Loading...
HomeMy WebLinkAbout09/02/1997, C-3 - ELECTRONIC PARKING METERS counat j acEnaa Repout 'woNWWAIW CITYOF SAN LUIS O B I S P O FROM: Mike McCluskey,Director of Public Work3071( Prepared By: Keith Opalewski,Parking Manager SUBJECT: Electronic Parking Meters CAO RECOMMENDATION Approve the Request for Proposals (RFP) for the purchase of an electronic parking meter system; authorize soliciting of proposals, and authorize contract award by the CAO if the best responsible proposal is within the engineer's cost estimate of$348,000. DISCUSSION The City has been using mechanical-type parking meters for decades. The current mechanical parking meter mechanisms require a major overhaul every 5-6 years for maintenance and rate changes. Historically, this was accomplished through a contract for rebuilt/exchange mechanisms that had been completely rebuilt and set at the new hourly rate. This process was very labor intensive and cost approximately$100,000 each time anew rate was required to be installed. It also limited the ability to make field changes (expand meters or change time limits) without ordering additional mechanisms set at the appropriate rate and time limit. Due to the limitations and incurred cost of this meter system over the years, staff proposed, and the Council approved in the current budget, the conversion of the City's mechanical parking meters to state-of-the-art electronic meters. The new type of meters offer a number of advantages: • programmable features so rate changes and meter time can be easily adjusted by staff personnel • low maintenance-only annual battery changes-and long-term durability • increased revenue through enhanced anti-slug and anti-foreign coin usage • complete audit system of each meter through computerized inventory software • improved customer service through acceptance of all coins(nickels,"dimes", and quarters) • offers debt payment system for ease of use and elimination of needing change • acceptance of dimes The electronic meter system (mechanisms, hand-held communication devices, software, and debt system)provides user friendly meters and allows for more"flexibility"in the field (e.g., expand 10-hour meters) without the rigors and expense associated with the mechanical units. The electronic mechanisms and support software offer superior advantages over the mechanical units, and would biter serve the ever-changing needs of the parking program for years to come. CONCURRENCES The upgrade to electronic parking meters has been discussed with the BIA Parking Committee. BIA C-3-/ Council Agenda Report-Electronic Meters Page 2 members are supportive of the new electronic meters, especially the acceptance of dimes and the debt payment (card or key) option. We have received similar feedback.from the public as a result of our field testing the new meters for the past several months. Overall,there has been very good response to the idea of upgrading the City's mechanical meters to state-of-the-art electronic meters. FISCAL EM PACT Although the electronic meters are more costly (estimate of$200 vs. $120 for new mechanical units), the investment in these state-of--the-art units can be recouped in a relatively short time (approximately four months of meter revenue). This would be a onetime cost, which eliminates the ongoing expense for routine meter overhauls currently required for the old mechanical type. Another fiscal advantage of the electronic units is improved slug and foreign coin detection. In fact, the abuse of defaced coins in the dime slot, which was costing the City thousands of dollars each year, was the driving force for phasing out the dime slot in our current mechanical mechanisms. This type of costly problem would be eliminated with the new electronic meters. In summary,the electronic meter system offers financial and operational advantages that outweigh their higher capital cost, while at the same time, provide the opportunity to implement a more cost effective and user friendly parking meter program for the City . The estimate for upgrading all parking meters to the electronic type including computer hardware and software is $330,000. The 1997-99 Financial Plan has approved $348,000 for the upgrade to electronic parking meters. ALTERNATIVES Partial conversion--Converting only a portion of metas (e.g., high rate only) to electronic type is a possibility to reduce the capital investment. The 550 higher rate metas would cost about $110,000 to convert to electronic meters. However, given that a meter rate increase is scheduled for January 1998 (Municipal Code 10.52.010—Parking Meter Zone Rates), we would still have to change the remaining mechanical units to the higher rite. This would cost approximately $60,000 to overhaul the old mechanisms, for a total of$170,000 for the mixed conversion. This also eliminates the flexibility to make field changes with the remaining mechanical units. Given the shortfall of this approach, this alternative is not recommended. The other option would be not to upgrade to electronic meters, but given the previously mentioned advantages, this approach would not be recommended because it leaves the city with the current out- dated mechanical mechanisms and their inherit shortcomings. Converting the parking meters as recommended is the best course of action for the City. Attachments—Request for Proposal Package C- 3�Z NOTICE OF REQUEST FOR PROPOSALS TO FURNISH ELECTRONIC PARKING METER SYSTEM SPECIFICATION NUMBER 510.9859.521.556 The City of San Luis Obispo is soliciting proposals for the purchase of an electronic parldng meter system for its 1600+ parldng meters. The electronic parking meter system must include all electronic meter mechanisms, support hardware (hand-held communication device) and parking management software for a fully integrated city-wide system. The City will receive proposals to furnish an electronic parking meter system at the Finance Department, City Hall, 990 Palm Street, San Luis Obispo, CA 93401, until 3:00 p.m. on Friday, October 3, 1997. Additional information may be obtained by calling Keith Opalewski, (805) 781-7234. 1 C_ 3� 3 Request fof Proposals to Furnish Electronic'Parking Meter System Specification Number 510.9859.521.556 CONTENTS I. Instructions to Proposing Firms . 2 I. Evaluation of Proposal and Award..of Contract 4 III. Contractor Duties and Responsibilities 5 IV. City-Duties and Responsibilities, 9 V. Form of Contract 10 V1. Insurance Requirements 13 VII: Proposal:Forms 14 .2 G- 3 'y L INSTRUCTIONS TO PROPOSING FIRMS A. Do not submit more than one proposal. B. Complete in full the proposal forms provided in Section VII of this specification. C. Deliver the proposal forms before 3:00 p.m. October 3, 1997 in an envelope seated and addressed as follows: Finance Department City of San Luis Obispo 990 Palm Street San Luis Obispo, CA 93401 Request for Proposals Furnish Electronic Parking Meter System Specification No. 510.9859.521.556 (Name of Proposing Firm) Proposal Opening: 3:00 p.m. October 3, 1997 D. Do not submit a proposal by fax. E. Withdraw a proposal if necessary before the proposal opening by submitting a written request to the Finance Department, which will return the proposal unopened. F. Understand that the City believes this specification is accurate and contains no affirmative misrepresentation nor any concealment of fact. G. Understand and agree to the following conditions regarding the accuracy of this specification: 1. In preparing its proposal, the proposing firm and all subcontractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the specification which could easily have been ascertained. 2. Although the effect of ambiguities or defects in this specification will be determined by law, any patent ambiguity or defect shall obligate a proposing firm to inquire about it before proposal submittal. 3. Failure to properly inquire about an ambiguity or defect shall cause such an ambiguity or defect to be construed against the proposing firm. 4. An ambiguity or defect shall be considered patent if a proposing firm, using reasonable skill, ability, and diligence on its part, knew or should have known of the existence of the ambiguity or defect. 3 C- 7-5 5. Failure of a proposing firm or subcontractors to notify the City in writing of an ambiguity or defect before proposal submittal shall waive any right to assert such an ambiguity or defect after proposal submittal. IL EVALUATION OF PROPOSAL AND AWARD OF CONTRACT A Evaluation and Award of Contract 1. The City shall reserve the right to retain all proposals for a period of 60 calendar days for examination and comparison. The City shall reserve the rights to waive non-substantial irregularities in any proposal, to reject any or all proposals, or 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. The City shall reserve full discretion to determine the competence and responsibility, professionally and financially, of proposing firms and their subcontractors. Proposing firms shall provide in a timely manner any information the City needs to make such a decision. B. Evaluation and Award Procedure A review committee will evaluate, select and recommend which proposal best meets the City's requirements. Proposals and equipment will each be evaluated on, but not necessarily limited to the following: 1. Electronic mechanism design and performance 2. Parking management software performance and communications 3. Desired and available features 4. Reference Checks 5. Ability to provide follow-up service, parts and field support 6. Warranty 7. Completeness of requested information and response 8. Best overall value C. The City shall not automatically or necessarily be bound to accept or award to the low proposal. Rather, each product and proposal shall be evaluated on its own merit. Award shall be made to the proposing firm which submits the best, most responsible proposal provided that reference checks show the firm is qualified and that any proposed specification deviations are acceptable. The City shall be the final judge of which product best meets our requirements and represents the best overall value. D. The firm to which a contract is awarded (the Contractor) shall execute a written contract with the City within ten calendar days after notice of the award has been sent by mail to the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in this specification. 4 E. If the Contractor fails to enter into the contract, the award will be annulled and the contract may be awarded to the qualified proposing firm which has submitted the next best, most responsible proposal. This firm shall fulfill every stipulation as if it were the firm to whom the first award was made.' IM CONTRACTOR DUTIES AND RESPONSIBILITIES A. Specific Features 1. All equipment shall be new materials and assembled. 2. Mechanisms must fit properly without modification into our existing Duncan Housings. 3. Mechanism must have no exposed wires, plug-ins or circuit boards. 4. Mechanisms must be all-electronic, solid state and have quartz timing with no moving discriminator parts or mechanical displays. Mechanisms shall have a dual coin coil discrimination system in addition to a wake-up coil. Mechanisms shall have time of day and day of week programmable clocks. 5. Mechanisms must operate approximately one (1) year on a good quality, over the counter 9 volt alkaline battery available everywhere. 6. Mechanisms must have single coin slot entrance and operate on U.S. nickels, dimes, quarters and tokens as well as cashless, debit system which is reloadable, on site, or any combination thereof. Mechanisms shall discriminate coins without any mechanical or moving parts. Identify debit system device on proposal form. 7. The mechanism must screen most oversize and bent slugs or coins through a precisely sized replaceable stainless steel coin slot. 8. Mechanisms must be the free-fall coin chute type. 9. The front mechanism LCD must be a digital time display. 10. Mechanisms must be equipped with a large rear Red "EXPIRED" LCD display. Expired Display shall be a minimum of 2.75 square inches in size. Identify your Expired Display size on proposal form in square inches. 11. Mechanisms must be equipped with an LED that flashes when there is time on the meter and is visible for a minimum of 20 feet in dim light. 5 C- 3-7 12. Debit systems must include all necessary loading equipment and software that allows purchaser to re-load debit devices, on site, via a high secure device, which is simple to use. 13. Mechanisms must communicate only with authorized, totally touchless, infra-red hand- held communications devices. 14. Each proposer must include and identify ALL his domestic (U.S.) electronic mechanism installations, also ALL his domestic (U.S.) software and debit installations. Proposer must identify each such reference by jurisdiction, quantity, date purchased, contact person's name, phone number and address. Failure to provide this information will void your proposal. B. Sample Proposer shall supply five (5) complete returnable production meter sample with his proposal. Sample shall be a two (2) hour time limit, operate on U.S. nickels, dimes, quarters, and a cashless debit system at $.60 per hour. Sample shall also include five (5) re-loadable high secured debit devices, pre-loaded with $50.00 parking value in each device. Each debit device insertion shall give the same time as a U.S. quarter. C. Demonstration Proposer shall be prepared to provide and demonstrate his equipment including the management software on site within ten(10) days after being so requested, or as mutually agreeable. D. Data Terminal Shall communicate with the mechanism by touchless infra-red communication to accomplish and retrieve audit and/or maintenance data, or do on street mechanism programming of time and rates: Audit data shall be retrieved and accomplished within five (5) seconds after communication with the mechanism is established, Electronic conversions shall be transmitted and completed, on street within ten (10) seconds after communications between the hand-held device and the mechanism. Retrieved data terminal information shall be easily transferred to a computer by simple means. Data Terminals shall be equipped with an alpha numerical key board. Data Terminal, with its software installed shall be capable of being used for Inventory, Audit, Maintenance, Programming or Communication; and changing from one mode to another, all without re- communication to the computer or software. E. Management Software It shall be the providers total responsibility as a part of his proposal to satisfactorily demonstrate all segments of his software to the satisfaction of the buyer. Selected 6 �-3 8 provider shall be responsible for the set up and installation of the software on City computer, as well as assisting City with an initial inventory. Any provider failing to address and agree to this requirement will be rejected. Management Software shall be user friendly and IBM compatible. Software shall provide management and tracking capability of individual meter audit, maintenance, etc. Software shall also include a program generator which allows the user to create their own time limits and hourly rate programs in house, download same into the data terminal and communicate programs into meters using the hand-held data terminal and convert meters at spacelsite with only the touchless hand-held device within ten (10) seconds after communication. F. Training The successful supplier shall provide a minimum of 24 hours on-site technical training to instruct our staff in the proper use of the equipment and interpretive capabilities of the management software. G. Warranty Proposer shall fully identify and explain his warranty. Airy/all warranty repair, or replacement shall be totally at the proposers expense. Proposer must provide a copy of his warranty with his proposal. Proposer must pay shipping costs to and from for warranty work. H. FOB/Delivery All prices quoted shall be FOB delivered to destination and proposers shall be responsible for all packaging and shipping costs. I. Penalty All quotations submitted shall be firm for a minimum period of ninety (90) days from date of opening, or as mutually agreed. I Alternatives Alternatives and/or exceptions must be identified, fully explained in writing, and may be considered if judged equal by our staff, Failure to identify exceptions or non-compliance in any manner will void your proposal and/or subject any/all such equipment received to be returned for a full cash refund regardless of warranty duration. 7 K. Required Submittals Proposer shall submit and confirm the following in writing with their proposal. Failure to comply will void your proposal. 1. Proposer shall provide a complete domestic (U.S.) reference list of all installations where proposer has sold to date the model meter/mechanism model quoted herein- Proposer ereinProposer must identify a contact person and title, jurisdiction, phone number, quantity purchased, month and year purchased and installed. Further, identify all installations-customers regularly and actively using his management software, hand-held communication devices and which have purchased and are using his debit system. 2. Provide all product specifications and parts charts. 3. Identify where authorized service is available. 4. Provide all current descriptive literature, service and operation manuals. 5. Provide any additional pertinent information requested within 48 hours of such request. L. Providing Insurance and Indemnification 1. Provide proof of insurance in the forms, coverages, and amounts specified in Section VI of this specification within ten calendar days after notice of contract award as a precondition to contract execution. 2. Defend, indemnify, protect and hold the City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to the Contractor's employees, agents or officers which arise from or are connected with or are caused or claimed to be caused by the acts or omissions of the Contractor, and its agents, officers or employees, in performing the specified work, and all expenses of investigating and defending against same; provided, however, that the Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents, officers or employees. M. Performing Miscellaneous Duties and Responsibilities 1. When applicable, acquire a valid City of San Luis Obispo business tax certificate prior to execution of the agreement. Additional information regarding the City's business tax may be obtained by calling(805) 781-7134. 8 C— 3-/D 2. Keep fully informed of and observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations, and adopted codes during performance of the specified work. 3. Procure all permits and licenses, pay all charges and fees, and give all notices necessary to perform the specified work 4. Conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 5. Ensure 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 performing the specified work. 6. In performing the specified work, do not engage in nor permit subcontractors 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. 7. Furnish the City with every reasonable opportunity to determine that the specified work is being performed according to the requirements and intentions of this specification 8. Do not maintain and do not acquire any interest, direct or indirect or otherwise, which would conflict in any manner or degree with the performance of the specified work. Ensure that, in the performance of this work, no subcontractor or person having such an interest is employed. Certify that no one who has or will have any financial interest in performing this work is an officer or employee of the City. Understand that, in the performance of the specified work, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 9. Do not assign, transfer, convey or otherwise dispose of the contract, or the right, title, interest, or power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. IV. CITY DUTIES AND RESPONSIBILITIES A. Pay original invoices from the Contractor within 30 days from receipt and acceptance by the City of the services provided by the Contractor. 9 Y. FORM OF CONTRACT (NOTE: THIS ISA SAMPLE FORM ONLY. DO NOT FILL OUT OR SIGN THIS FORM.) CONTRACT THIS CONTRACT is made and entered into in the City of San Luis Obispo on this day of by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as the City, and hereinafter referred to as the Contractor. WITNESSETH: WHEREAS, on August 15, 1997 the City invited proposals to provide an electronic parking meter systems per Specification No. 510.9859.521.556; and WHEREAS, the Contractor submitted a proposal which was accepted by the City for furnishing this system; NOW THEREFORE, in consideration of the mutual promises, obligations, and covenants contained in this contract, the parties agree as follows: 1. TERM. The initial term of this contract shall be from the date this contract is made and entered, as first written above, until specified factory warranties expire. 2. INCORPORATION BY REFERENCE. City Specification No. 510.9859.521.556 and the Contractor's proposal dated 1997, are incorporated in and made a part of this contract. 3. THE CITY'S OBLIGATIONS. For performing the work described in Section III of Specification No. 510.9859.521.556, the City will pay and the Contractor shall receive payments based upon the actual number of electronic meters and the unit price proposed by the Contractor and accepted by the City. 4. THE CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements mentioned to be made and performed by the City, the Contractor agrees with the City to do everything required by this contract. . 10 C- 3-/Z. 5. AMENDMENTS. Any amendment, modification, or variation from the terns of this contract shall be in writing and shall be effective only upon approval by the City Administrative Officer of the City. 6. THE CrMS REMEDIES ON BREACH. If the Contractor fads to perform the duties and responsibilities required in this contract,in addition to all other remedies provided by law the City may assume such duties and responsibilities and deduct the costs of doing so from amounts due to the Contractor. The costs to be deducted shall be the City's actual costs incurred to assume the duties and responsibilities or the contract prices,whichever are greater. 7. TERMINATION FOR CONVENIENCE. The City may terminate this contract, in whole or in part, at any time by written notice to the Contractor. The Contractor shall be paid for work performed up to the time of termination. The Contractor shall promptly submit its termination claim to be paid by City. 8. TERMINATION FOR DEFAULT. If the Contractor fails to perform in the manner called for in this contract or if the Contractor fails to comply with any other provisions of this contract, the City may terminate this contract for default. Termination shall be effected by serving a notice of termination to the Contractor setting forth the manner in which the Contractor is in default. The Contractor shall be paid only the contract price for work performed according to the provisions of this contract. If it is later determined by the City that the Contractor had an excusable reason for not performing, such as a strike, fire, or flood, events which are not the fault of; or are beyond the control of the Contractor, the City may allow the Contractor to continue work, or treat the termination as a termination for convenience. 9. COMPLETE CONTRACT. This written contract, including all writings specifically incorporated by reference, shall constitute the complete contract between the parties. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties. 11 C, 3-l. 10. NOTICE. All written notices to the parties shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City: Contractor: Public Works Director City of San Luis Obispo 955 Morro Street San Luis Obispo, CA 93401 11. AUTHORITY TO EXECUTE CONTRACT. Both the City and the Contractor covenant that each individual executing this contract on behalf of each party is a person duly authorized and empowered to execute contracts for that party. IN WITNESS WHEREOF, the parties have caused this instrument to be executed on the last date written below. FOR THE CITY OF SAN LUIS OBISPO: APPROVED AS TO FORM: City Administrative Officer City Attorney date FOR THE CONTRACTOR: Sample only—Do not sign Authorized Representative date 12 VL INSURANCE REQUIREMENTS: Consultant Services The Contractor 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 Contractor, its agents, representatives, employees or subcontractors. A Minimum Scope of Insurance Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. B. Minimum Limits of Insurance The Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. C. Deductibles and Self-Insured Retentions Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. D. Other Insurance Provisions The general liability and automobile liability policies are to contain or be endorsed to contain the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor, products and completed operations of the Contractor, premises owned, occupied or used by the Contractor; or automobiles owned leased, hired or 13 C- borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. 3. Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees, agents or volunteers. 4. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurers liability. 5. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, cancelled 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. E. AcceptabUity of Insurers Insurance is to be placed with insurers with a current A.M. Best's rating of no less than A:VII. F. Verification of Coverage The Contractor shall furnish the City with a certificate of insurance showing required coverage. Original endorsements effecting general liability and automobile liability coverage are also required by this clause. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. G. Subcontractors The Contractor shall include all subcontractors as insured under its policies or shall furnish separate certificates and endorsements for each subcontractor. All coverages for subcontractors shall be subject to all of the requirements stated herein. VII. PROPOSAL FORMS Attached are the following four forms which constitute the proposal for this specification and which must be submitted by proposing firms: Price Proposal Form Specification Deviations Subcontractor List References-User List To avoid possible disqualification, proposing firms should fill out all forms completely. 14 e - 3-/6 PRICE PROPOSAL FORM PROPOSAL ITEM: ELECTRONIC PARIQNG METER SYSTEM SPECIFICATION NUMBER: 510.9859.521.556 PROPOSAL OPENING TIME AND DATE: 3:00 p.m. October 3, 1997 The undersigned, who is authorized to represent the proposing firm and has carefully examined Specification No. 510.9859.521.556, agrees to perform all of the work described in Section III of Specification 510.9859.521.556 for the following prices quoted in full: y::...,n.....M... .. W. , Electronic mechanism(with anti-glare dome& rate plate 1700 Hand-held communication 2 device Software package 1 Debit payment loading system 1 (complete) Key or Card 500 On-site Training 24 hours Identify Debit System Device Identify Expired Display Size Signature of Authorized Agent: Company Name: Street Address: City, State,Zip: Phone Number: I, SPECIFICATION DEVIATIONS Proposing firms must Est'below any proposed deviations from this specification. Individual.deviations should reference section and paragraph numbers(e.g., IIL.A3,.VI.C3, etc.). Use additional sheets if - - necessary:.. 16 SUBCONTRACTORS Proposing firms must list below any proposed subcontractors for the specified work. Use additional sheets if necessary. Company: Street Address: City, State, Zip: Company Representative: Phone Number: Company: Street Address: City, State, Zip: Company Representative: Phone Number: REFERENCES-USER LIST Each proposer must include and identify ALL of his domestic (LISA) electronic mechanism installations. Also, ALL of his domestic (USA) software and debit installations. Proposer must identify each sucl- reference by jurisdiction, quantity, date purchased, contact persons name, phone number and address. Failure to provide this information will void your proposal. Somple format below.- Agency/Company: elow:Agency/Company: Street Address: City, State,Zip: Agency/Company Representative: Phone Number: Quantity of Meters Installation Date Agency/Company: Street Address: City, State,Zip: Agency/Company Representative: Phone Number: Quantity of Meters Installation Date 18 C