parking Services Division has conducted manual on-street parking studies on metered blocks. Data gathered includes whether a vehicle is present, whether the meter is paid, and whether the space is out-of-service. Manual on-street studies are also conducted on non-metered blocks on an as-needed basis to examine adherence to time limits, residency in permit areas and to evaluate the potential for adding metered or timed parking. Manual on-street and off-street parking studies are also carried out by staff to determine whether a vehicle has overstayed the 72-hour maximum allowed for transient customers. 4.4 Objectives Due to the need to more efficiently gather parking data, the City of San Luis Obispo Parking Services seeks a mobile License Plate Recognition system (LPR). The City has recently purchased the Park+ parking analysis software from Kimley-Horn and Associates. The objective of this RFP is to contract with a qualified proposer to provide an integrated, efficient, functional and reliable “state of the art” mobile LPR system to provide sufficient parking data for this software, and a means of gathering on-street parking data more efficiently than the manual studies the Parking staff has done in the past. Similarly, more efficient means of gathering off-street parking data are desired to better manage off-street facilities. 4.5 Functional and Technical Requirements The required Functional and Technical Requirements are further described in Appendix C: Functional and Technical Requirements. Packet Pg. 108 10 Page 13 LPR RFP – specification no. 91547 Appendix C includes a list of the features the City requires to be provided in the Mobile LPR System. This list may be amended by the City without notice. 4.6 Scope of Work Not applicable 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 Cit y may request that Proposers demonstrate their product either as part of the interview process or separately from it. The City, at its discretion, may make site visits to locations where the Proposers systems are in use. The Proposers shall be evaluated on the following: o Understanding of the work required by the City; o Quality, clarity and responsiveness of the proposal; o Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City; o Recent experience in successfully performing similar services; o Proposed approach in completing the work; o References; o Background and experience of the specific individuals to be assigned to this project; and o Presentation Interviews. As reflected above, contract award will not be based solely on price, but on a combination of the factors determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected Proposers, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. Once prospective Proposers have been evaluated by the evaluation panel, negotiations shall begin. If negotiations are unsuccessful, talks with that Proposer will be abandoned and negotiations will then commence with the next qualified Proposer, and so on, until a final agreement has been reached and a contract prepared. Staff will present their findings to the City Council, which, at its discretion, will award a contact. 5. REQUIRED SUBMITTALS AND CONTENT OF PROPOSALS Proposing companies desiring to respond to this Request for Proposal (RFP) shall submit their proposal in sufficient detail to allow for a thorough evaluation and comparative analysis. The City shall use the responses as the basis of its evaluation. The proposals should be as brief and concise as possible without sacrificing clarity. Proposals containing irrelevant material or an abundance of excessively vague language may be penalized in t he 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. Packet Pg. 109 10 Page 14 LPR RFP – specification no. 91547 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: o Briefly describe your firm’s organization and history in relation to providing mobile License Plate Recognition System (LPR) similar to the services described in this RFP. o Your experience including the number of years in business. 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. Chapter 4: Project Manager Identify the Project Manager you propose to assign to the engagement. Provide background on the experience of the Project Manager. Limit your response to three pages. Chapter 5: Organizational Experience Not applicable Chapter 6: Organizational Chart and Project Team Provide a list of staff that will be committed to the project, with their professional resumes. Chapter 7: References Provide three references from similar projects and clients. Limit your response to three pages. 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 b enefit the City. Any additional features that would be relevant can also be included here. 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 Mobile License Plate Recognition System. Limit your response to ten pages. At a minimum include: o A narrative overview of your system and its functionality. Packet Pg. 110 10 Page 15 LPR RFP – specification no. 91547 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 four 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. 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 Not applicable Chapter 15: Fee Proposal Include detailed pricing information for the mobile License Plate Recognition System as described in this RFP. Quote fees as all inclusive, not-to-exceed, fixed fees for each relevant aspect of the Mobile License Plate Recognition System. The fee could be a one-time fee, fee per use, fee per year, fee per contract period, 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. Packet Pg. 111 10 Page 16 LPR RFP – specification no. 91547 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. Provide detail in your narrative responses to ensure clarity. o Software/Product Licenses o Project Management o Travel o Design/Planning o Equipment Fees o Customizations o Interface Development o Training o Deployment (Installation) o Support and Maintenance Present the fees of ongoing support and maintenance for your LPR 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. 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 five (5) years. Proposer is encouraged to quote Support and Maintenance fees beyond year five, for as many years as they are willing to include in the contract. The City reserves the right to make an award without further discussion of the fee proposal submitted. Therefore, the Proposer should submit the fee proposal on the most favorable terms they can offer. However, this does not limit the City from negotiating with the selected Proposer. Fees will be evaluated on both initial and ongoing fees. The financial evaluation will be based on the total (life cycle) fee of ownership for the system over a period of up to ten (10) years, or longer if determinable. The fees used will be those provided by Proposer and as established by the City for hardware/software and system operations. Configuration Adjustment: The City reserves the right to select and exclude any software for the acquisition regardless of the configuration proposed. As part of the evaluation process, the City may find it necessary to add or delete software or services from proposals to make equivalent comparisons. A finalization of the specifications and scope of services is expected as a part of final contract negotiation or through a Best and Final Offer (BAFO) process. By the BAFO the Proposer(s) remaining in the process will have met with the City and or demonstrated their product giving them the opportunity to obtain a complete understanding of all requirements. Packet Pg. 112 10 Page 17 LPR RFP – specification no. 91547 Chapter 16: Additional Required Forms and/or Attachments Include the following required forms and/or attachments to your Proposal. Forms are included in the RFP. o Form A – Signature Affidavit – A company representative with authority to bind the Proposer to the City by contract shall sign the form, attesting the proposal has been submitted in conformance to stated requirements. o Form B – Vendor Profile – complete the information about your firm. o Form C – References o Form D – Statement of Past Contract Disqualifications o Form E – Cost Proposal Submittal Form o Form F – Optional Cost Proposal Submittal Form Packet Pg. 113 10 Page 18 LPR RFP – specification no. 91547 FORM A: SIGNATURE AFFIDAVIT NOTE: THIS FORM MUST BE RETURNED WITH YOUR RESPONSE. In signing proposals, we certify that we have not, either directly or indirectly, entered into any agreement or participated in any collusion or otherwise taken any action in restraint of free competition; that no attempt has been made to induce any other person or firm to submit or not to submit proposals, that proposals have been independently arrived at, without collusion with any other Proposers, competitor or potential competitor; that proposals have not been knowingly disclosed prior to the opening of proposals to any other Proposers or competitor; that the above statement is accurate under penalty of perjury. The undersigned, submitting this proposal, hereby agrees with all the terms, conditions, and specifications required by the City in this Request for Proposal, declares that the attached proposal and pricing are in conformity therewith, and attests to the truthfulness of all submissions in response to this solicitation. Proposers shall provide the information requested below. Include the legal name of the Proposer and signature of the person(s) legally authorized to bind the Proposers to a contract. SIGNATURE AND DATE OF AUTHORIZE REPRESENTATIVE PRINT NAME: __________________________________________________ FIRM (PROPOSER) NAME: ________________________________________ Packet Pg. 114 10 Page 19 LPR RFP – specification no. 91547 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. 115 10 Page 20 LPR RFP – specification no. 91547 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. 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. 116 10 Page 21 LPR RFP – specification no. 91547 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. 117 10 Page 22 LPR RFP – specification no. 91547 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. 118 10 Page 23 LPR RFP – specification no. 91547 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. 119 10 Page 24 LPR RFP – specification no. 91547 FORM E: COST PROPOSAL SUBMITTAL FORM The City is requesting proposals for a mobile License Plate Recognition System (LPR). Each Proposer shall fill out the following cost proposal. 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 th e costs below as well as a detailed price list shall also be provided. Provide cost proposal associated with the purchase of one (1) LPR unit and required backend software, hardware and other components necessary to operate the LPR system. Provide the additional costs related to addition of a second or third LPR system. DESCRIPTION COST 1a) SINGLE Portable License Plate Recognition System in accordance with all the specifications outlined. $ 1b) each ADDITIONAL Portable License Plate Recognition System in accordance with all the specifications outlined. $ 2a) SINGLE Fixed License Plate Recognition System in accordance with all the specifications outlined. $ 2b) each ADDITIONAL Fixed License Plate Recognition System in accordance with all the specifications outlined. $ Make sure pricing includes all technical support, training, delivery, installation and warranty. As noted above, prepare the fee proposal as all inclusive, not -to-exceed, fixed fees: • All inclusive – Covers all direct and indirect necessary expenses included but not limited to: travel, telephone, copying, and other out-of-pocket expenses • Not-to-exceed – The actual fees shall not exceed the amount specified in Fee Proposal • Fixed Fee – All prices, rates, fees, and conditions outlined in the proposal shall remain fixed and valid for the entire length of the contract and any/all renewals. Packet Pg. 120 10 Page 25 LPR RFP – specification no. 91547 FORM F: OPTIONAL COST PROPOSAL SUBMITTAL FORM As part of the Mobile License Plate Recognition System (LPR), some spare or additional equipment or services may be added by the City. By inclusion of Form F, City is not required to purchase, lease or otherwise acquire any hardware, software, training, or other services specified in this section. Complete table with per unit costs/fees that the Proposer offers and feels the City may be interested in considering: Description of Equipment or Service Unit $ per Annual software/hardware warranty Year $ Packet Pg. 121 10 Page 26 LPR RFP – specification no. 91547 Appendix A: FORM OF AGREEMENT (SAMPLE) THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [date], by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR’S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. W I T N E S S E T H: WHEREAS, on [date], City requested proposals for a Mobile License Plate Recognition System (LPR) per Specification No. 91547. WHEREAS, pursuant to said request, Contractor submitted a proposal which was accepted by City for said [supplies, equipment, services, project, whatever]. NOW THEREFORE, in consideration of their mutual promises, obligations, and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance or completion of said [supplies, equipment, services, project, whatever]. 2. INCORPORATION BY REFERENCE. City Specification No. 91547 and Contractor's proposal dated [date], are hereby incorporated in and made a part of this Agreement. 3. CITY'S OBLIGATIONS. For providing [supplies, equipment, services, project, whatever] as specified in this Agreement, City will pay and Contractor shall receive therefor compensation in a total sum not to exceed [$ .00]. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specification. 5. AMENDMENTS. Any amendment, modification, or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the Council [or other official] of the City. Packet Pg. 122 10 Page 27 LPR RFP – specification no. 91547 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduce d to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Contractor [ ] [ ] [ ] [ ] 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO ____________________________________ By:____________________________________ City Clerk City Manager APPROVED AS TO FORM: CONTRACTOR _____________________________________ By: ___________________________________ City Attorney Packet Pg. 123 10 Page 28 LPR RFP – specification no. 91547 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. 124 10 Page 29 LPR RFP – specification no. 91547 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. 125 10 Page 30 LPR RFP – specification no. 91547 Appendix C: FUNCTIONAL AND TECHNICAL REQUIREMENTS It is the intent of the City to have incorporated, included or provided 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. Mandatory Specifications 1. Equipment must be mountable to a car or truck without increasing the width or height of the vehicle by more than twelve inches. 2. Equipment must function without failure in wind, rain, snow, and temperatures above 100 deg. F. 3. Equipment must have a display on the interior of the vehicle that shows vehicle plate numbers as they are scanned. This display must be clearly visible to the operator(s) from both front seats of the vehicle. 4. Equipment must be able to read license plates on both sides of the vehicle simultaneously at speeds up to 25 mph with an accuracy of at least 90 percent . 5. The City prefers bidders to offer both a theft-resistant permanent installation option, and a portable option. The time required to dismount and remount the portable version shall be 30 or fewer minutes. 6. All wiring and components must be installed to meet the vehicle’s original manufacturer’s specifications and not void any vehicle warranties. 7. When used in off-street facilities, the inventory upload into the Parking Services PARCS servers shall be automated and require 30 or fewer minutes to complete. 8. If the Mobile LPR system uses software that is route-specific, meaning that the inventory takers must follow a pre-determined route when circulating through the facilities or streets to obtain the inventories, such software shall be GUI-modifiable by the user to alter pre-determined routes to reflect changes in parking configurations. 9. The system shall have multiple cameras in order to capture license plate data from vehicles parked on either side of a bi-directional or uni-directional drive aisle. Multiple passes down a single drive aisle is not acceptable. 10. Bidder must provide training and support for the LPR system and database download component for one year. The training will consist of at least 2 classroom trainings and support 24 hours per day 7 days per week for an entire year. 11. The LPR system must be able to read license plates at all angles to the LPR vehicle between perpendicular and parallel. 12. The LPR system must be able to read license plates as close as five feet from the camera or as far as fifteen feet from the camera. 13. The LPR system must have the ability to store 10,000 vehicle images. Packet Pg. 126 10 Page 31 LPR RFP – specification no. 91547 14. The LPR system software must have the ability to count and report the number of vehicles in any given lot or garage. 15. The LPR system software must collect spatial coordinates, time and date of reading, and a photograph of each vehicle surveyed. All records must be exportable in a format compatible with ESRI ArcGIS and MS Excel. 16. The LPR system must give a visual and audible warning when it finds a vehicle that is in violation of time restrictions or permit requirements. 17. All mounting hardware for the LPR system must be provided by the vendor. 18. The LPR system must have electronic tire-chalking capability. 19. Bidder must provide a detailed list of parts, including line/item un it pricing on an FOB Destination basis. 20. The LPR system shall alert the driver of a possible miss-read and allow the driver to correct the data at the time of taking inventory. The LPR system shall also allow corrections to be made once the inventory has been uploaded to the server. 21. The LPR system must perform with 90 percent accuracy in all indoor or outdoor lighting conditions regardless of the time of day or night. The Vendor shall provide any necessary shading or lighting elements required to mitigate th e effect of the ambient lighting conditions on the LPR system performance. 22. All items bid are to be new product (not used, remanufactured, refurbished, rebuilt, etc.) 23. At a minimum, the Standard Manufacturer’s Warranty against defects and workmanship is required. Include information about your specific warranty, including your policy on replacement and repairs. 24. The LPR system shall be designed to operate in North America, where plate styles, fonts, size and spacing cannot be predetermined. All plates issued b y states within the US and plates issued by Canadian authorities as well as Mexican authorities shall be readable, including license plates that are stamped metal as well as plates that are flat (painted only). Packet Pg. 127 10 Page intentionally left blank. Packet Pg. 128 10