Loading...
HomeMy WebLinkAbout06-06-2017 Item 17 2017 Parking Fund Review no Presentation17 CouncilAgenda Report I5 Meeting Date: 6/6/2017 FROM: Daryl Grigsby, Director of Public Works Prepared By: Scott Lee, Parking Services Manager SUBJECT: 2017 PARKING FUND REVIEW RECOMMENDATIONS 1. Review and accept the 2017-19 Parking Fund Analysis; and 2. Conceptually approve the Parking Enterprise Fund budget for 2017-19 with final action on June 20, 2017 with the adoption of the 2017-19 Financial Plan; and 3. Authorize the release of the Parking Structure Assessment and Maintenance Report Request for Proposal (RFP); and 4. Introduce an ordinance approving an increase in parking rates for metered spaces effective January 1, 2018, July 1, 2019 and again on July 1, 2020; and 5. Adopt a resolution approving modifications to parking rates in the parking structures effective January 1, 2018 and July 1, 2020; and 6. Adopt a resolution to modify/increase the fine and forfeiture amounts for certain parking violations identified in the resolution effective January 1, 2018. REPORT IN BRIEF On April 18th, 2017 the Council received a five year forecast for the Parking Fund as part of the Strategic Budget Direction (SBD). Since that time, projections for revenues and expenses have been refined and staff has conducted public outreach for potential changes to rates, fines and forfeitures that are necessary to help the fund meet is financial obligations. The SBD identified that working capital for the fund at the end of Fiscal Year 2015-16 was over $11.9 million. The SBD did not include any proposed rate changes as part of the forecast so the fiscal outlook for the next five years showed the working capital balance decreasing each year with a projection of falling to less than one-third the current level in the outmost year (2021-22). Additionally, the forecast included the funding (through partial debt financing) of the Palm Nipomo structure in 2019-20, but even without this major project, the annual working capital balance would continue to decrease due to expenditures exceeding annual revenue. At SBD staff requested and council conceptually approved multi-year rate increases be adopted as part of the adoption of the Financial Plan based on the forecasted expenditures, current level of rates and projected revenues and working capital balances. Staff recommends that the Council reviews and adopts the specific rates, fines and forfeitures proposed in this report. This will reestablish the relationship between certain types of rates (permit v. hourly) and build a working capital balance necessary for the long-term sustainability and reinvestment in capital projects of the Parking Enterprise Fund, including but not limited to facilitating the construction of the Palm Nipomo structure. In addition to the Palm Nipomo Structure, the Parking Enterprise Fund expenditures include Packet Pg 307 17 completing for the parking structure assessment program (RFP release being recommended as part of this item), the Marsh Street Structure Maintenance and the long awaited replacement of the Parking Access Revenue Control System (PARCS) in our structures. DISCUSSION This report presents the final 2017 Parking Fund Review. It highlights adjustments made to the Parking Fund Analysis since the preparation of the 2016-17 Financial Plan Supplement, the 2016-17 Mid -Year budget and information given to Council as part of the Strategic Budget Direction session on April 18, 2017. Attachment A is the full fund review for the Parking Fund for FY 2016-17. As outlined in the analysis, the Parking Services Division is able to: 1. Provide parking services and enforcement for the Downtown Area for businesses, visitors and patrons; 2. Provide parking services and enforcement for residential permit district and other areas seven days per week; 3. Fund the debt service for the existing parking structures as well as new long-term financing obligations for the Palm-Nipomo parking structure; 4. Meet bond covenants and debt ratios to maintain a strong bond rating; S. Fund reserves as set by city policy; and 6. Continue capital maintenance projects to maintain assets and provide high quality: Major assumptions that effect the position of the fund include: 1. Revenue and expense changes resulting from lot closures in the last two years and projected construction closure of Lot 14 in FY19-20 (location of the Palm Nipomo structure). 2. Increased retirement costs commencing on July 1, 2018 due to change in Ca1PERS discount rate. 3. The Palm-Nipomo Parking structure is scheduled to begin construction in FY 2019-20 and is partially debt financed at $17.6 million. 4. Proposed Rate and Fine Adjustments as shown in Exhibit B. The Parking Fund remains in a healthy position with a continued modest year-end working capital in preparation for commencing with the Palm Nipomo Parking Structure. The five-year forecast indicates the fund is able to support current expenses, capital projects, and debt service obligations while maintaining the minimum 20% reserve level in working capital in accordance with the City Financial Management policies. However, the base five-year forecast shown as part of the SBD assumed minimal CIP investment in our facilities. This is anticipated to change as a result of the Structure Assessment Study. That potential investment, combined with no additional changes in rates or fine would result in a further annual fund balance decline as expenses exceed revenues. Reinvestment in these community assets is necessary to support the city's long-term fiscal health and sustainability. This report highlights significant issues that affect the Parking Fund for the FY 2017-19 Financial Plan and beyond including the four CIP projects identified below: Packet Pg 308 17 1. The Structural Assessment Study will be undertaken in FYI 7-18 for each of the existing parking structures and may result in the identification of additional capital projects. The RFP release is recommended as part of this proposed Council action. 2. The Marsh Street Structure maintenance project is anticipated to begin in FY17-18 and includes resealing decks, painting, lighting replacement and elevator upgrades to extend the useful life of the structure. 3. The Payment Access and Revenue Control System (PARCS) replacement of existing hardware and software operating in the three existing parking structures is allocated in FY 18-19 but design and final costs are currently underway. 4. The Palm-Nipomo Parking Structure is moving forward with environmental review and additional design work. It is programmed to begin construction in FY19-20 but will continue to expend funds in FYI 7-18 for planning and design aspects. 5. Increase in operating costs, including pension changes are forecasted for the fund. Parking Fund Revenues Parking Fund revenues will continue to grow due to the economic recovery but will be tempered by the recent loss of on -street meters and lot closures for the Garden Street and Chinatown projects. Revenue projections for the five-year forecast assume an annual 1% growth in volume due to redevelopment activity and other factors. Historically, the Parking Enterprise Fund has assumed the need for a 10% increase in revenues every third year (by rate, fines and forfeitures changes), that generally were from system -wide rate increases. As explained in the SBD, prior increases were delayed or not implemented due to the recession and other factors. The last major increase was delayed in 2008, approved in 2011, and was not implemented until 2015. One-time parking in -lieu fees are projected but the timing and amount is conservative because the payment is sporadic and the annual operating conditions of the fund do not rely on these fees for solvency. Table 1: Parking Fund Revenue Proiections - without rate or fine chan-zes Packet Pg 309 2016-17 2017-18 2018-19 2019-20 2020-21 2021-22 Budget Budget Projected Projected Projected Mid Year Budget Revenues - ---------- - ---------- Parking Meter Collections Lots 166,200 140,400 141,900 122,900 124,200 125,500 Streets 1,539,100 1,648,100 1,664,700 1,681,400 1,698,300 1,715,200 Parking Structure Collections 1,054,700 1,489,500 1,504,400 1,519,500 1,596,700 1,801,100 Long -Term Parking Revenues 434,900 795,000 802,900 810,900 819,100 827,300 Lease Revenues 500,500 502,900 509,800 512,300 514,800 521,800 Parking In -Lieu Fees 20,200 20,400 20,600 20,800 21,000 21,200 Other Service Charges 100 89,100 90,000 96,400 97,400 98,400 Total Service Charges 3,715,700 4,507,200 4,554,300 4,571,400 4,676,700 4,913,700 Investment & Property Revenues 48,200 48,000 52,000 53,900 24,400 22,700 Fines and Forfeitures 669,900 587,300 593,200 599,100 605,100 611,100 Other Revenues 100 100 100 100 100 Total Revenues 4,433,800 5,142,600 5,199,600 5,224,500 5,306,300 5,547,600 Packet Pg 309 17 Table 2: Parking Fund Revenue Projections - WITH proposed rate and fine changes WITH PROPOSED RATE AND FINE 2016-17 2017-18 2018-19 2019-20 2020-21 2021-22 Contract Services 920,364 Budget Budget Projected Projected Projected INCREASES Mid Year Budget 241,171 249,014 256,500 264,100 272,100 Revenues 197,795 61,300 62,600 64,400 66,100 67,700 Parking Meter Collections 157,700 171,800 193,300 207,500 222,300 Lots 166,200 152,500 166,000 142,200 165,400 165,400 Streets 1,539,100 1,787,000 1,942,100 1,942,100 2,252,500 2,252,500 Parking Structure Collections 1,054,700 1,658,900 1,843,300 1,843,300 2,299,100 2,560,500 Long -Term Parking Revenues 434,900 890,800 994,500 1,085,200 1,220,600 1,292,500 Lease Revenues 500,500 500,500 504,900 504,900 504,900 509,400 Parking In -Lieu Fees 20,200 20,200 20,200 20,200 20,200 20,200 Other Service Charges 100 113,100 134,600 134,600 181,500 181,500 Total Service Charges 3,715,700 4,896,800 5,336,400 5,403,300 6,281,200 6,619,000 Investment & Property Revenues 48,200 50,000 55,000 60,300 32,500 36,900 Fines and Forfeitures 669,900 616,500 669,000 669,000 686,500 686,500 Other Revenues 100 100 100 100 100 Total Revenues 4,433,800 5,563,400 6,060,500 6,132,700 7,000,300 7,342,500 Operating Program Expenses The Parking Fund 's operating program budget was based on the continuation of existing service levels and staffing, but with reduced contract service expenditures forecast due to reductions in maintenance for closures of Lots 2, 3, and 11. Expected increases in retirement contributions, unfunded liabilities and the effects of the Ca1PERS discount rate adjustment as well as the one-time costs related to the citywide Motion Project have been included. 2016-17 2017-18 M 2018-19 1 2019-20 V 2020-21 2021-2022 Mid Year Budget Budget Projected Projected Projected Budget Staffing * $ 1,031,488 1,060,392 1,086,949 1,119,500 1,153,100 1,187,700 Contract Services 920,364 694,525 703,662 724,800 746,500 768,900 Other Operating Expenses 235,459 241,171 249,014 256,500 264,100 272,100 Retirement Contributions 197,795 61,300 62,600 64,400 66,100 67,700 Unfunded Liabilities 157,700 171,800 193,300 207,500 222,300 Ca1PERS discount Rate Cost - 6,200 12,500 28,500 36,700 Palm Nipomo Expenses - - - - 46,800 192,400 Total Parking Services 2,385,106 2,215,088 2,280,225 2,371,000 2,512,600 2,747,800 General Government 684,603 622,189 622,189 648,400 649,800 651,300 Total Parking Services Operating 3,069,709 2,837,277 2,902,414 3,019,400 3,162,400 3,399,100 Capital Improvement Plan The City's 2017-22 five-year Capital Improvement Plan (CIP) identifies approximately $25.4 Packet Pg 310 17 million projects to be funded by the Parking Fund. Most notable will be the construction of the Palm-Nipomo Parking Structure ($23.6M) anticipated to begin in FY 2019-20. The Palm-Nipomo Parking Structure, when constructed, will permanently remove approximately 77 metered parking spaces in city -owned surface parking Lot 14 and is anticipated to create approximately 400-445 parking spaces; for a net total of 323-368 parking spaces. It is assumed that Palm Nipomo will cost $23.6 million to construct; $17.6 million from debt financing or Bond Issuance and the remaining $6 million from the Parking Fund's working capital. A Parking Structure Assessment will be completed in FY 2017-18 to determine the condition of existing three parking structures and make recommendations for long term maintenance to extend the useful life of each of the facilities. This Assessment may result in additional CEP projects. No additional funding has been approved or requested, except as shown in Exhibit B - Proposed Rate and Fine Adjustments. CIP projects to be completed in the five-year plan include the Marsh Street Structure maintenance project and the long awaited replacement of the Payment Access and Revenue Control System (PARCS) operating in the three existing parking structures. These projects are budgeted to occur in FYI 7-18 and FYI 8-19 respectively. Proposed Revisions to Parking Rates and Fine Amounts As identified in the April 18th SBD meeting, staff has conducted stakeholder outreach regarding potential rate changes for the Parking Fund. On May 11, 2017 staff presented potential rate and fine changes for the fund to the Downtown Association Parking and Access committee. It has been a number of years since a system wide rate change to reflect increases in expense and program needs. In general, the committee understood the need for rate changes and accepted that staff would be recommending to Council to increase rates beginning in FY 2107-18. Therefore, staff recommends that Council approve a multiple year rate and fine increases schedule that will assist in stabilizing the Parking Enterprise Fund for the next five-year period. A multi-year rate plan has been common practice for managing the Parking Enterprise Fund. These increases are recommended to occur in FY17-18 and continue thru FY20-21. This is intended to fund anticipated expenses, capital projects, and debt service obligations This is consistent with the historical trend of rate increases on a three-year cycle and can be tempered with economic changes in condition if necessary. The following is a description of each parking type along with the recommended changes for Council consideration: 1. Metered Spaces Table 3 - Metered Sbaces Tier 1 Super Core 30 minute 2 Hour Credit Card, Coin Tier 2 Core 30 minute 2 Hour Coin, Meter Keys Tier 3 10 -Hour & Permit 5 Minute 10 Hour Coin, Permit Packet Pg 311 17 Table 4 - Proposed Rate Changes Type Current Rate Proposed Jan. 1, 2018 Proposed Proposed July 1, 2019 July 1, 2020 Tier 1 $ 1.50 $ 1.75 $ 2.00 Tier 2 $ 1.25 $ 1.50 $ 1.75 Tier 3 $ 0.75 $ 1.00 $ 1.25 Tier 3 monthly/quarterly $40/$120 $60/$180 $80/$240 $90/$270 Continued differential costs between the Tier 1 and Tier 2 meter rates and hourly structure rates will continue to push increased usage of the parking structures and increase turnover in the on -street meter spaces. Additionally, the rate increases help offset the cost of providing the convenience of credit card acceptance. 2. Parking Structures - hourly & monthly The last rate enhancement in the parking structures was approved in 2011 but the implementation was delayed until 2015 when it was increased from $.75 to $1.00 per hour. The "first 60 minutes free" provision of the structures is proposed as an ongoing practice for the time period in question to allow free short duration visits to Downtown. Proposed parking structure rate changes: a. Increases Effective January 1, 2018: 1. Hourly rate: $1.00 per hour to $1.25 per hour 2. Daily maximum rate: $10.00 to $12.50 3. Structure validation booklets: $60 for 100 hours to $75 for 100 hours 4. Proxcards: Increase all structures from $225 per quarter to $255 per quarter 5. DROP Program (overnight): Increase from $300 per quarter to $375 per quarter b. Increase Effective July 1, 2020: 1. Hourly rate: $1.25 per hour to $1.50 per hour 2. Daily maximum rate: $12.50 to $15.00 3. Structure validation booklets: $75 for 100 hours to $90 for 100 hours 4. Proxcards: Increase all structures from $255 per quarter to $285 per quarter 5. DROP Program (overnight): Increase from $375 per quarter to $435 per quarter 6. Establish the Palm Nipomo Structure rates as: a. Hourly rate: $1.00 per hour b. Daily maximum rate: $10 c. Proxcards: $225 per quarter d. DROP program at Palm/Nipomo only: $375 per quarter Packet Pg 312 17 3. Annual Residential Permits Type Current Rate Proposed Jan. 1, 2018 Proposed July 1, 2020 Residential Parking Permit $ 10 $ 15 $ 20 DT Residential Permit $ 10 $ 15 $ 20 4. Other: Validation tokens and stickers are available to businesses only in blocks of 100. These blocks have been offered at a forty percent (40%) discount off the hourly structured parking rates. Therefore, it is being proposed that the discount be set at forty percent (40%) and adjust automatically to the then prevailing rate in the structures. 5. Parkin, Fines: Parking Fines are being proposed to increase for five (5) specific violations only. These violations should be increased at the same time as they are comparable violations, and generally occur in the same areas so this will discourage vehicles from finding a "less expensive violation" for essentially the same infraction. Violation Current Fine Amount Proposed Jan. 1, 2018 Expired Meter $ 33 $ 40 Overtime Parking $ 43 $ 50 Passenger Loading Zone $ 33 $ 40 Parking Space Marking $ 33 $ 40 No Permit (parking lot) $ 38 $ 45 Credit Card Acceptance in Parking Structures and Meters Beginning in late 2016, Parking Services began accepting credit cards at the 919 Palm Street structure. Plans are underway to expand the acceptance of credit cards at all locations and expected to be by the end of FYI 6-17. Parking Services is looking to expand the number of credit card capable meters deployed throughout the city. The additional capital and ongoing costs are not projected in the base forecast operating and CIP budget. These additional costs are included in additional CIP Projects included in Exhibit B - Proposed Parking Rate and Fine Adjustments as the revenue from the rate adjustments would be used to fund these additional capital expenditures. ENVIRONMENTAL REVIEW Adoption of a budget is not a project as defined under the California Environmental Quality Act. FISCAL IMPACT Attached to this report is a detailed analysis of the Parking Fund revenues, expenditures, and changes in financial position. The 2017 Parking Fund Analysis includes the key assumptions used in preparing Fund projections. With the proposed rate and fine increases, the Packet Pg 313 17 analysis presented to Council in this report and in the Preliminary 2017-19 Financial Plan, demonstrate sufficient funds to support operations, capital projects, and debt service needs of the Parking Fund including the CIP projects yet to be specifically identified. ALTERNATIVES Council, at its discretion, can adopt all or part of the requested rate and fine increases or proposed capital improvement projects, presented in this report. Attachments: a - 2017-19 Pkg Fund Analysis b - Structure Assessment RFP c - Ordinance - Meter Rates - 2017 d - Resolution - Parking Structure Rates - 2017 e - Resolution - Modifying Parking Citation Fines - 2017 Packet Pg 314 Parking Enterprise Fund ATTACHMENT X 2017-19 Financial Plan Parking Enterprise Fund 2017 Fund Analysis May 17, 2017 Packet Pg 315 17 Attachment A Page 2 2017 Parking Fund TABLE OF CONTENTS Contents I. OVERVIEW........................................................................................................................... 3 11. 2017-19 FINANCIAL PLAN................................................................................................. 4 a. Summary of Operating Programs..................................................................................... 4 b. Capital Improvement Program............................................................................................ 4 c. Revenues............................................................................................................................. 5 d. Debt Service........................................................................................................................ 6 e. Revenue over/(Under) Expenses and Working Capital.........................................6 III. ASSUMPTIONS.....................................................................................................................7 1. General Assumptions.......................................................................................................... 7 2. Parking Lots........................................................................................................................ 7 3. On -Street Metered Parking................................................................................................. 7 4. Parking Structures............................................................................................................... 7 5. Long -Term Parking............................................................................................................. 8 6. Parking Leases.................................................................................................................... 8 7. Parking In-Lieu................................................................................................................... 8 8. Investment Earnings............................................................................................................ 8 9. Parking Fines...................................................................................................................... 8 10. Transportation & General Government Expenses.............................................................. 8 11. Capital Improvement Plan (CIP) Expenses........................................................................ 9 12. Debt Service........................................................................................................................ 9 EXHIBITS....................................................................................................10 IV. EXHIBIT A: 2017-19 Changes in Financial Position............................................1 I V. EXHIBIT B: 2017-19 Changes in Financial Position with rate & fine increases.............12 VI. EXHIBIT C: Proposed Parking Rate and Fine Adjustments....................................13 Packet Pg 316 17 Attachment A Page 3 CITYOF SHII LLLI5 OBISPO 2017 Parking Fund Report I. OVERVIEW This report presents the financial condition of the Parking Fund based on the preliminary 2017-19 Financial Plan. The Parking Fund remains in a healthy position with a modest year end working capital in preparation for commencing with the Palm Nipomo Parking Structure. A Structural Assessment Study is also being planned for FY17-18 for each of the existing parking structures. This may result in additional capital projects being identified. The Marsh Street structure maintenance project is anticipated to begin in FYI 7- 18 and includes resealing decks, painting, lighting replacement and elevator upgrades to extend the useful life of the structure. The funding to replace the Payment Access and Revenue Control System (PARCS) existing hardware and software operating in the three existing parking structures is allocated in FYI 8-19, as it is anticipated it will take until then for a vendor to be selected and a replacement system designed. The Palm-Nipomo Parking Structure is moving forward with environmental review and additional design work. It is programmed to begin construction in FYI 9-20 but will continue to expend funds in FYI 7- 18 for planning and design aspects. The five-year forecast indicates the fund is able to support current expenses, capital projects, and debt service obligations while maintaining the minimum 20% reserve level in working capital in accordance with the City Financial Management policies. However, the five-year forecast assumes minimal CIP investment in our facilities (which will likely change as a result of the Assessment Study) and the fund balance continues to decline annually due to expenses exceeding revenues. In FY21-22 the balance reaches a level 67% below the FY15-16 level. This "status quo' fund scenario does not assume any parking rate, fines and forfeiture adjustments since none were forecast in the current 2015-17 Financial Plan. Reviewing the continual annual deficiency as well as longer fund forecasts, the adjusting of rates, fines and forfeitures should be considered to balance the fund and provide working capital to address issues such as CIP delivery and maintaining positive cash flow. In previous periods, Council preferred that multi-year rate modifications be adopted by the City to show methodical and steady increases when necessary. This practice was set aside due to the recession and it has been many years since an across the board rate modification has occurred. Parking Services is proposing to return to a multiple year plan for adoption of rate and fine changes that will assist in stabilizing the Fund. These increases are recommended to occur beginning in FY17-18 and again in FY20-21 to fund anticipated expenses, capital projects, and debt service obligations and to maintain a healthy working capital balance. This follows a historical pattern of rate increases every three years. Proposed Parking Rate and Fine Adjustments (Exhibit B) includes the proposed rate and fine adjustments, additional capital improvement projects in the projected years (based on average annual CIP expenditures) that were not budgeted previously due to lack of sufficient working capital. Exhibit B also demonstrates the Parking Services target goal of an average 15% Packet Pg 317 17 Attachment A Page 4 working capital annual increase and how the revised annual projections reach this target level. II. 2017-19 FINANCIAL PLAN a. Summary of Operating Programs Below is the summary of the preliminary 2017-19 Financial Plan operating budget projections for the Parking Services Enterprise Fund. This includes the expected increases in retirement contributions, unfunded liabilities and the effects of the Ca1PERS discount rate adjustment as well as the one-time costs related to the citywide Motion Project. Mid Year f Bu` Budget Projected Projected Projected Budget Staffing * $ 1,031,488 Contract Services 920,364 Other Operating Expenses 235,459 Retirement Contributions 197,795 Unfunded Liabilities 64,400 Ca1PERS discount Rate Cost 67,700 1,060,392 1,086,899 694,525 703,662 241,171 249,064 61,300 62,600 157,700 171,800 ■ 6,200 1,119,500 1,153,000 1,187,700 724,800 746,500 768,900 256,500 264,200 272,100 64,400 66,100 67,700 193,300 207,500 222,300 12,500 28,500 36,700 Palm Nipomo Expenses - - - - 46,800 192,400 Total Parking Services 2,385,106 2,215,088 2,280,225 2,371,000 2,512,600 2,747,800 General Government 684,603 622,189 622,189 648,400 649,800 651,300 Total Parking Services Operating 3,069,709 2,837,277 2,902,414 3,019,400 3,162,400 3,399,100 b. Capital Improvement Program Below is the summary of the preliminary 2017-19 Financial Plan capital project budget projections for the Parking Services Enterprise Fund. The Palm-Nipomo Parking Structure is projected to begin construction in July 2019. Debt financing will be used to fund $17.6 million of the projected $23.6 million total project cost. This amount is subject to change as we approach construction and determine the best ratio of borrowing versus capital outlay for the project. Packet Pg 318 17 Attachment A Page 5 Parking Capital Program 2016-17 2017-18 2018-19 2019-20 2020-21 2021-22 Budget Budget Projected Projected Projected Mid -year Budget Fleet Replacement: Utility Vehicle 28,500 Fleet Replacement: Pickup Trucks (2) 70,000 Fleet Replacement: Scooter 34,000 Palm Nipomo Parking Structure 250,000 23,600,000 Parking Structure Assessment 76,667 Upgrade Parking Structure Equipment 113,000 650,000 Marsh Street Structure Maintenance 575,000 Vehile License Plate Recognition 145,000 IT MS Office Replacement 5,700 4,080 IT Radio Site Upgrade & Enhancement 6,633 4,789 IT Server Oper System Software 633 633 IT UPS Battery Replacement 646 646 646 IT VM Infrastructure 3,065 IT Wireless System Citywide 2,870 IT VoIP 6,233 IT Tait Radio System 9,334 IT Firewall Replacement 4,069 Carryoverfrom Previous Years Palm-Nipomo Land acquistion & Environmental 211,744 Palm-Nipomo Design 1,062,699 Other Carryover projects 165,421 Total Parking Capital Program 1,813,075 831,633 668,854 23,638,069 70,633 9,749 c. Revenues It is anticipated that Parking Fund revenues will continue to grow due to the economic recovery but will be tempered by the loss of on -street meters. Revenue projections assume an annual 1% growth in volume. Overall parking meter revenue from surface parking lots decreased significantly in FY15-16 due to the lot closures, and is projected to decrease in FYI 9-20 with the closure of lot 14 for construction of Palm Nipomo. Revenue from on - street metered parking and structure parking is projected to increase because of these lot closures and higher occupancy rates. Parking structure revenue will significantly increase in FY21-22 with the opening of the Palm Nipomo structure in late FY20-21. One-time parking in -lieu fees are projected but the timing and amount is very conservative because the payment is sporadic and the annual operating conditions of the fund do not rely on their income for solvency. Packet Pg 319 2016-17 2017-18 2018-19 2019-20 2020-21 2021-22 im Mid Year Budget Budget Budget Projected Projected Projected 7evenuesparking Meter Collections Lots 166,200 140,400 141,900 122,900 124,200 125,500 Streets 1,539,100 1,648,100 1,664,700 1,681,400 1,698,300 1,715,200 Parking Structure Collections 1,054,700 1,489,500 1,504,400 1,519,500 1,596,700 1,801,100 Long -Term Parking Revenues 434,900 795,000 802,900 810,900 819,100 827,300 Lease Revenues 500,500 502,900 509,800 512,300 514,800 521,800 Parking In -Lieu Fees 20,200 20,400 20,600 20,800 21,000 21,200 Other Service Charges 100 89,100 90,000 96,400 97,400 98,400 Total Service Charges 3,715,700 4,507,200 4,554,300 4,571,400 4,676,700 4,913,700 Investment & Property Revenues 48,200 48,000 52,000 53,900 24,400 22,700 Fines and Forfeitures 669,900 587,300 593,200 599,100 605,100 611,100 Other Revenues 100 100 100 100 100 Total Revenues 4,433,800 5,142,600 5,199,600 5,224,500 5,306,300 5,547,600 Packet Pg 319 17 Attachment A Page 6 d. Debt Service Debt Service for the Palm Nipomo Parking Structure is scheduled to begin in FY 2019-20, the expected timeframe when construction would begin. Annual payments for Palm Nipomo will average $1.45 million depending upon final debt financing terms. The next debt service to be retired is for the Marsh Street Parking Structure expansion which will occur in August 2031. Parking Debt Service 2016-17 2017-18 2018-19 2019-20 2020-21 2021-22 Mid Year Budget Budget Projected Projected Projected at Budget Marsh Expansion until Aug 2031 419,741 418,885 417,997 417,002 416,026 415,096 919 Palm until Jun 2036 539,899 538,755 539,803 540,275 540,162 539,320 Palm-Nipomo until 2048 9,293,824 9,702,234 10,217,892 1,086,023 1,452,112 1,450,684 Dispatch Ctr Upgrade until Jun 2039 9,760 9,760 9,700 4,200 4,200 4,200 969,400 967,400 967,500 2,047,500 2,412,500 2,409,300 e. Revenue over Expenses and Working Capital Balance The annual expenditures exceed revenues in the FYI 6-17 mid -year budget and in FYI 9- 20 and each projected year thereafter. These deficits erode the working capital balance to a level 67% below the beginning balance in FY16-17. This is not sustainable, nor does the fund achieve the target of 15% revenue over expenses as an annual increase in the working capital that Parking Services has set as the goal. CURRENT SCENARIO- NO INCREASES 2016-17 2017-18 2018-19 2019-20 2020-21 2021-22 Mid Year Budget Budget Projected Projected Projected Budget Revenues Over/(Under) Expenses (2,347,911) 361,923 528,686 (5,930,469) (389,233) (320,549) Working Capital, Beginning of Year 12,255,677 9,907,766 10,269,689 10,798,375 4,867,906 4,478,673 Working Capital, End of Year 9,907,766 10,269,689 10,798,375 4,867,906 4,478,673 4,158,124 Reserve @ 20% 613,942 567,455 580,483 603,880 632,480 679,820 Unreserved Working Capital 9,293,824 9,702,234 10,217,892 4,264,026 3,846,193 3,478,304 TAR(Er: Revenue over/(Under) Expenses: 15% annually 717,102 700,637 773,245 854,330 880,222 The table below includes the proposed multi-year parking rate and fine increases, and increased amount anticipated to be spent on CIP projects (not yet presented or approved) with annual amounts based on historical averages. This scenario demonstrates how the annual revenue over expenses essentially achieves the target of 15% and improves the working capital balance, but the balance still remains below the current level. Packet Pg 320 17 Attachment A Page 7 PROPOSED RATE AND FINE INCREASES 2016-17 2017-18 2018-19 2019-20 2020-21 2021-22 Mid Year Budget Budget Projected Projected Projected Budget Revenues Over/(Under) Expenses (2,347,911) 776,067 1,370,646 (5,549,869) 867,467 924,251 Working Capital, Beginning of Year 12,255,677 9,907,766 10,683,833 12,054,479 6,504,610 7,372,077 Working Capital, End of Year 9,907,766 10,683,833 12,054,479 6,504,610 7,372,077 8,296,328 Reserve @ 20% 613,942 567,460 580,500 603,900 632,440 679,840 Unreserved Working Capital 9,293,824 10,116,373 11,473,979 5,900,710 6,739,637 7,616,488 TAROT: Revenue over/(Under) Expenses: 15% annually 718,100 703,478 852,385 919,925 962,737 Includes additional CIP projects anticipated but not yet presented or approved Annual amount based on historical average a mount spent on C1 projects. III. ASSUMPTIONS The following assumptions have been programmed into the long-term forecast of the Parking Fund. No rate or fine adjustments have been included herein, except as noted in Exhibit B. 1. General Assumptions Minimum working capital reserve should equal at least 20% of the total Operating Program expenditures according to the City's fiscal policy and Standard and Poor's rating criteria. Based upon this policy, the minimum annual reserve level should be approximately $615,000-680,000. The budgeted and projected year-end working capital balance exceeds the minimum reserve policy levels. 2. Parking Lots a. Assumes an annual I% growth in paid parking usage in city owned lots. b. Parking revenues from Lot 14 will cease due to the construction of the Palm-Nipomo parking structure in FY19-20. 3. On Street Metered Parking a. Assumes an annual 1% growth in paid parking usage for on street meters. 4. Parking Structures a. Assumes an annual 1% growth in paid parking usage in the parking structures. b. It is anticipated that some of the vehicles previously parked in now closed lots will park in garages due to the reduction of lot parking spaces. With the first hour free in the garages and the lower hourly rate at the structures, it is anticipated that a lesser amount of revenue will be recouped through garage parking fees than is lost thru the lot closures. c. A study will be conducted in FY17-18 to do a structural assessment of each of the parking structures, determine the current condition and make recommendations for new annual maintenance plans, projects and programs to extend the useful life of each structure and minimize emergency repair needs. However, no funds have been allocated or budgeted for these additional expenses except in exhibit B- Proposed Parking Rate and Fine Adjustments. Packet Pg 321 17 Attachment A Page S 5. Long -Term Parking a. Assumes an overall annual 1% growth in paid parking usage for long term options. b. It is anticipated that more drivers will opt to purchase monthly parking passes (prox cards) for parking in the structures. c. The 10 -hour Residential Meter Permit sales have reached current capacity. d. Meter bag sales, loading zone permits and residential permit sales are anticipated to increase due to continued construction and work projects in the downtown area and loss of available street and lot parking. 6. Parking Leases a. Assumes a conservative 1% growth in lease revenue. b. The Memorandum of Agreement with Garden Street SLO Partners, L.P. states that the Parking Fund will loan the developer $500,000, and this is assumed to occur in FYI 6- 17. In the same year, the developer will begin repayment to the City Parking Fund by paying approximately $36,000 per year for 30 years with the option of a balloon payment buyout at the end of 10 years. c. The same MOA states that the Developer will pay an annual rent equal to the annual net revenue from the operation of surface parking lot 2. The fund review projects this amount at $222,000 annually. The annual base rent shall be increased on the first day of every third fiscal year. 7. Parking In -Lieu a) One-time parking in -lieu fees are minimally projected at the rate of 1 space per year because the payment and number is uncertain. 8. Investment Earnings a. Assumes projected interest earnings of 0.5% annually. 9. Parking Fines a. Assumes a conservative 1% growth rate annually in total parking fine revenue. b. Transfer of parking fines to the Police Department is approximately $60,000 annually for citations written by that department. c. State and County surcharges of $13 per parking citation is included in the base citation amount, then deducted from collected fine revenues and transferred to the State and County. The projected surcharge amounts are calculated as a percentage of the overall projected parking fines. d. Parking fine revenue is projected to decrease in FY 17-18 due to lot closures and loss of on -street parking stalls. e. No projected decrease in fine revenues due to the loss of Lot 14 for the construction of Palm-Nipomo parking structure in FYI 9-20. 10. Transportation & General Government Expenses a. Transportation operating expenses are projected to decrease by 3% overall in FYI 7-18 from the mid -year budget due to budgetary constraints, and increase 3% in FY18-19. Packet Pg 322 17 Attachment A Page 9 b. The amount of retirement contributions, unfunded liabilities and Ca1PERS discount rate costs are projected to increase by approximately 10% annually from FY18-19 to FY21-22. c. Contract Services cost adjustments reflect projected annual CPI increases of 2.5% and additional of other contracted services. d. General Government expenses are projected to decrease slightly beginning FYI 7-18. e. The Operating Transfers Out includes the citywide Motion Project which has a two year allocated cost but no projected ongoing costs of the project. f. Staffing costs are expected to increase 3.0% annually starting in FYI 7-18. g. The opening of the Palm Nipomo Structure is anticipated to add approximately $200,000 in annual expenses to the base budget beginning in FY20-21. 11. Capital Improvement Plan (CIP) Expenses a. The Palm Nipomo parking structure construction cost is estimated at $23.6 million in FY19-20. A $6,000,000 contribution from working capital and $17,600,000 proceeds from debt financing or bond issuance will be used to fund this amount. Final amounts will be determined as the project construction documents move forward in the City process. These amounts will change based upon revised project estimates and final ratio of capital outlay versus debt financing amounts. b. Assumes Finance and Information Technology capital projects that have associated Parking Fund support will occur in the projected years. c. Funding for the Marsh Street Structural Maintenance project ($575,000) is budgeted in FY17-18. d. Additional funding of $650,000 is included in FY18-19 to augment the prior funding amount of $113,000 for the Parking Access and Revenue Control System (PARCS) replacement project. e. The vehicle license plate recognition pilot program ($135,000) will occur in FYI 7-18 and help reduce operational costs of and improve enforcement in the Downtown and residential neighborhoods. f. Additional capital improvement projects not included in the current projections may arise from the Parking Structure Assessment project scheduled to be completed in FY17-18. 12. Debt Service a. Assumes a 30 -year level debt service payment, borrowing of $17,600,000 and bond issuance in FY19-20. Interest and principal payments are due beginning in FY19-20 and estimated at $1.45 million annually. Packet Pg 323 17 Attachment A Page 10 2017-19 PARKING FUND FINANCIAL SCHEDULES & TABLES IV. Exhibit A: FY2017-19 Financial Plan - Changes in Financial Position V. Exhibit B: FY2017-19 Financial Plan with Proposed Parking Rate & Fine Adjustments VI. Exhibit C: Proposed Parking Rate & Fine Adjustments Packet Pg 324 O ^O n U O: LL c U m / n U co O r 1 ti O N Q m 2 x W oo o o 0 0 0 0 0 0 0 O O O O o 0 0 0 0 0 Ln N c -I M 00 N V N N c -I U Lf1rl r- rl ei 00 M NN rl cN-I n W W LO m M01 rq m LO O o o O O O o O o O op 0 0 0 0 w 00 O n Ot o c -I Izi 00 tD Oi Ize rl 1-�t0 � Lri ci lD Ln 00 Ln m m N N l0 O o o o o o 0 0 o o 0 0 OO O O O W O O O Ci ,--I Ln N rl m O N O LO i -I m O1 H M Ln W LO m Ln Ln N rl rl N o o o 0 0 o 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0O m I- .* M 00 o o M o N tO It l00 O O ON 001 m im11 OO ml M) H t0 Ln 00 Ln M Ln r1 ri ri l V o o 0 o 0 0 0 0 0 o o 0 O O O O O O O O O O O O 1 `-1 111 o m't rl N o m r1 t0 O 00 Ol 111 N O Ql P� 00 I -Z N H LSO r Ln Ln N W 10 Ln V-4 rl rl � l!1 0 0 0 0 0 0 0 0 0 0 N rl Il m Ln N H N N m - 00 l00 M LLnn M 0 ON r -I q 00 M ei 111 0 R' m I, t0 d' ri ri tri R M M N L W T-1 0 0 0 0 o 0 0 0 o UD 18, tM0 O w W I�t m u1 lzt N l0 N m 111 OM1 Ln O N C N t0 M a 1l1 N M M N 0 0 0 0 0 S rn O rl lf1 M I.11 ON two O N ON p l�0 O g w rm-I M N N LD 11 r1 q LK N N M N' O o o o o o 0 0 o o 0 0 OO O O O W O O O Ci ,--I Ln N rl m O N O LO i -I m O1 H M Ln W LO m Ln Ln N rl rl N o o o 0 0 o 0 0 0 00 0 0 0 0 0 0 0 0 0 0 0 0O m I- .* M 00 o o M o N tO It l00 O O ON 001 m im11 OO ml M) H t0 Ln 00 Ln M Ln r1 ri ri l V o o 0 o 0 0 0 0 0 o o 0 O O O O O O O O O O O O 1 `-1 111 o m't rl N o m r1 t0 O 00 Ol 111 N O Ql P� 00 I -Z N H LSO r Ln Ln N W 10 Ln V-4 rl rl � l!1 0 0 0 0 0 0 0 0 0 0 N rl Il m Ln N H N N m - 00 l00 M LLnn M 0 ON r -I q 00 M ei 111 0 R' m I, t0 d' ri ri tri R M M N L W T-1 0 0 0 0 m O LO m 01 m m 0 0 tM0 O w W I�t m u1 lzt OLn 01 O �t �•1 N 00 Q1 00 I� �f M Ci tD N N l0 tf1 00 c� rl lf1 M I.11 ON two O n N N � O %D r- M m N 00 M -i-I a Lr) u N N 0 * 0 -- tD rl Ln ci N 00 N M Ol oN m q rl ri N 0t�0 000 � a 0 Ln ami o N1 bz @ ry) No� LI)0� Ln O rl 0 01 0 O1 N v N U C N V 00 O O 0) N O O n O 00 Om O d v 00 O U~ N O � t^O O i -Q 00) to Lr) N M N 00 N Ln O1 h 0 00 00 01 tO v � EL° N � E 3 w a L O L a) 0 0 = L O O M 0 _0 0000rl L j } X00 rf 0p LD I. d' 't M S M m W M tL0 v0) CL 000 JO 000 tM 0 m LO N m O 0 O N Ol N N cL m M N t0 Ln N c a) N Q n c N O u a) N v > � O N W obio> v � U N L Y LL u L L v u T Y u m 7 a) () t+ } o Y 0 a c 1D u J (n a) L-E>c�Nov w on 0) Cr U cn �' o c c'7 v c L a +� a,t_ a) Y� m 12t U c a) a a a 0 u I- v 0 > vE c cc V1 ) 0 L a a) > c I� c iL O 00 O m N -zr M Q) i.+ L v1 p ♦+ c U u p u � L Y a) a o a d X E W CO .Q 3 i N U •a u> a a O + J O +, I- E o n v �° v i E m a y c W 4 o s ti a c c> a H c U (D O Q u aco a -1 O Ul a CL QJ v O u o 3 C v a x W 0 O O Ln N N m O LO m 01 m m It m m Il n c -I LO � W m (N 00 00 00 m m t0 lt V N N l0 m LO 00 I� q O N � It M Ci tD N N l0 tf1 00 c� rl lf1 M I.11 ON .� O N 00 N � O %D r- t0 000 M -i-I a Lr) u m Ln r1 0 * 0 -- tD rl Ln ci N 00 N M Ol 0 Q m q rl ri N t0 0 00 r- rl N Ln N c a) N Q n c N O u a) N v > � O N W obio> v � U N L Y LL u L L v u T Y u m 7 a) () t+ } o Y 0 a c 1D u J (n a) L-E>c�Nov w on 0) Cr U cn �' o c c'7 v c L a +� a,t_ a) Y� m 12t U c a) a a a 0 u I- v 0 > vE c cc V1 ) 0 L a a) > c I� c iL O 00 O m N -zr M Q) i.+ L v1 p ♦+ c U u p u � L Y a) a o a d X E W CO .Q 3 i N U •a u> a a O + J O +, I- E o n v �° v i E m a y c W 4 o s ti a c c> a H c U (D O Q u aco a -1 O Ul a CL QJ v O u o 3 C v a x W 0 O O 0 00 ) 00 O 0 toO11 W 00 l0 N leI ItT LO 00 O l00 w M Lr) LO � W m (N N O6 000 c^ -I v Ln N n a � � It d R R m O m t0 O1 111 It a.+ o O1 Il tD ` N 111 0 O W t0 O rl m N 001 t^0 It 00 tor - n m q a m 00 It 0 00 v a R N1 0 00 ) 00 O 0 toO11 W 00 l0 N leI ItT 00 O 00 ri -1 O H 0) -- Ln Ln Ln m N 0o m m rl (Y1 O1 Ln rf (1 01 a) rt f� W lzT N t0 1% 01 00 LK N O ci Ol N m 0 N N 01 O1 Ln a W k6 6 LK * N N 00 N a, 00 O l00 w M It W 6 M) Ln N w O6 000 c^ -I v Ln N n LO N O m t0 O1 111 It o O1 Il tD ` N 111 0 O W t0 O rl m 01 N Ln r� 00 O 00 ri -1 O H 0) -- Ln Ln Ln m N 0o m m rl (Y1 O1 Ln rf (1 01 a) rt f� W lzT N t0 1% 01 00 LK N O ci Ol N m 0 N N 01 O1 Ln a W k6 6 LK * N N 00 N a, d L 3 O H bz @ v v c> 0 +' O U C a ? 7 O c LL Q O d v iO v U~ O� Y } i -Q /1 O O L a) ti a) D U EL° E 3 w a L O L a) 0 0 = L O O M N tl0 _0 � L j } X00 U 'a Q 0p vii Y S M m W tL0 v0) CL V 0t JO O ai -0 a f6 L ns O= O y O a O 0 m w m= cL m 3 u a, u a, c E c to 41 L S i > L 3 L o 3a3 L Q U N Q a_ r 0 0 0 0 0 0 0 p 0 0 0 p 0 0 0 0 o o O O O p m o o m .-1 n o0 0 on n 0 0 0 0 0 0 0$ C:Vl to 0 0 0 O O M O N r� M a N ui P N O Ln N O N m O lD Ql O N 00 N M 00 a N lD N M ill Ol al Ql O O 00 N N N' lD 1l mI, 01 lD .--� N w Y N w M o V 7 01 M N lD lD Ol NO .O N N c -I lD 1l N' M N %D a J n W n N � a � O O O O O O o O O O O$ 114 O 0 0 0 0 m 0 m O V ul c -I lD Ol N V1 0 m 0 0 N ul ul a -I o 0 0 0 0 M h r1 ill l+1 d' o m o N a -I u) m 00 M � V n tD O M l0 N 01 N O u1 N Ol e o O r -F LD Lh M N O N M N N' lD W M M O � O N g C q. .N -I ko Ln m M l^O g 1pr r M M m m N N N Vl N N lD O N N -1 W to M Q1 N .� N N N .__. tD n N M N tD tD n lD O o rq L 0 0 0 0 0 0 0 cD O O O O o 0 o o 0 0 0 M r1 c �--1 0 O O O O o I� Ol ��F` M ul a o� o Ln u1 L/1 tM0 O 1!1 O O O oo n �' w O 01 1, W M O N N M ui o 0 o O O 0 N O ti a V o o a L o o Ln -1 Il oc co o N M �--1 Ol 00 O Ill � iry�i w O t0 lD R �O M O lO OM1\ a -I �-i lD .4 .�-I O N O ONO N l0 l0 to O u1 lO 01 oo a) .� .-i V LK lD N M N N N l!1 N lD V1 R4 .2 c^-1 �^-I D O O O O O O o` o o o 0 o 0 0 0 0 0 Ln o Zt f" C O c -I M Ln Opal N lD g :e O RRoo b o o a o O^1 W .Q OM1 Vl cM-I M m w O O b �^-I w 0 LO LO m w m Vr4 Ml .�-� .�-i O t00 O m a w 06 0�0 N u ri c -i N a --i o •O N N N N D_ O O O O O O o 0 O c� 0 0 0- o o o 0 c O O o O o 0 0 a cy M n N o m o M lD V m o M O o l^D O O lLD M I, W w n V m Ln V oo O N I� w o O o m w o w M lD' �-i n N n c -I I� lD c -I c -I lD P M I- lD lfl .� Vl w ul m O N .� a -i r- O co Vl m to oo lD l0 Ol l0 111 N tl1 Ol H w M M lD w m M V1 w c-1 Ln r� c -I r, O 00 01 �G lD a -I Ln Ol lD u Z ti v ri c -i o Ln c -i N v v Oi O O o .o N � o 0 0 o o 0 o 0 0 0 O lD M m 8 O M W O o0 c-1 P w N-ZT aJ o o o o o o o w N N I� Ql Ill N N G O O I� N Ol G O O 00 N lD O O O 1� V N Ol O l!1 N O Ol e-1 N al 1� t0 t0 I- N Ql 00 wm V V O O 1!1 o0 al M Ln 7 6.ti al O .--i O �--i i, U P� m' M W m V) m O N O V Ln N lD P lD M oo w V M <D lD m w O N m P .--I o N Ln .--I r Ln en IA O N M a -I 01 lD N M o N M N l0' N N' 01 al ON a) 'i • • M N N M O lD Q1 01 M M mm mw Ol M I- O n N w 00 00 M I, ^ n Zt W w w m m lD M c-1 Ol cy' lD N N N N W .-I M Ln w N rm Ln V V o M u1 N 00 w O m lD o m ll to rl 1, M ' lD LD N N M' l0' N' 01 .--� O ill' .-i 1� O Oi P' M m Ol l0' 01 V1 r0 N lD O .-i O w n lD 00 M �--� N Ul N I, n n M M N M ill c -I lD �-- t0 .� Vl a -I lA 00 I� In Q1 l!1 a V ill R N N a0+ N o Q lD N M M o N N N FO a co N M a Y m IL N c n1 C O 3 � Q u N N N v o � c U to O W N i1 3 Y N v 7 u v Y mon v on c c nn v� c a aQ` a n v W a a J J a O u ,o v c � � > c FO a co N M a Y m IL ti N M CD a a� ca a �o w N O kn kn O kn O H O O O O ~ O N l- N to O O O O (P °� N N C� C 0.0, b4 bR bR 64 69 GR 69 69 69 bA 0 a a> O 00 0 69 O � iw Q Q � y 00 _ rl 06 w N B O O kn O O O O O O O O O O kr) O N kn O Wn kn kn O in O O kn •• y co 00 r- d d 69 69 69 59 69 rn 69 69 69 bF3 69 64 69 69 6s N Q. L y a O In V) N kn l� O Cl O O O O O O O O O O O C kn O O O O O M Mm M 00 r - 6R 69 69 6969 59 6F? b4 64 69 69 69 6R 69 � U O o � w 0 U �i by (� eC o a cd o tb ti n •� a� ooyea Qm� p Ci N M e� ° W aE F'H aaA� i ° Eyj ° W �xA o> wwoaaz ti N M CD a a� ca a 17 CITY OF SHIR LUIS OBISPO 990 Palm Street ■ San Luis Obispo, CA 93401 INAL Notice Requesting Proposals for PARKING STRUCTURE ASSESSMENT AND MAINTENANCE REPORT Specification No. 91546 The City of San Luis Obispo is soliciting proposals from qualified vendors to prepare a Parking Structure Assessment and Maintenance Report pursuant to Specification No. 91546. 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 3, 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.SLOCitV.org — Doing Business — Bids & Proposals Page; or a http://www.slocitV.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 Bill Humphrey, Parking Coordinator, (805) 781-7236 or BHumphrey@slocity.org Nicole Lawson, Supervising Administrative Assistant, (805) 781-7059 or nlawson@slocity.org For Public Records requests see Section 1.14 Page Structural Assessment and Maintenance Report RFP Packet Pg 328 17 Specification No. 91546 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 Page 2 Structural Assessment and Maintenance Report RFP Packet Pg 329 17 3.3. Payment of Taxes............................................................................................................................. 8 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......................................................................................................................... 12 4.3. Background.................................................................................................................................... 12 4.4. Objectives....................................................................................................................................... 14 4.5. Functional and Technical Requirements........................................................................................ 14 4.6. Scope of Work................................................................................................................................ 14 4.7. Selection Process............................................................................................................................ 15 S. REQUIRED SUBMITTALS AND CONTENT OF PROPOSALS..............................................16 Chapter1: Title Page...................................................................................................................... 16 Chapter 2: Table of Contents......................................................................................................... 16 Chapter 3: Executive Summary...................................................................................................... 16 Chapter 4: Project Manager........................................................................................................... 16 Chapter 5: Organizational Experience........................................................................................... 17 Chapter 6: Organizational Chart and Project Team...................................................................... 17 Chapter7: References.........................................................................................................................17 Chapter 8: Customer Service and Technical Support..................................................................... 17 Page 3 1 Structural Assessment and Maintenance Report RFP Packet Pg 330 17 Chapter9: Sub Proposers............................................................................................................... 17 Chapter 10: System Specifications................................................................................................. 17 Chapter 11: Implementation.......................................................................................................... 17 Chapter12: Risks............................................................................................................................ 18 Chapter 13: Disclosure of Past Contract Failures and Litigation.................................................... 18 Chapter 14: Proposer's Financial Stability Assurance.................................................................... 18 Chapter15: Fee Proposal............................................................................................................... 18 Chapter 16: Additional Required Forms......................................................................................... 19 REQUIREDFORMS................................................................................................ 20 FORM A: SIGNATURE AFFIDAVIT.........................................................................................................20 FORM B: VENDOR PROFILE............................................................................................................ 21 FORMC: 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.................................................................................... 29 Page 4 I Structural Assessment and Maintenance Report RFP Packet Pg 331 17 1.1 Summary and Requirement to Meet All Provisions The City of San Luis Obispo ("City") is soliciting proposals from qualified vendors for the preparation of a Parking Structure Assessment and Maintenance Report. 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 one (1) year ("initial term"). The City will have the option renewing the contract for up to five (5) successive one-year term renewals 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: June 9, 2017 Due Date: August 3, 2017 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 # 91546 Title: Parking Structure Assessment and Maintenance Report DUE: August 3, 2017 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. Page 5 Structural Assessment and Maintenance Report RFP Packet Pg 332 17 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 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. Page 6 I Structural Assessment and Maintenance Report RFP Packet Pg 333 17 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. 2.1 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. Page 7 I f Structural Assessment and Maintenance Report RFP Packet Pg 334 17 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 fulfill the requirements of the resulting contract. 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 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. I Structural Assessment and Maintenance Report RFP Page g Packet Pg 335 17 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. Page 9 1 Structural Assessment and Maintenance Report RFP Packet Pg 336 17 3.11 Payment Terms Payments will be made consistent with the Agreement. The City's standard payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment or services provided by the Proposer (Net 30). 3.12 Inspection The Proposer shall furnish City with every reasonable opportunity for City to ascertain that the services of the Proposer are being performed in accordance with the requirements and intentions of this contract. All work done and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Proposer of any of its obligations to fulfill its contract requirements. 3.13 Audit The City shall have the option of inspecting and/or auditing all records and other written materials used by Proposer in preparing its invoices to City as a condition precedent to any payment to Proposer. 3.14 Interests of Proposer The Proposer covenants that it presently has no interest, and shall not acquire any interest—direct, indirect or otherwise—that would conflict in any manner or degree with the performance of the work hereunder. The Proposer further covenants that, in the performance of this work, no sub Proposer or person having such an interest shall be employed. The Proposer certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Proposer shall at all times be deemed an independent Proposer and not an agent or employee of the City. 3.15 Hold Harmless and Indemnification The Proposer agrees to defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Proposer's employees, agents or officers that arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Proposer, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same, provided, however, that the Proposer's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. 3.16 Contract Assignment The Proposer shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any 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. Page IO Structural Assessment and Maintenance Report RFP Packet Pg 337 17 If the Proposer has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Proposer to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Proposer's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the termination thereof. In said event, the Proposer shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Proposer as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Proposer shall be based solely on the City's assessment of the value of the work -in -progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Proposer be entitled to receive any amount in excess of the compensation quoted in its proposal. 4.1 Overview The City of San Luis Obispo ("City") is soliciting proposals from qualified vendors ("Proposers") for an assessment to evaluate existing conditions of the three municipal parking structures, prepare a detailed assessment of the conditions of each facility and a prioritization of corrections that may be necessary, recommend a maintenance and repair schedule for each structure, and provide detailed fiscal analysis with cost estimates for the recommendations. The assessment will also include life cycle calculations of the facilities and make recommendations for potential enhancements/modernizations that may lead to more efficient or longer lives of each facility. Recommended maintenance and repairs shall be prioritized by need and severity of deficiency using short-term (1-2 years), mid-term (3- 5 years), and long-term (6-10 years) time frames. Cost estimates will assist in the financial planning process for the Parking Enterprise Fund. The final deliverable will be a Parking Structure Assessment and Maintenance Report that will serve as a comprehensive master maintenance plan for the next 10 years. 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 structural, parking equipment and operations, and mechanical operations experience and expertise will be considered during this proposal process. Project teams may need specialists in certain Page II Structural Assessment and Maintenance Report RFP Packet Pg 338 17 fields that may include, but not be limited to: structural engineering, materials science, parking control systems, utilities, HVAC/cooling systems, financial systems, etc. 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, June 9, 2017 Issue date of RFP Tuesday June 22, 2017 OR Thursday June 24, 2017 Mandatory Pre -Bid site visit with City Parking Staff Thursday August 3, 2017 3:30pm PST Proposals due August- September 2017 Evaluation of proposals September — October 2017 Interviews and Recommendations November 2017 Negotiation and award contract November - December 2017 Contract Routing to City Council December 2017 Contract Award January 2018 Contract begins 4.3 Background The City of San Luis Obispo's Parking Services Division is seeking a professional engineering consultant to perform a structural and facility systems conditions assessment of the City's three (3) multi -deck parking structures. See map below for locations of the parking structures. The ideal consultant will have extensive experience evaluating the condition of buildings primarily used for parking services and developing maintenance schedules for parking structures with post -tensioned cast -in-place concrete slab construction. To date, no structural and facility systems conditions assessment has been performed on the City of San Luis Obispo's parking structures. The City has performed maintenance and repairs on an as -needed basis for each structure. The three (3) parking structures included in this project are identified on the map below and a brief description is provided for each: Page I2 Structural Assessment and Maintenance Report RFP Packet Pg 339 17 The 842 Palm Street parking structure is a multi-level post -tensioned cast -in-place concrete construction that went into operation in 1988. This parking structure has capacity for 415 vehicles. There are no elevators at this location. The 871 Marsh Street parking structure is a multi-level post -tensioned cast -in-place concrete construction that went into operation in 1990 and was expanded (horizontally) in 2002. This parking structure has capacity for 520 vehicles (252 in the original structure and 268 in the expansion). There are two elevators at this location. The original portion of the structure includes 15,000 sq. ft. of retail space and 4,000 sq. ft. of office space on the ground level. The retail and office spaces are not part of the scope of services. The 919 Palm Street parking structure is a multi-level post -tensioned cast -in-place concrete construction that went into operation in 2006. This structure has capacity for 242 vehicles (192 are for public use and 50 are for City employee use only in a separate basement area). There are two elevators at this location. The structure includes 16,000 sq. ft. of office space. The office space is not part of the scope of services. It is important to note that the City has plans to construct a fourth parking structure that will be built near Nipomo Street between Palm Street and Monterey Street. The anticipated capacity for the structure is 406 vehicles. Figure 4.3: Location of Existing Parking Structures Page 13 Structural Assessment and Maintenance Report RFP Packet Pg 340 17 4.4 Objectives The City seeks to achieve the objectives stated herein through the Proposers scope of services which will be defined during the negotiation process. 4.5 Functional and Technical Requirements The requested Functional and Technical Requirements will be determined during consultation with selected vendor. 4.6 Scope of Work The Parking Structure Assessment and Maintenance Report will provide a detailed review of the condition of the three existing parking structures. The results will be summarized in a report that will prioritize the preventative maintenance, repair, and rehabilitation needs for each parking structure using the time frames provided below. Estimated costs for the recommended repairs and a ten-year implementation plan to complete the work will be the expected final deliverable, but City will rely on the Consultant to provide recommendations for additional deliverables to be included. The tasks outlined below comprise the draft scope of work for the proposed project. It is the intent of the City to draw upon the experience and expertise of firms submitting proposals as to their recommendations for the exact tasks that will be included in the scope of work to meet the needs of the City. The City will negotiate the final scope of work with the firm contracted to perform the work. 1. Data Gathering and Inspection a. The consultant will gather data on existing conditions of the parking structures through the following methods: 1. Site visits 2. Review of existing as -built plans 3. Interviews with City staff 4. Interview with building tenants, if necessary. b. The consultant will visually inspect, survey and report on the structural elements of the parking structures including, but not limited to, the following: 1. Post -tensioned cast -in-place concrete slab systems 2. Expansion joints 3. Control joints 4. Columns, beams, and ceilings 5. Waterproofing 6. Railings 7. Stairwells and walkways 8. Elevator shafts and equipment 9. Exterior facade c. The consultants will inspect, survey and report on the facility systems of the parking structures including the following: 1. Mechanical systems 2. Electrical systems Page 14 Structural Assessment and Maintenance Report RFP Packet Pg 341 17 3. Plumbing systems 4. Fire protection systems 5. Elevator systems 6. Parking access and revenue control systems 7. HVAC/Cooling systems 8. Parking Control and telemetry 9. Architectural elements 2. Data Analysis The consultant will analyze the data obtained from existing plans, site visits, visual inspections, and surveys necessary for the development of an improvement plan. 3. Reporting The consultant will provide the City with a detailed report referred to as the PARKING STRUCTURE ASSESSMENT AND MAINTENANCE REPORT. The REPORT will contain, at a minimum, the following elements: a. Summary of existing conditions — A description of existing conditions will be provided for each structure including photos, tables, and charts as needed. Results from inspections and surveying b. Summary of results: 1. Description of all deficiencies detailed with photos including causes of deterioration, if applicable. 2. Prioritization of repairs by phase using short-term (1-2 years), mid-term (3-5 years), and long-term (6-10 years) time frames. The cost estimates for each identified or proposed repair for each structure will be provided. 3. Annual maintenance program and cost estimates for each structure. 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 provide copies of prior work 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 have completed similar reports. 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; o Interviews; and o Compensation and total cost Page 15 Structural Assessment and Maintenance Report RFP Packet Pg 342 17 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. 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 three pages. At a minimum, include the following information: o Briefly describe your firm's organization and size (e.g. local, regional, national and international) in relation to providing Parking Structure Assessment and Maintenance Report similar to the services described in this RFP. o Your experience including the number of years in business, and in the provision of professional engineering services. o The location of the office from which this engagement will be serviced and the range of activities performed at that office. 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, including projects lead. Limit your response to three pages plus resume. The City expects that the Project Manager shall be available by telephone on Page If 1 Structural Assessment and Maintenance Report RFP Packet Pg 343 17 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. 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. Chapter 7: References Provide three references from similar projects and clients. Limit your response to three pages tota I. Chapter 8: Customer Service and Technical Support N/A 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 N/A 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, 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. Page I'] Structural Assessment and Maintenance Report RFP Packet Pg 344 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 N/A Chapter 15: Fee Proposal Include detailed pricing information for preparation of the Parking Structure Assessment and Maintenance Access Report as described in this RFP. Quote fees as all inclusive, not -to -exceed, fixed fees for each relevant aspect of the Parking Structure Assessment and Maintenance Access Report. 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 Travel — List the fees for visits to the City for onsite inspections, planning, presentation, 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 report will be prepared and documenting the results. Page I g Structural Assessment and Maintenance Report RFP Packet Pg 345 17 o Support and Maintenance — Present the fees of ongoing support and maintenance for the final report. 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. o Other Fees — Detail any and all other fees associated with the proposal. o City Support — Provide the number of City staff and hours needed to support your proposal. 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. 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. 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 Page 19 Structural Assessment and Maintenance Report RFP Packet Pg 346 17 FORMA: 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 FIRM (PROPOSER) NAME: Page 20 I Structural Assessment and Maintenance Report RFP Packet Pg 347 17 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 Page 2I Structural Assessment and Maintenance Report RFP Packet Pg 348 17 FORM C: REFERENCES IF _ 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. l Customer Name Contact Individual Telephone & Email Street Address City, State, Zip Code Date of Services Contract Amount Description of services Project Outcome Page 22 Structural Assessment and Maintenance Report RFP Packet Pg 349 17 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 Page 23 Structural Assessment and Maintenance Report RFP Packet Pg 350 17 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 Page 24 Structural Assessment and Maintenance Report RFP Packet Pg 351 17 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 Page 25I Structural Assessment and Maintenance Report RFP Packet Pg 352 17 FORM E: COST PROPOSAL SUBMITTAL FORM The City is requesting proposals for a Parking Structure Assessment and Maintenance Access Report. 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 -Parking Structure Assessment and Maintenance Report Total Cost Estimate Item Description- (OPTIONAL) Total Cost Estimate Page 26 Structural Assessment and Maintenance Report RFP Packet Pg 353 17 ADDendix A: FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [date], by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR'S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. WITNESSETH: WHEREAS, on [date], City requested proposals for the preparation of a Parking Structure Assessment and Maintenance Report per Specification No. 19546. 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. 19546 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 [$ .001. 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. Page 27 Structural Assessment and Maintenance Report RFP Packet Pg 354 17 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Contractor [ 1. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO By: City Clerk City Manager APPROVED AS TO FORM: CONTRACTOR City Attorney Page 28 Structural Assessment and Maintenance Report RFP Packet Pg 355 17 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 eauivalent 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, Page 29 I Structural Assessment and Maintenance Report RFP Packet Pg 356 17 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 ANIL 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. Page 30 1 Structural Assessment and Maintenance Report RFP Packet Pg 357 17 ORDINANCE NO. (2017 SERIES) AN ORDINANCE OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, AMENDING SECTION 10.52.010 (PARKING METER ZONE RATES) OF THE SAN LUIS OBISPO MUNICIPAL CODE WHEREAS, State law provides, in Vehicle Code Section 22508, that cities must establish parking meter rates by ordinance; and WHEREAS, the parking program needs to continue to be self-sufficient for its financial commitments; and WHEREAS, the City needs to continue to financially support the operation and debt service of the next City parking structure; and WHEREAS, the Council considered the staff report and considered the proposed changes to the parking meter rates at a public meeting on June 6, 2017. NOW THEREFORE, BE IT ORDAINED by the Council of the City of San Luis Obispo as follows: SECTION 1. Section 10.52.010 (Parking meter zone —rates) of the San Luis Obispo Municipal Code is hereby amended as follows: 10.52.010 Parking meter zone — Rates. A. Within the area enclosed by a solid line on the parking rate zone map (Exhibit A) and the area enclosed by the shaded line on Slack Street parking meter zone map (Exhibit B) (more particularly described as: the north side of Hathway Avenue adjacent to Cal Poly to Longview Lane, the east side of Longview Street from Hathway Avenue to Slack Street, the north side of Slack Street from Longview Lane to Grand Avenue, and the south side of Slack Street adjacent to the San Luis Coastal Unified School District parcel from the midblock point of Slack Street (between Longview Lane and Grand Avenue) to Grand Avenue), the parking of vehicles on streets or in municipal parking lots may be controlled and regulated with the aid of parking meters. B. Unless established otherwise below, the parking meter rate on streets or in municipal parking lots in the lower rate zone shall be seventy five een4s one dollar per hour. C. Within the area designated on the parking rate zones map (Exhibit A) the rate for parking meters on streets or in municipal parking lots shall be one dollar and twms fifty per hour. D. Within the area designated on the parking rate zones map (Exhibit A), the rate for parking meters on streets or in municipal lots shall be one dollar and fifty seventy. -five cents per hour. E. Within the shaded area of the map entitled Slack Street parking meter zone map (Exhibit B) the parking of vehicles on streets may be controlled and regulated with the aid of parking meters. The parking meter rate shall be seventy five eents one dollar per hour if controller by meter. X Packet Pg 358 17 Ordinance No. (2017 Series) Page 2 SECTION 2. Severability. If any subdivision, paragraph, sentence, clause, or phrase of this ordinance is, for any reason, held to be invalid or unenforceable by a court of competent jurisdiction, such invalidity or unenforceability shall not affect the validity or enforcement of the remaining portions of this ordinance, or any other provisions of the city' s rules and regulations. It is the city' s express intent that each remaining portion would have been adopted irrespective of the fact that any one or more subdivisions, paragraphs, sentences, clauses, or phrases be declared invalid or unenforceable. SECTION 3. A summary of this ordinance, together with the names of the Council members voting for and against it, shall be published at least five (5) days prior to its final passage, in the Telegram -Tribune, a newspaper published and circulated in this City. This ordinance will go into effect at the expiration of thirty (30) days after its final passage. INTRODUCED on the 6th day of June 2017, AND FINALLY ADOPTED by the Council of the City of San Luis Obispo on the 20th of June 2017, on the following vote: AYES: NOES: ABSENT: Mayor Heidi Harmon ATTEST Carrie Gallagher City Clerk APPROVED AS TO FORM: J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, this day of , Carrie Gallagher City Clerk O Packet Pg 359 ti Ordinance No. (2017 Series) Page 3 w ................ UJ T EXHIBIT A o :r BROAD to J TORO Mev 0 m a � w � ec t fL 0 0 8 m w NIPOMO Ca uj �J a Rte- IL S .A N T .A � - s Ku SA SANTA } z iz— 4L ROSA :::: Co Z3 J 05 e s e s M 0 R R 0 X11 t7 GHORR0 : �. . GARDEN � S7 CHORRO L Page 3 w ................ UJ T EXHIBIT A o :r BROAD to J M Mev 0 m a fL 0 0 8 v NIPOMO Ca NIPOMO �J a Rte- S .A N T .A Ku SA } z iz— 4L Q :::: Co Z3 05 e s e s M 0 R R 0 X11 t7 GHORR0 : �. . GARDEN w ................ UJ T °i 3 R O A D :r BROAD J LO 0 ;BEACH fL 0 NIPOMO Ca NIPOMO w ................ UJ T _S} 411 LL0 IL 0 ;BEACH 0 4 Ca Rte- :`' iz— 11 E DO :::: Co ti r Ordinance No. (2017 Series) Page 4 EXHIBIT B ��a Q J � \ -=ZD aNVMD J LL J � � v 2 L 0 U QP' 1N381 4 u Q Ell \ yZ CD C /\ a U a -2 C 2 ai v) w ` 4►r ®� r M31AJN071 Tz— IV M31AJN01 m 1 / % J1monlN3M 17 RESOLUTION NO. (2017 SERIES) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, APPROVING PARKING FEES IN THE CITY'S PARKING STRUCTURES WHEREAS, the City of San Luis Obispo wishes to maintain effective usage of its three parking structures; and WHEREAS, the City wishes to provide secure and user friendly parking for all users of the parking structures; and WHEREAS, the parking program needs to continue to be self-sufficient for its financial commitments; and WHEREAS, the Council considered the Parking Revenue Enhancements staff report and held a public meeting on the proposed changes to the parking structure rates and hours of operation. NOW THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: SECTION 1. Effective January 1, 2018, all hourly parking structure rates shall increase to $1.25 an hour, including Sundays, with the first hour free. SECTION 2. Effective January 1, 2018, the maximum daily parking structure rate shall increase to $12.50 per day, Monday through Saturday and $6.25 per day on Sundays. SECTION 3. Effective July 1, 2020, the hourly parking structure rates in the 842 Palm, 919 Palm and Marsh Street Structures shall increase to $1.50 an hour, including Sundays, with the first hour free. SECTION 4. Effective July 1, 2020, the maximum daily parking structure rate in the 842 Palm, 919 Palm and the Marsh Street Structures shall increase to $15.00 per day, Monday through Saturday and $7.50 per day on Sundays. SECTION 5. Upon the opening of the new Palm Nipomo Parking Structure, the hourly rate shall be $1.00 an hour, including Sundays, with the first hour free. SECTION 6. Upon the opening of the new Palm Nipomo Parking Structure, the maximum daily parking structure rate shall be $10.00 per day, Monday through Saturday and $5.00 per day on Sundays. Packet Pg 362 Resolution No. (2017 Series) Upon motion of following vote: AYES: NOES: ABSENT: seconded by Page 2 The foregoing resolution was passed and adopted this day of , 2017. Mayor Heidi Harmon ATTEST Carrie Gallagher City Clerk APPROVED AS TO FORM: J. Christine Dietrick City Attorney 17 and on the IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, this day of , Carrie Gallagher City Clerk r7 Packet Pg 363 17 RESOLUTION NO. (2017 SERIES) A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN LUIS OBISPO, CALIFORNIA, APPROVING INCREASED PARKING CITATION FINES WHEREAS, State law provides, in Vehicle Code Section 40203.5, that cities establish the amount of parking penalties, fees, and surcharges; and WHEREAS, State law authorizes the City to recover administrative fees, parking penalties, fees and collection costs related to civil debt collection, late payment penalties, and other related charges; and WHEREAS, the City wishes to provide secure and user friendly parking for all users of the parking structures; and WHEREAS, the parking program needs to continue to be self-sufficient for its financial commitments; and WHEREAS, the Council considered the Parking Revenue Enhancements staff report and held a public meeting on the proposed changes to the parking citation fines and the establishment of additional fees. NOW THEREFORE, BE IT RESOLVED by the Council of the City of San Luis Obispo as follows: SECTION 1. Effective January 1, 2018, parking fines shall be modified (see Exhibit A) as follows: 1. Increase expired meter violation (SLOMC 10.52.050) from $33 to $40; 2. Increase overtime parking violation (SLOMC Section 10.040.010) from $43 to $50; 3. Increase passenger loading zone violation (SLOMC 10.44.040) from $33 to $40; 4. Increase parking space markings violation (SLOMC 10.40.060) from $33 to $40; 5. Increase no permit lot violation (SLOMC 10.36.235) from $38 to $45 Upon motion of on the following vote: AYES: NOES: ABSENT: seconded by The foregoing resolution was passed and adopted this day of , 2017. ATTEST and Mayor Heidi Harmon Packet Pg 564— Resolution No. (2017 Series) POf 2 Carrie Gallagher City Clerk APPROVED AS TO FORM: J. Christine Dietrick City Attorney IN WITNESS WHEREOF, I have hereunto set my hand and affixed the official seal of the City of San Luis Obispo, California, this day of , Carrie Gallagher City Clerk Packet Pg 1565 Resolution No. (2017 Series) CITY OF SAN LUIS OBISPO PENALTY SCHEDULE EFFECTIVE DATE: 01101/2018 CODE & SECTION DESCRIPTION P1gf 3 EXHIBIT A PENALTY PENALTY & LATE FEE SLMC 10.12.050 INTERFERENCE WITH POLICE/AUTHORIZED OFFICER 93 123 SLMC 10.14.030 OBEDIENCE TO TRAFFIC CONTROL DEVICES 58 88 SLMC 10.14.090 UNAUTHORIZED PAINTING ON CURBS 58 88 SLMC 10.34.020 OVERNIGHT CAMPING (10pm - 6 am) 100 130 SLMC 10.36.020 STOPPING OR STANDING IN PARKWAYS PROHIBITED 33 63 SLMC 10.36.030 STOP/STAND/PARK IN VIOLATION OF CHAPTER 33 63 SLMC 10.36.040 NO PARKING ZONE - PROHIBITED PARKING - Also Taxi Zone (d) 53 83 SLMC 10.36.050 USE OF STREETS FOR STORAGE OF VEHICLES PROHIBITED 23 53 SLMC 10.36.070 REPAIRING OR GREASING VEHICLE ON PUBLIC STREET 23 53 SLMC 10.36.080 WASHING OR POLISHING VEHICLES 23 53 SLMC 10.36.090 PARKING ADJACENT TO SCHOOLS 23 53 SLMC 10.36.100 PARKING PROHIBITED ON NARROW STREETS 23 53 SLMC 10. 36.110 PARKING ON GRADES 23 53 SLMC 10.36.120 UNLAWFUL PARKING - PEDDLERS, VENDORS 23 53 SLMC 10.36.130 EMERGENCY PARKING SIGNS 23 53 SLMC 10.36.140 LARGE/COMMERCIAL VEHICLE PARKING NEAR INTERSECTION 23 53 SLMC 10.36.150 NIGHTTIME PARKING OF LARGE VEHICLES 23 53 SLMC 10.36.160 NIGHTTIME PARKING OF VEH W/OPERATING AIR/REFRIGERATION 23 53 SLMC 10.36.200 PARKING IN A RESIDENTIAL PERMIT PARKING AREA 38 68 SLMC 10.36.230 PERMITS - DISPLAY OF PERMITS 28 58 SLMC 10.36.235 NO PERMIT LOT 45 75 SLMC 10.40.010 TIMED PARKING 10 MINUTES TO 10 HOURS (Overtime Parking) 50 80 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 40 70 SLMC 10.40.070 NO STOPPING ZONE 21 51 SLMC 10.40.080 ALL NIGHT PARKING PROHIBITED (3-5am) 38 68 SLMC 10.44.020 CURB MARKING TO INDICATE NO STOPPING/PARKING REGS. 23 53 SLMC 10.44.030 EFFECT OF PERMISSION TO LOAD/UNLOAD IN YELLOW ZONE 53 83 SLMC 10.44.040 EFFECT OF PERMISSION TO LOAD/UNLOAD IN WHITE ZONE 40 70 SLMC 10.44.050 STANDING IN ANY ALLEY 33 63 SLMC 10.44.070 DISABLED PARKING 338 368 SLMC 10.48.010 CERTAIN VEHICLES PROHIBITED IN CENTRAL DISTRICT 58 88 SLMC 10.48.020 ADVERTISING VEHICLES 33 63 SLMC 10.48.030 ANIMAL DRAWN VEHICLES 33 63 SLMC 10.48.040 TRUCK ROUTES 88 118 SLMC 10.48.050 COMM. VEHICLES PROHIBITED FROM USING CERTAIN STREETS 88 118 SLMC 10.48.060 MAX GROSS WT. LIMITS OF VEHICLES ON CERTAIN STREETS 88 118 SLMC 10.52.040 PARKING METERS - OPERATIONAL PROCEDURES 23 53 SLMC 10.52.050 UNLAWFUL TO PARK AFTER METER TIME HAS EXPIRED 40 70 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 225000 STOPPING/STANDING/PARKING: ON SIDEWALK 33 63 CVC 22500(8) 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 225000) STOPPING/STANDING/PARKING: IN TUBE OR TUNNEL 33 63 CVC 22500(k) STOPPING/STANDING/PARKING: UPON BRIDGE EXCEPTAUTH 33 63 Packet Pg 13SR Resolution No. (2017 Series) CITY OF SAN LUIS OBISPO PENALTY SCHEDULE EFFECTIVE DATE: 01/01/2018 CODE & SECTION DESCRIPTION P1gf 4 PENALTY PENALTY & LATE FEE CVC 22500(1) IMPROPER PARKING IN WHEELCHAIR ACCESS 263 293 CVC 22502(a) CURB PARKING 33 63 CVC 22502(b) PARKING OPPOSITE DIRECTION OF TRAFFIC 33 63 CVC 22502(c) CURB PARKING - WHEELS MORE THAN 18 INCHES FROM CURB 33 63 CVC 22504(a) UNINCORPORATED AREA PARKING 33 63 CVC 22505(a) PARKING ON STATE HIGHWAY WHERE SIGN POSTED 33 63 CVC 22505(b) POSTED NO PARKING - STATE HIGHWAY 33 63 CVC 22507 UNLAWFUL PARKING 33 63 CVC 22507.8 (a) PARKING IN SPACE FOR DISABLED 338 368 CVC 22507.8 (b) PARKING IN SPACE FOR DISABLED - OBSTRUCT/BLOCK 338 368 CVC 22507.8 (c)(1) PARKING IN SPACE FOR DISABLED - ON LINES MARKED 338 368 CVC 22507.8 (c)(2) PARKING IN SPACE FOR DISABLED - CROSSHATCHED LINES 338 368 CVC 22510 PARKING IN SNOW REMOVAL AREAS 3 33 CVC 22511.7 DISABLED ZONE 338 368 CVC 22512 VEHICLE UNATTENDED 116 146 CVC 22513 TOW CARS - PARKING ON FREEWAY 33 63 CVC 22514 FIRE HYDRANTS 63 93 CVC 22515(a) UNATTENDED VEHICLES - SET BRAKES/STOP MOTOR 33 63 CVC 22515(b) UNATTENDED VEHICLES - SET BRAKES/WHEELS/PREVENT MOVE 33 63 CVC 22516 LOCKED VEHICLE 116 146 CVC 22517 OPENING AND CLOSING DOORS 116 146 CVC 22520.5 VENDING ON FREEWAY RIGHT-OF-WAY 116 146 CVC 22520.5(a) VENDING ON FREEWAY RIGHT-OF-WAY 116 146 CVC 22521 ILLEGAL TO PARK ON RAILROAD TRACKS 33 63 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 * Fine or fee amounts are set by the Uniform Bail & Penalty Schedule or by specific CVC section All other fine amounts set by City Council pursuant to CVC 40203.5 Packet Pg 1367 Page intentionally left blank. 17 Packet Pg 368