REQUEST FOR PROPOSALS

Similar documents
REFUSE AND RECYCLING CONTAINER AND BILLING AUDIT SERVICES RFP #1603 October 2016

SECTION 115 PENSION TRUST ADMINISTRATION RFP #1828 December 2017

RFQ #1649 April 2017

RFQ #1647 April 2017

COMPREHENSIVE DISASTER COST RECOVERY STRATEGIC PLAN DEVELOPMENT & TRAINING RFP #1827 December 2017

DESIGN OF BUS SCHEDULES, SYSTEM MAP AND OTHER TRANSIT CUSTOMER INFORMATION FOR CULVER CITYBUS

Federal Lobbyist or Advocacy Firm to Advance the City of Culver City s Positions on the Southern California Metroplex Project RFP #1652 August 2017

UPDATE OF PAVEMENT MANAGEMENT PROGRAM

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

Request for Proposal (RFP) For Commercial Demountable Wall System Including Installation

RECYCLABLE MATERIALS PROCESSING SERVICES RFP #1836 FEBRUARY 2018

SOLID WASTE SAFETY TRAINING SERVICES

CITY OF MONTEREY REQUEST FOR PROPOSALS TO PROVIDE ON-CALL REALTOR SERVICES FOR AFFORDABLE HOUSING

ARCHITECT OF RECORD & DSA CLOSEOUT CERTIFICATION SERVICES RFQ# 029

State College Area School District 131 West Nittany Avenue State College, PA REQUEST FOR PROPOSAL RFP #2010/11-01

ADDENDUM No. 1. ITB No LED Video Wall. Due: May 25, 2017 at 10:00 A.M. (Local Time)

Request For Proposal (RFP) for

Request for Proposal General Ledger Software

REQUEST FOR PROPOSALS Comprehensive User Fee Study and Full Cost Allocation Plan

REQUEST FOR PROPOSAL FOR AUDIT SERVICES City of Yreka, California Dated February 08, 2018

REQUEST FOR PROPOSALS For On-Call Construction Inspection Services CITY OF SAN MATEO, CALIFORNIA

West Hartford Housing Authority Request for Proposals (RFP) HQS Services

CHAMPAIGN COMMUNITY SCHOOL DISTRICT #4 Champaign, Illinois

CITY OF LA CENTER 214 EAST 4 TH STREET LA CENTER, WA Ph: Fax:

CONTRACT FOR SERVICES RECITALS

Request for Proposal Financial Advisory Services 2013 RFP NO.: 7211

REQUEST FOR PROPOSAL For PARKING LOT ASPHALT/CONCRETE REMOVAL AND REPLACEMENT. Colorado Springs, CO (PPLD RFP # )

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

Request for Proposal (RFP) For 2014 Construction / Paving Inspection Services

Request for Proposal (RFP) For Installing Fuel Dispensers and Fuel Management System Software Upgrades

CONSULTANT SERVICES AGREEMENT

REQUEST FOR PROPOSAL: 8/25/2012 NUMBER OF COPIES TO SUBMIT: TWO (2) Page 1

Request for Proposal (RFP) For Jail Security System Control Upgrade

REQUEST FOR PROPOSAL (RFP) # FOR: HVAC PLAN SERVICE AGREEMENT (PSA) FOR HIGHWAY FACILITIES POSTING DATE: NOVEMBER 18, 2015

REQUEST FOR PROPOSALS (RFP) FULL COST ALLOCATION STUDY AND USER FEE STUDY. City of Foster City, California. Financial Services Department

ROCKY HILL PUBLIC SCHOOLS REQUEST FOR PROPOSALS FOR AUDITING SERVICES. June 30, 2018

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

Invitation To Bid. for

Excellent project-management and relationship-development skills. Ability to work cooperatively with organizational and community stakeholders.

SERVICE AGREEMENT CONTRACT NO.

Request for Proposal (RFP) For Installing Concrete Curb and Gutter 2014 Construction Season

ST. LOUIS COUNTY REQUEST FOR PROPOSAL FINANCIAL ADVISORY SERVICES

Request for Proposal (RFP) For

REQUEST FOR PROPOSAL (RFP) # LED LIGHTING SYSTEM INSTALLED ON TOWER POSTING DATE: DECEMBER 19, 2018

ON-CALL CIVIL ENGINEERING CONSULTING SERVICES AGREEMENT BETWEEN THE CITY OF PITTSBURG AND [NAME OF CONSULTANT]

Telemetry Upgrade Project: Phase-3

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Center Township Butler County, Pennsylvania REQUEST FOR PROPOSALS AND QUALIFICATIONS FOR PROFESSIONAL ENGINEERING SERVICES

Town of Manchester, Connecticut General Services Department. Request for Proposals for Fingerprinting Services 17/18-85.

VILLAGE OF GREENDALE WISCONSIN REQUEST FOR PROPOSALS FOR PROFESSIONAL AUDITING SERVICES

Request for Proposal (RFP) For 2014 Liquid Asphalt Materials

REQUEST FOR PROPOSALS RFP# PROPANE FUEL FOR THE HEATING SEASON POSTING DATE: MARCH 7, 2018

CITY OF OAK HARBOR REQUEST FOR PROPOSAL

PATRIOT PARK CONCESSION OPERATION BID DOCUMENTS. 4. Patriot Park Concession Operation Agreement between Park Board and Contractor

Pre-Proposal/Site Tour Tuesday, November 22, 10:00am The Dow-Lobby (303 Johnson Ave)

FRANKLIN BOROUGH REQUEST FOR PROPOSALS FOR BOROUGH ENGINEER

Request for Proposal (RFP) For Plat book Printing

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR THE POSITION OF TAX APPEAL CONSULTANT FOR THE BOROUGH OF TOTOWA

Request for Proposal Data Network Cabling

City of Loveland, Ohio

CITY OF KIRKLAND REQUEST FOR PROPOSALS BUSINESS RETENTION CONSULTANT JOB # CM

REQUEST FOR PROPOSAL. PIKES PEAK LIBRARY DISTRICT Colorado Springs, CO

REQUEST FOR PROPOSAL #6529 EXTERIOR WINDOW CLEANING AT VARIOUS WASHTENAW COUNTY BUILDINGS

Staff Report. Scott Conn, Network & Operations Manager (925)

REQUEST FOR PROPOSALS CLEAN OUT AND JUNK REMOVAL SERVICES Date Issued: March 16, 2017 Due: Thursday, March 30, 2017 at 2:00pm

REQUEST FOR PROPOSALS (RFP) No. LHFC_RT2017_0818_3 BUILDING DEMOLITION SERVICES REQUEST FOR PROPOSALS FOR DEMOLITION SERVICES

Request for Qualifications

CITY OF CORSICANA REQUEST FOR PROPOSALS (RFP) FOR ANALYSIS AND AUDITS OF MUNICIPAL FRANCHISE COLLECTIONS

REQUEST FOR PROPOSAL EAP ADMINISTRATION CITY OF OVERLAND PARK

AGREEMENT FOR CONSTRUCTION PROJECT MANAGEMENT SERVICES

REQUEST FOR PROPOSAL (RFP) # TWIN BRIDGE PARK - GARAGE POSTING DATE: JANUARY 10, 2018

REQUEST TO SUBMIT PROPOSALS FOR ASBESTOS SURVEYOR FOR THE CITY OF PONTIAC

Invitation To Bid. for

EL PASO COUNTY COMMUNITY COLLEGE DISTRICT POST OFFICE BOX EL PASO, TEXAS GENERAL CONDITIONS OF CONTRACT

CITY OF MOBILE REQUEST FOR QUOTES. July 25, Museum Drive Mobile, AL 3660

Regional School District No. 8 REQUEST FOR PROPOSALS FOR AUDITING SERVICES LEGAL NOTICE. REQUEST FOR PROPOSALS - Regional School District No.

REQUEST FOR PROPOSAL for Legal Services for the HIGH PLAINS LIBRARY DISTRICT Greeley, CO

RFP GENERAL TERMS AND CONDITIONS

NORWALK-LA MIRADA UNIFIED SCHOOL DISTRICT

City of Albany, New York Traffic Engineering

WATER QUALITY MAINTENANCE-SPARKS MARINA CANAL CITY OF SPARKS, NEVADA

Invitation To Bid. for

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR ANIMAL CONTROL OFFICER FOR THE BOROUGH OF TOTOWA

City of Beverly Hills Beverly Hills, CA

ATTACHMENT C STANDARD TERMS AND CONDITIONS CONTRACT FOR PROFESSIONAL SERVICES BETWEEN THE CITY OF LONG BEACH AND NAME STREET AND P.O.

REQUEST FOR PROPOSALS

Request for Proposal (RFP) For Printing Services RFP # Posting Date: March 18, 2015

TOWN OF FARMINGTON REQUEST FOR PROPOSALS INSURANCE / RISK MANAGEMENT SERVICES

CITY OF NAPERVILLE: SERVICES TERMS AND CONDITIONS

ALABAMA STATE PORT AUTHORITY REQUEST FOR QUALIFICATIONS

PROFESSIONAL SERVICES CONTRACT FOR DATABASE DESIGN

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR PROFESSIONAL ENGINEERING SERVICES FOR THE BOROUGH OF TOTOWA

LEGAL ADVERTISEMENT CITY OF WINTER GARDEN REQUEST FOR QUALIFICATIONS (RFQ) RFQ #EN DESIGN CRITERIA PROFESSIONAL SERVICES

Manalapan Township. Request for Proposals for Renewable Energy Power Purchase Agreement (PPA)

BOROUGH OF TOTOWA NOTICE AND SOLICITATION OF PROPOSALS FOR RISK MANAGEMENT CONSULTANT SERVICES FOR THE BOROUGH OF TOTOWA

REQUEST FOR PROPOSALS. For. Consulting Services for Enterprise Resource Planning (ERP) System Requirements Analysis and RFP Development

REQUEST FOR PROPOSALS Public Relations Services ALBANY CAPITAL CENTER TABLE OF ARTICLES 1. DEFINITIONS 5. CONSIDERATION OF RESPONSES

CITY COUNCIL CONSENT CALENDAR

Tacoma Power Conservation Contractor Agreement

FRIENDSHIP PUBLIC CHARTER SCHOOL REQUEST FOR PROPOSALS FOR RFP COMPENSATION DESIGN CONSULTANT SERVICES

Transcription:

REQUEST FOR PROPOSALS ------------------------------------------------------------------ RFP #1602 Notice is hereby given that sealed proposals will be received by the City of Culver City, California, for furnishing the following product: City Wide Parking Access and Revenue Control System (PARCS) In strict accordance with the Specifications on file in the office of the CULVER CITY PURCHASING DIVISION, 4343 Duquesne Avenue, Culver City, California, 90232. Copies of specifications and RFP documents may be obtained from the City s website at http://www.culvercity.org/how-do-i-/find/biddingcontract-opportunities. One original, one electronic, and three copies of the proposal must be submitted to the CITY CLERK at CITY HALL, 9770 Culver Boulevard, Culver City, California, 90232, not later than 3:00 p.m. on Thursday, July 14, 2016. Facsimile proposals will not be accepted. Any proposer may withdraw their proposal, without obligation, at any time prior to the scheduled closing time for receipt of proposals. A withdrawal will not be effective unless made personally or by telephonic notification received prior to the closing date. Proposals may later be referred to the City Council for appropriate action. The City reserves the right to reject any or all proposals as the best interests of the City may dictate. By: Jeremy Green, Deputy City Clerk Published in The Culver City News on June 9, 2016.

REQUEST FOR PROPOSALS for City Wide Parking Access and Revenue Control System (PARCS) June 2016 RFP # 1602 City of Culver City DEPARTMENT OF FINANCE 9770 Culver Boulevard Culver City, CA 90232-0507

City Wide Parking Access and Revenue Control System (PARCS) RFP #1602 I. REQUEST SUMMARY The City of Culver City is seeking proposals from firms to furnish and install an online, real-time Parking Access and Revenue Control System (PARCS). PARCS to be provided in 7 parking facilities for the City of Culver City, California. The awarded firm will be required to remove the existing PARCS equipment and provide new PARCS equipment in City designated locations to provide control of the parking facilities and enhance customer service. The selected firm will be responsible for providing services in accordance with the scope of services outlined in the proposal. Walker Parking Consultants is managing the RFP process as the City s designated representative and consultant. All questions regarding the RFP must be submitted in writing via e-mail to: Jonathan Wicks Walker Parking Consultants Parking Operations Consultant jonathan.wicks@walkerparking.com II. INTRODUCTION A. Community Profile The City of Culver City (City) is a charter city incorporated in 1917. The City is governed by a five-member City Council whose members are elected at large and operates under a Council/City Manager form of government. Culver City is a full-service city located in the western area of Los Angeles County, generally situated north of Los Angeles International Airport, southeast of Santa Monica, south of Beverly Hills and southwest of West Hollywood. The City is approximately five square miles with a residential population of approximately 40,000. The total adopted budget for FY 2015-16 is approximately $224 million, of which $107 million is General Fund. Structured and Monthly Parking revenue for FY 2014-15 was approximately $1.4 million. B. Background The City of Culver City s parking system PARCS have reached the end of their useful life. In addition, the City desires to expand controlled parking to one existing structure and one existing surface lot which currently do not have PARCS installed. The City is developing two additional mixed use structures which will implement CITY OF CULVER CITY Page 3 RFP NO. 1602

controlled public parking upon completion. Furthermore, the City desires to integrate the upgraded PARCS with the pending installation of a City wide Parking Guidance System and Roadway DMS. C. General RFP Submittal Information The City s designated staff will evaluate proposals received. During the review process, the City reserves the right, where it may serve the City s best interest, to request additional information or clarification from those that submit proposals, or allow clarifications, corrections of errors, or omissions. Any and all changes in the RFP will be made by written addendum, which shall be issued by the City to all prospective Proposers who have been issued or obtained copies of the RFP from the City s website. The City reserves the right to retain all proposals submitted. Submission of a proposal indicates the Proposer s acceptance of the conditions contained in this RFP, unless clearly and specifically noted in the proposal submitted and confirmed in the contract between the City and the Proposer selected. The preparation of the proposal will be at the total expense of the Proposer. There is no expressed or implied obligation for the City to reimburse responding Proposers for any expense incurred in the preparation of proposals in response to this request. All proposals submitted to the City shall become properties of the City and will not be returned. The City reserves the right to reject any or all proposals, in whole or part, to waive any informality in any proposal, and to accept the proposal which, in its discretion, is in the best interest of the City. To be considered, proposers must send one color original, one electronic (searchable PDF copy of entire proposal), and three (3) hard copies of their proposal in a sealed envelope with the name of the company submitting the proposal and the title of City Wide Parking Access and Revenue Control System (PARCS) to: City of Culver City City Clerk 9770 Culver Blvd. Culver City, CA 90232 For a complete list of the City s RFP submittal terms and conditions, legal statements, and insurance requirements, please refer to Exhibit A attached hereto. CITY OF CULVER CITY Page 4 RFP NO. 1602

D. RFP Questions Questions with regard to this RFP should be submitted by e-mail to Jonathan Wicks, Parking Consultant, at jonathan.wicks@walkerparking.com by 5:00 PM PST Tuesday, June 21, 2016. All firms attending the mandatory pre-proposal conference will receive responses to all questions and any other addenda that may be released, via e-mail by Friday, June 24, 2016. E. Schedule The City reserves the right to make changes to the below schedule, but plans to adhere to the implementation of this RFP process as follows: RFP released: June 8, 2016 Mandatory pre-proposal conference June 20, 2016 Deadline for receiving questions: June 21, 2016 Response to questions: June 24, 2016 Proposals due: July 14, 2016, at 3:00pm (PST) Finalists selected: July 28, 2016 Presentations/Interviews (if necessary): Week of August 1, 2016 Vendor selected: August 22, 2016 III. SCOPE OF SERVICES The City of Culver City intends to obtain the services of a qualified firm to provide the services as outlined below. Best industry practices and/or best management practices may require additional services not explicitly enumerated. The proposer should identify any additional services required, price them, and explain them in their response. A. Agreed Upon Procedures (AUP) The City of Culver City intends to obtain the services of a qualified firm to furnish and install an on-line, real-time Parking Access and Revenue Control System (PARCS). Complete project specifications are provided in Attachment #1 Walker Parking PARCS Spec document. System Design Characteristics 1. Currently the City has an existing Amano PARCS in three public parking facilities. 2. Remove the existing PARCS equipment and provide new PARCS equipment in Owner designated locations to provide control of the parking facilities and enhance customer service. 3. Implement a PCI DSS compliant PARCS. 4. Provide PARCS equipment and software with the ability to be upgraded to enable EMV compliant credit card processing. Future upgrades may CITY OF CULVER CITY Page 5 RFP NO. 1602

include adding readers for chip-based credit cards, adding PIN pads, modifying PARCS software, and modifying the credit card processing schema to accommodate EMV standards. 5. Accurately document the required financial and statistical data for the parking operation. 6. Accommodate multiple user groups including public parkers and contract parkers. 7. Utilize various parking and access credentials for the user groups including barcode tickets, proximity cards, and barcodes displayed on mobile devices. 8. Provide PARCS software that is browser-based and web-browser enabled, i.e. the PARCS software is accessible by an authorized user through an internet browser of any web-enabled workstation or mobile device. Users shall not require a client version of the software installed on their workstations or mobile devices to access the PARCS applications. 9. Provide online and offline validation options. 10. Provide an interface that allows the occupancy data recorded by the PARCS to be disseminated to City websites, 3rd party websites, and the City s Parking Guidance System (PGS). 11. Provide an interface that verifies METRO transit ridership for discounted parking sessions at a cap of 235 parkers per day. 12. All necessary components and materials for a complete and functioning turnkey MSM system as identified in this RFP. 13. MSM will utilize PbP payment mode, accept notes and credit cards, powered via solar battery. 14. MSM will operate in an outdoor environment, fully operational regardless of extreme weather such as heat, sun, rain, ice, snow, freezing rain, etc., operating temperature range of 0 F to +120 F and to 95% RH. 15. Provide an intuitive interface for Owner staff and other authorized PARCS users. B. Project Requirements Project requirements shall include, but not be limited to: 1. Review contract documents and specifications to be certain that all functional requirements, as described, can be achieved with equipment to be supplied. 2. Provide and install all PARCS equipment as described in this Specification. 3. Provide and install all software, ancillary components, and materials to provide a complete and functioning PARCS. 4. Coordinate with the Owner s design team on the design of infrastructure modifications necessary for the PARCS. 5. Provide and install all necessary communications wiring, power wiring, and conduit required for the PARCS from the Owner provided power and CITY OF CULVER CITY Page 6 RFP NO. 1602

communication source. Provide power and communication at each equipment island and approximate POF location. 6. Provide and install all necessary communications wiring and conduit required for the PARCS, including temporary wiring and conduit that may be necessary during installation. 7. Provide and install all ancillary communications equipment necessary for the PARCS. Terminate and connect all communications cabling in coordination with City Public Works Department. 8. Provide and install any power conditioning that is required for the operation of the system. 9. Provide civil infrastructure modifications necessary, if any, for the new PARCS. 10. Provide and install mounting structures necessary for the PARCS equipment. 11. Coordinate and confirm final and precise layout of PARCS equipment, mounting structures, conduits, stubs, and anchor bolts with Owner prior to installation. 12. Reuse existing power and communications pathways and cabling to the greatest extent possible. 13. Design and construct all MSM components and equipment with the following: a. Durable vandal and weather resistant cabinets, which are able to maintain finish, look, integrity and functionality in the environment in which installed for a period of ten years. 1) Mounting holes accessible only from inside of cabinets. 2) Hinged cabinet doors that swing clear of bollards, walls, columns and any other obstructions. 3) Modular internal components, to extent practical, for easy maintenance and replacement. b. Corrosion resistant connection boxes for all wiring connections. 14. Provide the following minimum accuracy levels for MSM: a. Fee calculation accuracy: 99.8% b. Data transmission error rates: Less than one message retransmission per hour. c. Data received and accepted by CMS as valid: 99.8% accuracy. 15. Authorize and accept responsibility for application of power and communication to equipment and initiation of operation. 16. Install all PARCS equipment and the interconnection with any Owner supplied equipment. 17. Run all initial diagnostics and system testing necessary to provide a complete working system. 18. Test equipment and participate in system commissioning as required. 19. Attend construction meetings, provide schedules as requested, and schedule fieldwork to be coordinated with Owner. 20. Provide Submittals as specified herein. CITY OF CULVER CITY Page 7 RFP NO. 1602

21. Provide as-built drawings, operating manuals, maintenance procedures manuals, and training sessions as specified herein. 22. Provide warranty services as required. 23. Comply with all applicable Federal, State and Local laws, ordinances, rules and regulations pertaining to the performance of the work specified herein and compliant with the contract documents. 24. Obtain all permits, licenses and certificates, or any such approvals of plans or specifications as may be required by Federal, State and Local laws, ordinances, rules and regulations, and compliant with the contract documents for the proper execution of the work specified herein. 25. Recommend, design, and construct lane modifications that improve queuing and traffic flow. City Traffic Engineer will review and approve the proposed recommendations and design modifications. 26. X-Ray all lanes before saw-cutting into post-tension slab. Coordinate deficient loop detector placement with City s Public Works Department. IV. PROPOSAL OUTLINE TO BE SUBMITTED The proposal shall be organized and submitted with the following elements: A. Cover Page B. Table of Contents C. Executive Summary Provide a brief summary describing the proposer s ability to perform the work requested, a history of the proposer s background and experience providing services, the qualifications of the proposer s personnel to be assigned to this project, any subcontractor, sub consultants, and/or suppliers and a brief history of their background and experience, and any other information called for by this request for proposal which the proposer deems relevant, including restating any exceptions to this request for proposal. This summary should be brief and concise to apprise the reader of the basic services offered, experience and qualifications of the proposer, staff, subcontractors, and/or suppliers. D. Questionnaire/Response to Scope of Services Proposer shall provide responses and information to fully satisfy each item in the Questionnaire. Each question item should be presented before the proposer s response. E. Attachments CITY OF CULVER CITY Page 8 RFP NO. 1602

V. QUESTIONNAIRE A. Company and General Information 1. Provide the following company information: a. Name of your company and address b. Brief company overview including a description of the company history, company structure, and a statement on whether the company is a private or public entity. c. Years in business d. Number of employees e. Annual sales volume f. Name and contact information (address, email and phone numbers) of Principal and/or Local Contact g. Names and titles of key personnel. Identify the primary point of contact and authorized individual to submit the proposal on behalf of your company. 2. Provide a list of any subcontractors, their business address, and a brief summary of their role in the project. 3. Description of the Contractor s presence in the United States and the greater Los Angeles area including the location of the nearest service center for PARCS maintenance and repairs. 4. Letter of transmittal signed by an individual authorized to bind the respondent, stating that the respondent has read and will comply with all terms and conditions of the RFP. 5. General information about the primary contact who would be able to answer questions about the proposal. Include name, title, telephone number and email address of the individual. B. Qualifications and Experience of the Firm 1. Project Experience a. Provide references for at least three (3) projects of similar scope, size and complexity. Provide the following for each project: i. Name of project ii. Location iii. Client contact name, telephone number and email address iv. Date of completion or current project status v. Brief project description including the following: vi. Number of parking facilities and spaces in each facility vii. Number of entry lanes viii. Number of exit lanes CITY OF CULVER CITY Page 9 RFP NO. 1602

ix. Number of POF x. Types of access credentials utilized xi. Payment methods accepted xii. PGS interface, if any xiii. Any other interfaces to third party systems xiv. Project photography of installed PARCS equipment xv. Shared challenges with City of Culver City garages 2. Description of the Contractor s experience with municipalities and other venues with multiple parking facilities. 3. Organizational Chart - include names, title, and roles of individuals who will be assigned to this project including any subcontractors. 4. Resumes for individuals listed on the organizational chart. 5. Comment on other areas that may make your firm different from your competitors. C. Project Approach 1. Executive summary of your team s proposed PARCS solution for completing the scope of work, as described in the RFP documents, including any unique PARCS features and functionalities that will enhance customer service and facilitate greater operational efficiencies. Include a description of your team s plan for transitioning from the old PARCS to the new PARCS. 2. Description of the Contractor s approach for post-installation customer service. 3. Project schedule based on the anticipated project milestone dates outlined in the RFP. Detail the Contractor s plan for design, installation, implementation, training, and testing including the following: a. Milestone dates clearly identified b. Task and subtask start and completion dates c. Narrative description of phasing for each area of Work including removal of existing equipment, installation of new field devices, and performance of acceptance testing. d. Training schedule relative to system activation D. Product Data Submittals 1. Sample photos, sketches, diagrams, or other graphics that are representative of the products that will be provided for the PARCS. 2. Cut sheets including equipment dimensions; power and load requirements; communication requirements; operating temperature range; and any NEMA or CITY OF CULVER CITY Page 10 RFP NO. 1602

IP rating for the following PARCS equipment: a. Barcode Readers b. Barrier Gate (BG) c. Communication Network Components d. Cashier Terminal (CT) e. Entry Station (ENS) f. Exit Station (EXS) g. Intercom Equipment h. Pinhole Cameras i. PARCS Servers j. POF k. Proximity Card Readers l. UPS m. Vehicle Detectors n. AVI Reader/Antennas and mounting structures (add/alternate) o. AVI Transponders (add/alternate) 3. Software application and version(s) 4. Proof of PA DSS validation 5. Standard report samples including screenshots 6. PARCS GUI screenshots 7. List of PGS systems with which the Contractor s PARCS has existing interfaces. 8. List of credit card processors with which the Contractor s PARCS has existing interfaces. 9. Contractor s PARCS workstation requirements for Owner provided workstations. 10. Schematic diagram showing communication between head end equipment, intermediate communication equipment, field devices, and interconnections to Owner network. 11. System fault tolerance description. 12. Description of PARCS hardware and software warranty. 13. Product description for each MSM component including the following: a. Detail of user interface, including description of display screen. b. Operating temperature and humidity ranges. CITY OF CULVER CITY Page 11 RFP NO. 1602

c. Housing material and access panel location. d. Installation and mounting requirements. e. Electric power requirements f. Description of vault locking system. g. Note vault capacity. h. Color samples of meters. i. List of modular components that may be replaced by hand. j. List of components that require tools for replacement, and identify which tools are required. 14. RMA process and procedures. 15. Description of the CMS software, including the following: a. Configuration diagram. b. Software platforms and programming language. c. Communication protocol, polling procedures and transaction message flow from peripheral devices to and through CMS. d. Communication failure/error identification and recovery. e. Fault tolerance. f. Back-up procedures. g. Data storage and retrieval procedures. 16. Sample screenshots and Reports: a. Screenshots of dashboards. b. Screenshots of payment process. c. Revenue and usage reports. d. Maintenance reports. E. Typical Lane Layouts 1. Provide Contractor s typical lane layouts for each lane of the following lane types with dimensions detailing PARCS equipment locations within the island and relational distance between components: a. Public entry lane b. Public automated exit lane c. Public reversible lane F. Price Proposal Form List total PARCS cost and unit cost of each component along with add/alternate items on Attachment #2 PARCS Price Proposal Form. G. Spare Parts List Include list of manufacturer recommended spare parts specific to this installation, including: CITY OF CULVER CITY Page 12 RFP NO. 1602

1. Part name 2. Unit price 3. Proposed quantity 4. Total Cost H. Certificate(s) of Insurance The City will require the successful proposer to provide Certificates of Insurance evidencing required coverage types and the minimum limits. See Exhibit A for more information on the City s insurance requirements. VI. EVALUATION OF PROPOSALS Proposals will be judged on the Proposer s ability to provide services that meet the requirements set forth in this document. The City reserves the right to make such investigations as it deems necessary to determine the ability of the Proposer to provide services meeting a satisfactory level of performance in accordance with the City s requirements. Interviews and presentations by one, several, or all of the Proposers may be requested by evaluators if deemed necessary to fully understand and compare the Proposer s capabilities and qualifications. The adequacy, depth, and clarity of the proposal will influence, to a considerable degree, its evaluation. Proposals will be evaluated on the basis of the following criteria, in no particular order: 1. Qualifications, Experience, & Project Approach Section V, B & C 2. Product Data Submittals & Lane Layouts Section V, D & E 3. Price Proposal Forms & Spare Parts List Section V, F & G 4. Company Info & Insurance Section V, A & H CITY OF CULVER CITY Page 13 RFP NO. 1602

EXHIBIT A SUPPLEMENTAL TERMS AND CONDITIONS, LEGAL STATEMENTS, AND INSURANCE REQUIREMENTS SUPPLEMENTAL TERMS AND CONDITIONS I. Submission of a proposal shall be deemed a binding offer to enter into a contract with the City. Any proposed modifications to the agreement shall be signed by the successful Proposer and returned, together with the certificate of insurance required pursuant to said Section of the Agreement within ten (10) days after the Notice of Award. II. III. IV. All Proposers shall be presumed to understand all of the terms, conditions and requirements of the agreement as stated in the specifications and to be thoroughly familiar with the project. The selected Proposer shall be required to obtain all applicable Culver City permits and business licenses. The Business Licensing Division may be reached at (310) 253-5888. The cost of these items shall be included in the total proposal price. Any proposal may be withdrawn prior to the RFP opening time provided that the request is in writing and signed by the authorized representative. The withdrawal of a proposal shall not prejudice the right of the Proposer to file a new proposal to the time and date set for the opening of proposals. No proposal received after the time fixed for the RFP opening will be considered. V. Subsequent to the RFP opening, a Proposer shall be relieved of a proposal due to mistakes only if the Proposer can establish to the satisfaction of the City that all of the following circumstances exist: a. A mistake was made; b. The Proposer gave the City written notice within five (5) days after the opening of the proposals of the mistake; specifying in the notice, in detail, how the mistake occurred; c. The mistake made the proposal materially different than the Proposer intended it to be; d. The mistake was made filling out the proposal and not due to error in judgment or to carelessness in reviewing the scope of service or specifications as stated in the RFP. I. The City reserves the right to seek supplemental information from any proposer at any time between the dates of proposal submission and the RFP award. Such information will be limited to clarification or amplification of questions asked in the CITY OF CULVER CITY RFP NO. 1602

EXHIBIT A original proposal. Any proposer may be subject to personal interview and inspection of their business premises prior to award. VI. The City reserves the right to reject any or all proposals and to waive informalities and minor irregularities in proposals received and to accept any portion of proposal or all items of proposal if deemed in the best interest of the City. In addition, the City reserves the right to do any, or all, of the following: a. Reject any or all proposals or make no award; b. Issue subsequent RFP; c. Cancel the RFP; d. Remedy technical errors in the request for proposals; e. Modify any requirements contained within the RFP and request revised submittals from Proposers determined to be within the competitive range; f. Award a contract to one or more Proposers; g. Accept the written proposal as an offer, without negotiation and issue a notice to proceed, if applicable. VII. The City reserves the right to contract with any of the firms responding to this RFP based solely upon its judgment of the qualifications and capabilities of that firm. VIII. All materials submitted regarding this RFP become the property of the City. Responses may be reviewed by any person at RFP opening time and thereafter. The City has the right to use any or all collection ideas presented in reply to this request, subject to the limitations outlined in Proprietary Information below. Disqualification of a proposer does not eliminate this right. a. Proprietary Information Any restrictions on the use of data contained within a proposal must be clearly stated in the proposal itself. Proprietary information submitted in response to this RFP will be handled in accordance with applicable City Procurement Regulations and the California Public Records Act. IX. The City is not liable for any cost incurred by proposer prior to issuance of an agreement, contract, or purchase order. CITY OF CULVER CITY RFP NO. 1602

EXHIBIT A LEGAL STATEMENTS All proposers must meet the following contractual and legal requirements in order to enter into a contractual agreement with the City: I. PROHIBITED INTERESTS a. Contractor warrants that it has not employed or retained any company or person, other than a bonafide employee working solely for Contractor, to solicit or secure this contract and that it has not paid or agreed to pay any company or person, other than a bonafide employee working solely for Contractor, any fee, percentage, brokerage fee, gifts or any other consideration, contingent upon or resulting from the award or making of this contract. For violation of this warranty, the City shall have the right to annul this contract without liability; b. Contractor agrees that, for the term of this Contract no member, officer, or employee of the City, or of a local public body during his/her employment for one (1) year thereafter, shall have any interest, direct or indirect, in this contract, or to any benefit arising thereof ; c. The employment by Contractor of personnel on the City s payroll will not be permitted in the execution of this contract, even though such employment may be outside of the employee's regular working hours or on Saturdays, holidays, or vacation time; further, the employment by the Contractor of personnel who have been on the City s payroll within one (1) year prior to the date of contract award, where such employment is caused by and/or dependent upon Contractor securing this or related contract with the City, is also prohibited. II. ANTI-LOBBYING PROVISION a. During the period between proposal submission date and the contract award, proposers, including their agents and representatives, shall not directly discuss or promote their proposal with any member of the City of Culver City City Council or City staff except in the course of City-Sponsored inquiries, briefings, interviews, or presentations, unless requested by the City; a. This provision is not meant to preclude offerors from discussing other matters with City Council members or City staff. This policy is intended to CITY OF CULVER CITY RFP NO. 1602

EXHIBIT A create a level playing field for all potential offerors, assure that contract decisions are made in public, and to protect the integrity of the RFP / Bid Evaluation process. Violation of this provision may result in rejection of the offeror s proposal. III. NON-DISCRIMINATION REQUIREMENTS: In addition to any other obligations set forth in the specifications, Contractor shall not discriminate against any employee or applicant for employment because of gender, gender identity, gender expression, sexual orientation, sex, age, disability, medical condition, genetic information, marital status, race, color, religion, ancestry, or national origin. Contractor shall take affirmative action to ensure that employees are treated during employment without regard to their gender, gender identity, gender expression, sexual orientation sex, age, disability, medical condition, genetic information, marital status, race, color, religion, ancestry, or national origin. Such affirmative action shall include, but not be limited to, the advertising, layoff or termination, rates of pay or other forms of compensation, and selection for training, including apprenticeship. Contractor shall post in a conspicuous place available to all employees and applicants for employment notices setting forth the provisions of this fair employment practices paragraph. IV. COMPLIANCE WITH LAW: The Contractor shall familiarize itself with and perform the service required under this contract in conformity with requirements and standards of the City, municipal and public agencies, public and private utilities, special districts, and railroad agencies whose facilities and services may be affected by service under this contract. The Contractor shall also comply with all Federal, OSHA, state, and local laws and ordinances applicable to any of the service involved in this Contract. The Contractor shall indemnify and save harmless the City against any claim arising from the violation of any such laws, ordinances and regulations whether by the Contractor or his employees. V. PROTECTION OF RESIDENT WORKERS: Protection of Resident Workers: The City of Culver City actively supports the Immigration and Nationality Act (INA) which includes provisions addressing employment eligibility, employment verification, and nondiscrimination. Under the INA, employers may hire only persons who may legally work in the United States (i.e., citizens and nationals of the U.S.) and aliens authorized to work in the U.S. The employer must verify the identity and employment eligibility of anyone to be hired, which includes completing the Employment Eligibility Verification Form (I-9). The Contractor shall establish appropriate procedures and controls so no services or products under the Contract CITY OF CULVER CITY RFP NO. 1602

EXHIBIT A Documents will be performed or manufactured by any worker who is not legally eligible to perform such services or employment. VI. INDEMNIFICATION / HOLD HARMLESS CLAUSE. To the fullest extent permitted by law, Contractor shall indemnify, defend (at Contractor's sole expense, with legal counsel approved by City) and hold harmless the City of Culver City, members of its City Council, its boards and commissions, officers, agents, and employees (hereinafter, "Indemnitees"), from and against all loss, damage, cost, expense, liability, claims, demands, suits, attorneys' fees and judgments arising from or in any manner connected to Contractor's or its employees or agent s acts, errors or omissions related to this Contract. This indemnification includes, but is not limited to, tort liability to a third person for bodily injury and property damage. Notwithstanding the foregoing, nothing herein shall be construed to require Contractor to indemnify an Indemnitee from any claim arising from the sole negligence or willful misconduct of that Indemnitee. The duty to defend referenced herein is wholly independent from the duty to indemnify, arises upon written notice by City to Contractor of a claim within the potential scope of this indemnification provision, and exists regardless of any determination of the ultimate liability of Contractor, City or any Indemnitee. INSURANCE REQUIREMENTS All Proposers must meet the following insurance requirements in order to enter into a contractual agreement with the City: I. Contractor shall submit duly executed certificates of insurance, with declarations page and endorsement list, which shall be provided to the City through the department administering the contract, and approved by the City Attorney, for the following: a. An occurrence based Commercial General Liability ("CGL") policy, at least as broad as ISO Form CG 0001, in the minimum amount of One Million Dollars ($1,000,000) each occurrence, with not less than Two Million Dollars ($2,000,000) in annual aggregate coverage. The CGL Policy shall have the following requirements: 1. The policy shall provide coverage for personal injury, bodily injury, death, accident and property damage and advertising injury, as those terms are understood in the context of a CGL policy. The CITY OF CULVER CITY RFP NO. 1602

EXHIBIT A coverage shall not be excess or contributing with respect to City's self-insurance or any pooled risk arrangements; 2. The policy shall provide $1,000,000 combined single limit coverage for owned, hired and non-owned automobile liability; 3. The policy shall include coverage for liability undertaken by contract covering, to the maximum extent permitted by law, Contractor's obligation to indemnify the Indemnitees as required under the Indemnity provisions of the Contract; 4. The Policy shall not exclude coverage for Completed Operations or Hazards; and 5. The Culver City, members of its City Council, its boards and commissions, officers, agents, and employees will be named as an additional insured in an endorsement to the policy. b. Business Automobile Liability Insurance coverage in the amount of One Million Dollars ($1,000,000), providing coverage for use of mobile equipment (i.e. heavy mobile equipment or vehicles primarily for use in an off-road environment), to the extent that (1) such mobile equipment will be used within the City limits or on City business, and (2) coverage for mobile equipment is not otherwise covered by the CGL policy listed in subparagraph (a), above. c. Professional/Negligent Acts, Errors and Omissions Insurance (where applicable) in the minimum amount of One Million Dollars ($1,000,000) per claim, and shall include coverage for separate "personal injury" alleged to have been committed in the course of rendering professional services, unless such coverage is provided by the CGL policy listed above. d. If the Agreement will have Contractor employees working within the City limits, Contractor shall maintain Workers Compensation Insurance (Statutory Limits) and Employer s Liability Insurance (with limits of at least one million dollars [$1,000,000] per accident.) Contractor shall submit to City, along with the certificate of insurance, a Waiver of Subrogation endorsement in favor of City, its officers, agents, employees and volunteers. CITY OF CULVER CITY RFP NO. 1602

EXHIBIT A II. III. WAIVER BY THE City: The City may waive one or more of the coverages listed in Section I above. This waiver must be express and in writing, and will only be made upon a showing by the Contractor that its operations in and with respect to City are not such as to impose liability within the scope of that particular coverage. ADDITIONAL INSURANCE REQUIREMENTS: a. All insurance listed in Paragraph A shall be issued by companies licensed to do business in the State of California, with a claims paying ability rating of "BBB" or better by S&P (and the equivalent by any other Rating Agency) and a rating of A-:VII or better in the current Best's Insurance Reports; b. Contractor shall provide City with at least thirty (30) days prior written notice of any modification, reduction or cancellation of any of the Policies required in Paragraph A, or a minimum of ten (10) days notice for cancellation due to non-payment; c. The City may increase the scope or dollar amount of coverage required under any of the policies described above, or may require different or additional coverages, upon prior written notice Contractor. d. If your insurance carrier charges an additional fee, you must include that amount in your project costs. CITY OF CULVER CITY RFP NO. 1602