Loading...
Res No 202-11-13516RESOLUTION NO.: 202 -11 -13516 A Resolution authorizing the City Manager to purchase from Parker Systems a sole source distributor for Digital Payment Technologies, Corp.; a Canadian federal corporation authorized to transact business in the State of Florida, twelve (12) Parking Multi -Space Pay Stations to be placed throughout the City of South Miami. WHEREAS, the City currently has thirty eight (38) Luke I units manufactured by Parker Systems, and WHEREAS, Parker Systems is the sole source distributor of the Luke I and Luke II multi -space machines, and WHEREAS, The City of South Miami desires to purchase automated parking pay stations from Parker Systems, using the City of Fort Lauderdale, contract number 504- 10412 terms and conditions, in conjunction with an increase in price of $12,331.00 to upgrade the system to Luke 11, and WHEREAS, Parker Systems has agreed to honor the base price provided to the City of Ft. Lauderdale from contract number 504-10412, and WHEREAS, these funds are allocated in account numbers 301 - 1910 -521 -6430 Police Machinery and Equipment budgeted within 2011/2012 fiscal year budget with a current balance of $144,000. NOW, THEREFORE, BE IT RESOLVED BY THE MAYOR AND CITY COMMISSION OF THE CITY OF SOUTH MIAMI, FLORIDA THAT: Section I. The City Manager is authorized to purchase from Parker Systems twelve (12) Parking Multi -Space Pay Stations using the pricing provided to the City of Ft. Lauderdale per contract number 504-10412, for an amount not to exceed $144,000. Section 2. This Resolution shall take effect immediately upon adoption. PASSED AND ADOPTED this 15th day of November 2011. APPROVED: / ,9 Mayor COMMISSION VOTE: of: Mayor Stoddard Vice -Mayor Newman Commissioner Palmer Commissioner Beasley Commissioner Harris 4 -0 Yea Yea absent Yea Yea South Miami CITY OF SOUTH MIAMI �l Ame�icaC OFFICE OF THE CITY MANAGER INTER - OFFICE MEMORANDUM zoos To: The Honorable Mayor & Members of the City Commission Via: Hector Mirabile, PhD, City Manager i From: Orlando Martinez DeCastro, Chief f P ice Date: November 9, 2011 Agenda Item No.: A Resolution authorizing the City Manager to purchase from Parker Subject: Systems a sole source distributor for Digital Payment Technologies, Corp.; a Canadian federal corporation authorized to transact business in the State of Florida, twelve (12) Parking Multi -Space Pay Stations to be placed throughout the City of South Miami. The City of South Miami desires to purchase automated parking pay stations from Parker Systems, using the City of Fort Lauderdale, contract number 504-10412 terms and conditions. Parker Systems has agreed to honor the prices provided to the City of Ft. Lauderdale from contract number 504-10412. These funds are allocated in account numbers 301 - 1910 -521 -6430 Police Equipment Operating budgeted within 2011/2012 fiscal year budget with a current balance of $144,000. The City is recommending upgrading to the new model, Luke 11, Digital Parking Systems newest multi -space parking machine for an additional Background: $12,331. Capital Improvement Program 12 New Pay Stations Account 301 - 1910.521 -6430 Total Budgeted Amount $144,000 Luke Base Amount 12 Digital Luke Machines $113,669 Option I Luke 11 Pay Stations $12,331 Option 2 Spare Bill & Coin Collectors $4,557 Option 3 Additional Spare Parts $5,054 TOTAL Cost of 12 NEW Digital Paystations $135,611 Expense: Amount not to exceed $ 144,000 Account: 301 -1910- 521 -6430, Police Machinery and Equipment • Parker Systems Proposal Attachments: « City of Ft. Lauderdale Bid • Sole Source Distributor Letter �' 0: Q':6 QM. r a atnvpg Uye way She.vvAG lc&s =mN NEW RlquetnbeC 9, 2011 (iYev, Sion of d Novemb-ar,7,,i 0 �1), Ifredo,.Riveroll Citv of :south MIAMI 6130 Svh�et Drive SbUt I h Mi arn r 1 FL L 331,43 SuiSlect: Proposal Upcomring'FladdriO Nee�ds, D6Ar MV. Rive,rof: UsOlqacontract mi f il-� 4. b—I _ thAheCityo Bo. piggyback -1 purchase, me are . pleased. to submit l our proposal for your kindixfon4deratibri: Ex-' rsahsldn Of Exi-q'il rig �Mu likS 6acePa k Station Systems (12) Digital k Mutt page Parking, Pay. Stdt - f6nj U, e�,? equipped exactly IIIALS , - P y 5 LL, ION. 11;3,668:80 MATER— 'FREI H i&JNl,TALAT (Pricing g indudes T—Vegr factory :Warr.A"t'y.and 11-yeAr TW: Z:Sa ppoff) monthly Services (1 2) Monthly Services; I Real-Tirne Credit P tocess no M op f mq' n Rep'grt�ng,,and' Pay -By- Phone Integration, The se- Ivideg, and , pr 'Jring,;are Werit(cauto the, ., other 38 pay stations ,;and zWjI be billed at the same time MONTHLY UNITTMCE PER PAY STATION: Mallory circle I sulte $ 55.00 (72''75 ) rrppp*41 Page 2 Ourcfiase:ofg Recommended Spare .,Parts liwonforyfor Ltjke-Uhifkr 0) Wt Spare :Parts: for Pay Station System, to lhc lud e] eac h:.Of,the folloWfing. components: Vi Radius 6htroifee Ost Price - 1.13j250,,60y, Lexaw Display Protective: e, � (List rprjCe. ufd Crystal;: msplaY Scroo "(List Price $78(1.00), Thermal Printer - Price $1,4XOOV C.bin Acceptor List Pftce List Price �— $1 02.0170P)i Alpha Numeric cl 4 . , PA A P ric e $290.00); )� and Card Reader (List Pride =455 SX4 MATERIALS &FREIC;HT.' Additional Tier 2 S-u"ort for Initial 38 Pa y Stations-: _ (I); Extension of TiE!r.2S.Up.'pqr:ffqrn October -0 2O1 I through September 30, 201 for the l I initial 8p 4tions nit ay �st purchased. ANNuAL;tfN!T PRICE ,(Ek4s.eo,on Pt; laudl.erdale C .. fao:l 2-50i- 0 -oht .0 PpICEFO.R34,5.DAYSX,30.,: PAY STA.TION,S: 8;979,45 Ppflons, '#y stations for quoted Luke Classic; waits, please add $1"2,63:1.20 "to total pr Mate; ials; freight,' and installation (Price based on R. LapdOW.4le cotfir#Q, 2i if option I fbe Ldke It is recqrnmencl the pixrchas� Of :6 each spare bill: stacker (Ligt Price". =: $?185:00j and spare icon wistgr'(List: Price%=. Ooo.405 for ease of c It o: ions, To incjud6jhese itorhs,' NAse 40 0 �$4,5 5 1 W prlce: 3. Page: 3 .(.ptJb".(cqnflnu.ed), 4 J Option. 1 far lAe Ill. purchase .qft, each! of specific to the Wke. If $1'250 Qp Therm, al F 01 9t: HI a A E?mfce 4 sas :0, 7j Tot h; I tare _ kyU DIGITAL�� VAYMENY TECHNOLOGIES Public and private parking operators are realizing the benefits of multi -space pay stations: increased revenue, reduced operational costs, and superior customer service, to name just a few. Consumers also enjoy the added convenience, diverse payment options, and ease of use provided by pay stations. LUKE it is a highly secure, flexible pay station suitable for on- and off- street deployments. LUKE It fulfills customer service expectations and delivers superior performance and significant contributions to operators' top and bottom line. LUKE li Features for Consumers = Range of convenient payment optons, such as coins, twills, credit cards, smart cards, vatue cards. campus cards, coupons, and even Pay -by -Phone Contactless payments for rapid parking transactions Large color screen that is easy to read a Prompts in multiple languages Ability to pay for parking or extend time at any pay station in the system Coin escrow refunds consumers' money upon a cancelled transaction • 38 -key full alphanumeric keypad for easy license plate entry • Easily recognizable design identities machine to consumers as a parking pay station LUKE li Features for Parking Operators Separate maintenance and collection compartments for enhanced security Theft - resistant tlesign to protect coins, bills, and internal components = Enhanced locking mechanism arid electronic lock support for added security PCI compliant and PA -DSS validated system ensures credit card data security Pay- and - Display, Pay -by- Space, and Pay-by- License Plate on the same pay station Remote configuration of rates and policies saves time and money - Integration with leading parking technology partners for a complete solution Flexihle rate structural, diverse payment options, and the elimination of'piggybaoking' ran enable up to an 80 percent increase in revenue Reduced maintenance and collections costs u Real -time credit card processing to reduce processing fees and eliminate bad debt o Real -time reporting and alarming Complete audit trail and rich analytics Digital Payment Technologies Phone 888.687.6622 Lira l info(Migitatpayteeh.com Web www.digitafpaytech.com (01 >? PAYMENT TECHNOLOGIES Integrated Parking Management Parking is more than just pay stations, and Digital Payment Technologies (DPT) believes that complete and integrated parking management yields superior results. To that end, DPT has built Its solutions around an open system architecture that allows integration with complementary best -In -class technology partners. A complete Integration with leading space sensor, Pay -by- Phone, smart card, credit card processing, enforcement handheld, and license plate recognition (LPR) platforms allows DPT to consolidate payment Information in its PCI compliant Enterprise Management System (EMS) back -end in order to conveniently present It to enforcement, accounting, citation management, accounting or other applications. JKE EI Specifdcatians Cabinet: 12 -gau0e zinc-coated cold rolled steel. Stainless steel optional Payment Options: Coins, bills, credit cards, contaetless payment, smart cards, value cards, campus cards, coupons. Pay -by -Phone Card Reader: Cards are not Ingested —no moving parts. Reads Track 1, 2, and 3 of all magnetic stripe cards conforming to ISO 7810 and 7811. Reads and writes to chip -based smart cards conforming to ISO 7810 and 7816 Note Stacker: 1,000 -bill capacity Printer: 2" reoeipt width Display: Color backlit t-CD with 640 x 480 resolution Keypad: 12- or 38 -key alphanumeric with tactile buttons Locks: Can be re- keyed twice without removal of lock cylinder. Electronic locks optional Access: Separate doors for maintenance and collections Communications Options: GSM /GPRS; CDMA, 802.11 b/g Wi -Fl, Metro Scale Wi -Fi , Ethernet Environmental Requirements: Ambient range: -40' C to +60" C ( -40' F to +140' F)" Relative humidity: up to 95th Power: AC 120 V or 240 V. 80 Wz for charging battery or 20 W solar panel Operational Modes: Pay - and - Display, Pay -by- Space, Pay -by- License Plate Multilingual Support: Up to tour languages using roman or non -roman characters Audible Alarm: Senses shock and vibration Color: Silver on gray. Custom colors optional Standards: UL/CSA approved, ADA compliant, POI compliant, PA -DSS validated 'usif, aupuately pnMhEsed nGalsCosPiatur uption Low end of range is -ae 0( -a°F) ambient winrout ne CCl:nvlata optic" Digital Payment Technologies Phone 888.687. "0622 Ema;l infoCOdigtatpaytech.com Web wwwAlgimipaytech.com A&"-m� ,poi% ,. -.r fiE `=a_. - Integrated Parking Management Parking is more than just pay stations, and Digital Payment Technologies (DPT) believes that complete and integrated parking management yields superior results. To that end, DPT has built Its solutions around an open system architecture that allows integration with complementary best -In -class technology partners. A complete Integration with leading space sensor, Pay -by- Phone, smart card, credit card processing, enforcement handheld, and license plate recognition (LPR) platforms allows DPT to consolidate payment Information in its PCI compliant Enterprise Management System (EMS) back -end in order to conveniently present It to enforcement, accounting, citation management, accounting or other applications. JKE EI Specifdcatians Cabinet: 12 -gau0e zinc-coated cold rolled steel. Stainless steel optional Payment Options: Coins, bills, credit cards, contaetless payment, smart cards, value cards, campus cards, coupons. Pay -by -Phone Card Reader: Cards are not Ingested —no moving parts. Reads Track 1, 2, and 3 of all magnetic stripe cards conforming to ISO 7810 and 7811. Reads and writes to chip -based smart cards conforming to ISO 7810 and 7816 Note Stacker: 1,000 -bill capacity Printer: 2" reoeipt width Display: Color backlit t-CD with 640 x 480 resolution Keypad: 12- or 38 -key alphanumeric with tactile buttons Locks: Can be re- keyed twice without removal of lock cylinder. Electronic locks optional Access: Separate doors for maintenance and collections Communications Options: GSM /GPRS; CDMA, 802.11 b/g Wi -Fl, Metro Scale Wi -Fi , Ethernet Environmental Requirements: Ambient range: -40' C to +60" C ( -40' F to +140' F)" Relative humidity: up to 95th Power: AC 120 V or 240 V. 80 Wz for charging battery or 20 W solar panel Operational Modes: Pay - and - Display, Pay -by- Space, Pay -by- License Plate Multilingual Support: Up to tour languages using roman or non -roman characters Audible Alarm: Senses shock and vibration Color: Silver on gray. Custom colors optional Standards: UL/CSA approved, ADA compliant, POI compliant, PA -DSS validated 'usif, aupuately pnMhEsed nGalsCosPiatur uption Low end of range is -ae 0( -a°F) ambient winrout ne CCl:nvlata optic" Digital Payment Technologies Phone 888.687. "0622 Ema;l infoCOdigtatpaytech.com Web wwwAlgimipaytech.com C" t"�' #ms s r,v..mw.., — FyIoeiwdiiw Florida Door Control and Digital Payment Tech Print date: i &Jan -10 Quotation Valid for: City of Fort Lauderdale Same Same City of Fort Lauderdale Line item Description List Pric¢ Fort Lauderdale (3yt Fort Lauderdale Extended Price LUKE Paystation Hardware __and 1 Solar LUKE Paystation (Cold Rolled Steep, including: IS 15,888.00 $ 8,738.40 18 $ 157,291.20 2 Bill Validator(1000 notes) included included 18 included 3 Coin Acceptor(edCanister) included included 18 included 4 Dual Card Reader (Meg Stripe/Embedded Chip) included included 18 included 5 Paystation License Included included 18 Included 6 GSM Modem included included 16 Included 7 Solar Panel 20 Wat(Wlreless Compatible Included included 18 included Supa ifor ROysa cn % 6991 sal f $l) 7 t + {.j . 7 167Y9120? im @F..''oR(3ri N"'iis" kts 1-s'ac.r 87, 4P t,.M ,�" «.:.�.m�'..- d�''v„° 8 120VAC LUKE Paystation (Cold Rolled Steep, including: $ 14,853.00 $ 8,169.15 14 $ 114,366.10 9 BIII Validator(1000 notes) included Included 14 included 10 Coin Acceptor(w /Canister) included included 14 Included 11 Dual Card Reader (Meg Stripe /Embedded Chip) included Included 14 Included 12 Paystation License included Included 14 included 13 GSM Modem included included ib included 14 AC Power included included 14 included m SUb(�otzijor'P8ystaQAO $' " .. 8'1¢9'�k 1 f` i 19�a68'9S'' G: i ,' x r3 ac$¢ OVPC UK� ^i Y Common Software and Hardware 15 LUKE Mobile Key and software $ 250.00 $ 250.00 1 Vill not be delivered (Already Purchased) 16 LUKE BOSS Software - Advanced -Site License $ 1,000.00 $ 1,000.00 1 will not be delivered (Already Purchased) 17 Credit Card Set -up $ 1,O0D.00 $ 1,000.00 1 41 not be delivered (Already Purchased) 18 Exteral Keys (set of two) $ 25.00 $ 13.75 4 $ 55.00 19 Collection Key (Canister Removal) $ 33.00 $ 18.15 4 $ 72.60 20 Collection Key (Canister Access) $ 1000 $ 5,50 4 $ 22.00 21 Collection Key (Bill Removal) $ 10.00 $ 5,50 4 Vill not be delivered (Already Purchased) 22 Collection Key (Bill Access) $ 10.00 $ 5.50 4 Will not be delivered (Already Purchased) 23 Shipping $ 200.00 $ 200.00 32 $ 6.40000 Services 24 Installation $ 500.00 $ 500.00 32 $ 16,000.00 25 1 st year Warranty and Tier2 Support $ 500.00 $ 500.00 32 $ 16,000.00 26 Additional Extended 1 year warranty(forYear 2) $ 750.00 $ 750.00 32 $ 24,000.00 27 Additional Extended 1 year Tier 2 on -side support (for Year 2) $ 250.00 $ 250.00 32 $ 8,000.00 28 Training (First Day) $ 2,000.00 $ 2,000.00 1 $ 2,000.00 29 Tinning (Additional Day) $ 500,00 $ 50000 2 $ 1.000.00 Collection Extras 30 Spare, Coln Canislef $ 600.00 $ 330.00 32 $ 10,560,00 31 Spare, Bill Stacker, US, LUKE, 1000 Note $ 300.00 $ 165.00 32 $ 5,280.00 EM$ Pr cing 32 Reporting (per Pay Station per month) $ 50.00 $ 30,00 Calculated Monthly 33 ReabTime Credit Card (per Pay Station per month) included included Calculated Monthly 34 Monitoring and Alarming (par Pay Station per month) included included Calculated Monthly Ic"iA "tL 'y i J •� y,, 3 `A 1.[l) y 6 x x } "sas x• 36� O�V�'�O'• $ k^, m r -R%LPn vv. 1 f L sN ? �� 4 i Yl YS �' S. ��':` --„' Oxera7lPer'SoI,r111nrtPraGe;, $I�" r '- 191"ri3y11$1 -. a n.. -�I , AM as Stainless Steel Cabinet and pedestal Upgrade $ 3,140.00 $ 832.69 Proposed City Discount •r �I 1 : 3 , t: gr-O $$04 -10412 �IiiJL�t�t�AClw �At�iClN� NtiwTERS PROPOSAL SS T? .09S - PART t 6", T INFORMATION BIDDER PROPOSAL PAGE PROPOSERNAME f ar era l Proposer agfees to supply the products or services at the prices bid below in accordance with the terms, conditions and specifications contained In this RFP. 'Estimated quantifies sbovin are for information and tabulation puiposes only. 1. 14 EA 2, 18 E1 4. 32 EA 5. 32 EA 6. 32 EA 1. 32 EA r i7i✓SCRIPTiGiN purchase and install of Pay-And—Display Multi -space ' Receipt Dispensing Parking Meters Purchase and install of Pay- by4space Multi -space Receipt Dispensing Parking Meters Year a - Optional Extended C7n -sfte Maintenance /Software Support Year 4 — Optional Extended On4de Maintenance/Software Support Year 5'— Optional Extended On -site Maintenance/Spttware Support Year 6 -- Optional Extended Gin -site -Maintenance /Software Support YOW t — Optional Extended On-slte Maintenancelsoft ore Support UNIT TOTAL r PFt1C8 .11.88161 Soler EA (14) $161�•_,A45.94 1n.962.58 VACIEA $ 11.881.81 SaWEA (4) 46.17.7.24 V-962.66 (14) . 163,475. $ 25Q! /EA $ 8000 $ 250` . JEA $—A()00 $ 250 ** /SA $ 8fla $ 2S0"'� 1 A $ 8Q00 _.. _.,_ $ 250 *1' /IwAA $ 8000 TOTAL COST TO CITY $ 401.048.42 . "kBwed on the eoneral infotmationin the W, some offt FayBS~SpacePastdxrg Motas will be installed in agar 'age.1fIgDPT1avnde;tmndingiha thosemetora wig be using exlsiing120V (aC. Webaveptovided the c pdoir1 EtCC9rdlYr$Iy'. . -Voos not inciude extended hardware andsoftware vram ty ($756 /raeier/yeat). Plemo see Appendix Cr %r ! eomptete plies bremown. t' I PAYMENT TECNNOtoelts November 7, 2011 City of South Miami. 6130 SW 72 St. South Miami, FL 33143 USA Alfredo Riverol Dear Mr. Riverol: serious harking Solutions' 3304260 Still Creek Drive Burnaby, BC V5C 6C6 Telephone 604488 -1959 Facsimile 604 - 6874329 As the global leader in parking technology, Digital Payment Technologies provides high quality, reliable products that are enhanced with our choosing of strategic partners. In as much, please be advised that Parker Systems, a Florida corporation located at 12938 Mallory Circle, Suite 102, Orlando, Florida 32825 is the official, sole source Distributor of Digital Payment Technologies for the State of Florida. Parker Systems maintains an exclusive, protected territory under contract with Digital Payment Technologies. As such, Parker Systems is the only Distributor authorized to sell, deliver and service Digital Payment Technologies products and services to Palm .beach County Parks and Recreation. We are proud of our alliance and partnership with Parker Systems, and through them, look forward to serving all your parking needs for the future. Should you have any questions, please do not hesitate to contact me. Sincerely, Mikhail Morokhovich Digital Payment Technologies i I I. i I f i i 1 3 r 1 2 S 1 2 ' a z S 2 3 Y CITY OF FORT LAUDERDALE WP EVALUATION COMMITTEE TABULATION RIP 0 50440412 TITLE: Mulls IIPa Pa4lnfl Mebe DATE: 4111012010 FtN LANG ' TOTAL AVERAGE TOTAL FINAL, VENWRS SCORE SCORE AMOUNT RANKING PP!k9`ah, %! \., +,2g' „�i�tl:. i ;tii \'i'x" {:: tif' n., ijS`,•,'. L1 .+'.v;.x,SSI�',' „!`'"t��'.v;3Y A$,a$+`2��:h�.ey.�: pk�S5���.��:c ,,((���;t0. ' h„toL1 ,��5 ?u'`:•d'�” � N ":'sS,..L�� «,�r:,:.v`yf�,,i. �Cr [���.f.r' •if..;+i�1•;�a tT�•'yC :V.NItX �sLiiAnsw�?Ra ..:xti .gh� ° >i5t1.$s:.: ``�f':fa� Te � r t +� M1d�' ;•..y'� »` ' �;L1 �1 �e �.y $ . T' °:�*; ¢g �" �''t2, lylt:;', i' ��.K ��j)a''.l`..`'t'�l - 1�.*u'�4h'' 'iuj4jn %I•'. Kvr, :'��Q,. :futeaKPYMeT85:ii '< i', 4., 5•„•:: n, h<; �fR;; k�, rSsS J'w \�+;:vA�.;fM.�',..;�Q4�,2.,w ��it. �' ca5. 3��E'�$97;�2��4;4.,.�sl�•''"4i) �'�1 {��:�;'n 3a�kZ'�,..�ro, =✓' it °''�� W.. •3 (,'D{y PROP05 R: DkJitaf p Taohtwto6tce lNTS 4.009 MAXIMUM 1 TS IJ.DAVIS ID.Plofter Remolez EVALUATION CRITERIA AVAILABLE 1t8 OERSTANDINGOVER NEEOBOPTHECRY UNDER ANDJRG OVER NEEII,SOPTHEGITY UNOERSTARDWG OVER NEEOS OF ME COY 50 45 45 40 EXPS F.NCS, OUALIFIM1093 PST PE FORMANOE 20 18 f8 10 TOTALCOSTTOTHSOTY 30 30 30 $0 TOTALPONTa 0 81 8fi 270 S0 TOTAL AVERAGE ROPOSEnt Fa4Ceon Inc. MAXIMUM lNTS 4.009 R raatez 205,28 8$Ab' 81 ' 1t8 OERSTANDINGOVER NEEOBOPTHECRY UNDER ANDJRG OVER NEEII,SOPTHEGITY 50 30 35 3S 20 20 -.8. _.. $. 12 726 TOTAL COSTTq THE GKTY a 28.41 26.df 41 TOTAL POINTS VanTek IntemaYiolmi Inc. MUM lNTG 04.0.1 07.44 73.4 205,28 8$Ab' 81 ' 1t8 OERSTANDINGOVER NEEOBOPTHECRY TOTAL AVERAGE ERt VanTek IntemaYiolmi Inc. MUM lNTG .Oars 6 er .Gonzast E ALUATIONCRI3 RiA AVAILA E 81 41A 1t8 OERSTANDINGOVER NEEOBOPTHECRY SQ 25 40 $0 £XP£tttRNCE,QUAltF1CA IONS, PAST PERFORMANCE 20 10 12 14 TOTAtCOSTTO THE CITY '.. 80 a 0 0 TOTAL POINTS MaeKeYMetans, Inc. . Ut1 NTS W,521 ' ar R.GOrrt 4 to axt 02 N3 3 714E AV.AE G i >ROPQBER: MaeKeYMetans, Inc. . Ut1 NTS J.Aa ' ar R.GOrrt A Ltf T(ONQRIT RIR to axt 02 N3 3 VNOERSTAWINGOVER NEROSOF THE C;” 5D to 5 35 ER1£NC RUAtiFIGATItlNS.P PERFO 20 8 10 10 TOTAL TOTHECIVY 36 0 0 0 TOTAL POINTS _ ._10 �1Sy I.. 45 78 7 25,23 TOTAL EPAGE £xRfBKTz CAR 104218 €:FP # 504 -10412 Multi-Soace Parkina Meters EVALUATION COMMITTEE SCORING SHEET FIRM EVALUATED; VenTak International­­-COMMITTEE MEMBER - ParI nne P,�'eif pr Weight Point Criteria Factor ' PoInte gmwlal Understanding of the overall needs of 5.0 X the City and Proposees approach as presented•in the narrative technical proposal, required submittals, deliverables, timetables... Experience, qualifications, and past 2.0 X performance of the Proposer, including staff, facilities and resources, company profile, references. Total Cost to the City 0 Total Points Awarded 13� *points Excellent 9•-10 Good 6-8 Acceptable 2-5 Unacoeptable 0 -1 Committee Member 64 Hate RFP # 504 -10412 Mulfi -S ce Pa 'n Meyers EVALUATION COMMITTEE SCORING SHEET FIRM EVALUATED:.Padceon COMMITTEE MEMBER: Darle e Pfeiffer Weight Cr terla i actor Understanding of the overall needs of 5.0 X the City and Proposers approach as presented in the narrative technical proposal, requires{ submittals, deliverables, ,timetables..: Experience, qualifications, and past 2.0 X pe fformance of the Proposer, inMing' staff, faoi i es and resources, company profile, references. Total Cost to the. City Total Points Awarded o ,7. Points Excellent 9-10 Good 6-8 Acceptable 2-5 pQ . Unacceptable 0 -1 Point Points* Subtotal 17 - al;? o ,7. Points Excellent 9-10 Good 6-8 Acceptable 2-5 pQ . Unacceptable 0 -1 RFP # 004-10412 Mu ti• & ce Par in' eters EVALUATION COMMITTEE'SQORING SHEET FIRM EVALUATED: Digital payment Tech COMMITTEE MEMBER: Darteng Pfeiffer Total points Awarded *Points Excellent 9--10 Goad 6 -8 Acceptable 2-6 Unacceptable 0 -1 Point Subtot 8tl Committee Member Siggatu, 'iDate_. �e Weiight Criter€a Eaetor : PC7_,1Ij,,fs* Understanding of the overall needs of 5.0 X the City and Proposees approach as presented in the narrative technical proposal,,required submittals, deliverables, timetables... Experience, qualifloations, and past 2.0 X, performance of the Proposer, including . staff, faetlittes and resources, company profile, references. p, ;:} •. . "total. Cost to the City Total points Awarded *Points Excellent 9--10 Goad 6 -8 Acceptable 2-6 Unacceptable 0 -1 Point Subtot 8tl Committee Member Siggatu, 'iDate_. �e RFP # 504.10412 Multi -Space Parking Meters EVALUATION COMMITTEE SCORING SHEET FIRM EVALUATED: MacKay Meters, Inc. OOMMITTEE MEMBER: ilariene PFetffer Crite Understanding of the overall needs of the Oily and Proposees approach as presented in the narrative technical proposal, required submittals, delivery timetables... Weight Point FLief6 ' Pointe Subto a 5.6 X lies, Experience, qualifications, and past 2.0 X _ /0 performance of the Proposer, including staff, facilities and resources, company profile, references. Total Cast to the City 0 Total Points Awarded /5 �Polnis Excellent 9-10 Good 8 -8 Acceptable 2 -- s Unacceptable 0 -1 RFP # $04 -90492 Multi -Sae in Meters EVALUATION COMMITTEE SCORING SHEET FIRM EVALUATED: Olgitat Payment Tech COMMITTEE MEMSER: Reins Gonzalez Weighi Criteria Factor Understanding of the overall needs of 5.0 X the City and Proposer's approach as presented In the narrative technical proposal, required submittals, deliverables, timetables... Experience, qualification's, and past 2.0 X performance of the Proposer, Including staff, facilities and resources, company profile, referendes. Total Cost to the City Total Paints Awarded RPOintS , Excellent ' 9 -90 Good 6-8 Acceptable 2-6 Unacceptable 0 - 9 Points" Point Subtotal Y, 30 �%rt' [' �NM3 C12GYr�G ns.0 do .S.Y. 7J !�X- W./Itle Lr�cl7&4• f 'f�+'%��+,LY.LICG"� iU� °�' f 7lAn% ��tf>�..e r�or »mun =e�irCN tue%ZW"• Committee Member Sfanature r� Date �` 7 Jirl RFP # 804 -10412 Multi- pace Earking Mete EVALUATION COMMITTEE SCORING SHEET FIRM EVALUATE?: Parkeon COMMITTEE MEMSER: Aqjg G�tzafpz Excellent 9-40 Good 8--8 Acceptable 2 -8 Unacceptable �0.1 Point Sub o ai - "73• &t t pws > s• G�sam i, was a Committee Member Signature�� o'7Y''1r <Pncp �� 44 � p pate 2� �� Weight ' .. co feria a or p.. stnis,� Understanding of the overall needs of 8.0 X the City and Proposees approach as presented in the narrative technical proposal, required submittals, deliverables, timetables... Experience, qualifications, and past 2,0 X performance of the proposer. Including staff, facilities and resources, company profile, references. 'total Cost to the City . Total Points Awarded Excellent 9-40 Good 8--8 Acceptable 2 -8 Unacceptable �0.1 Point Sub o ai - "73• &t t pws > s• G�sam i, was a Committee Member Signature�� o'7Y''1r <Pncp �� 44 � p pate 2� �� RFP # 504. 16412 M Iti-Spago Parldma Meters EVALUATION COMMITTEE SCORING SHEET FIRM EVALUATED: a Tek Intern tional COMMITTEE MEMBER: Reina Gonzalez Weight Criteria Eactor Points* Understanding of the overall needs of 5.0 ' X the City and Proposer's approach as presented In the narrative technical proposal, required submittals, deliverables, timetables... Experience, qualifications, and past 2.0 X performance of the Proposer, including staff, facilities and resqurces, company profile, references. Total Cost to the City Total Points Awarded C *Points Excellent 9-10 Good 6-8 Acceptable 2-5 Unacceptable -1 GOmments: �cic��LSfp,�iu <c„e, , rd Point Subtotal 0 ;P0"r' a,; �? '' �9r � S�iJa✓C7 • liar Date �7rd RFP 0 504 -10412 mufti-game pat "A M ete EVALUATION COMMITTEE SCORING SHEET PERM EVALUATED: Ma a Mefers nc COM1dl1Ti EE MEMBER: ieina Gonzalez criteria Weight , i^a or • ° Points" Understanding of the overall needs of 5.0 the City and Proposer's approach as presented In the narrative technical proposal, required submittals, deliverables, timetables... Experience, qualifications, and past 2.0 X performance of the Proposer, including staff, facilities and resources, company profile, references, Total Cost to the City Total Points Awarded +per Excellent 9--10 Good 6-8 Acceptable 2-5 Point Subtotal 1U 0 Date % /d IMP # 504 -10412 - Miaiti•Smoe Parking Meters EVALUATION COMMITTEE SCORING SHEET FIRM EVALUATED: MacKay Metars: Inc: COMMITTEE. MEMBER: Jeff Davis Weight Criteria i, a ft Understanding of the overall needs of 5.0 X the City and Proposer's approach as presented in the narrative technical proposal, required submittals, deliverables, timetables... Experience, qualifications, and past performance of the Proposer, including staff, facilities and resources, company profile, references, Total Cost to the City Total Points Awarded *Poi Excellent 9-10 Good 6 -8 Acceptable 2 -5 Unacceptable 0 -1 Comments: Points A& 2.0 X_ Committee Member Signature Date Point ~ Subtotal�� 1 0 RFP # 50410412 Muhl -Soace Parklna Meters EVALUATION COMMITTEE SCORING SHLET FIRM EVALUATED: t i I Payment Tech COMMITTEE MEMBER: Je Davis Crfte to Weight Factor Understanding of the overall needs of 5.0 X the City and Proposers approach as presented in the narrative technical proposal, required submittals, deliverables, timetables... Paten ��� Experience, qualifications, and past 2.0 - X` parformance of the Proposer, including staff, facilities and resources, company profile, references. Total Cost tc the City Total Points Awarded `Points Excellent 6--10. Good 8.--8 Acceptable 2;- 5 Unacceptable 0 -1 Comments: Committee Member Signature ~ Hate h� \? Point Subtotal �_ RFP # 664 -90442 Mullf-Soace.Parkfna Meter EVALUATION COMMITTEE SCORING SHEET FIRM EVALUATED: Parkeon COMMITTEE MEMBER: Jeff Davis Criteria Weight Factor Understanding of the overall needs of 5.0 X the City and Proposer's approach as presented in the narratiVe technical proposal, required submittals, deliverables, timetables... Experience, qualifications, and past performance of the Proposer, including staff, facilities and resources, company profile, references. Total Cost to the City' Total Points Awarded . *Point Excellent 9-10 God 8 -8 Acceptable 2-6 Unacceptable 0 - 9 Comments: 2.0 X Points _.16 vel - point Subtotal r.� E Committee MemberSignatumr -- Date RFP # 504 -40442 Mu t -S acs Parldno Meters, EVALUATION COMMITTEE SCORING SHEET FIRM EVALUATED: VanTsk inte atio ail.. COMMITTEE MEMBER: Jaff Davis Weight point Criteria !±actor Pointe'* Su_,bEEt@j Understanding of the overall needs of 5.0 X T - the City and PmposVs approach as presented in the narrative technical proposal, required submittals, deliverables, timetables... Experience, qualifications, and past 2.0 X performance of the Proposer, including staff, facilities and resources, company profile, references. Total Cost to the city ' ' 0 Total points Awarded TOM Excellent 9-10 Good 6 -8 Acceptable 2-5 Unacceptable 0 - 4 Comments: Committee Member Signature Hate • "`� .`, city of Fort WudortraI6 M$504-I0412 Mar S, 2010 9:27.46 AM EST . P.1 City of Fort taudatdate Old $04-10412 MULTI-SPACE PARKING METERS Ofd Number 504 -10412 Bid Tide MULTE -SPACE PA12lans Mmes Bid Start Data 00010, 2009 5;59:06 PM EST Bid End Date tan 13, 2010 2,00:00 PM EST Question & Answer End. Den 28, 2009 2,00:00 PM EST Date Bid Contact AnnDebra Diaz Procurement Specialist Yi Procurement 954 -825 -5999 adlaz0fortlauderdaie.gov Changes made on Dec 21, 2009 8,43.17 AM OST New Documents Parking card sample.pdf _ Bid 60470412 Description The Clty of Fort Lauderdale, Florida (City) is seeking proposals from qualified firms, hereine4ter referred to as the Contractor, for the purchase and installation of muitl -space parking meters for the City's Parking and Fleet services Department, In accordance wflfi the terms, conditions, and spedilcations contained in this Request for Proposals . il�P) Mars, 20/0927.46 AM EST P.2 City of Fort Lwdotdate Request for Proposal 504 -10412 MUt.fft «SPACE PA4vdtINGMEMPS Opens: January 13, 2010 2,04P.m. City of Fort E wderdafe Issued for Parkfng and Fleet Services Department by the Procurement Services Department AnnDebra Diaz (954) 828 -5949 S-Malk adiazWor0auderdale.gov V181t Cis On the Web at w.farlfaude le. urc si (954) 8285140 pfd %4 -10412 Mat 3, 2010 9;27.46 AM EST P.3 01(y of rod Lauderdale Wd 50410412 PART I - ltd' RODUCTtONfiNFORMATION 01. PURPOSE: The City of Fort Lauderdale, Florida (City) is seeking proposals from qualified firms, hereinafter referred to as the Contractor, for the purchase and installation of multi-space parking meters for the City's Parking and Fleet Services Department, In accordance with the terms, conditions, and specifications contained in this Request for Proposals (RFP). 02. INFORMATION OR CLARIFICATION: For information concerning procedures for responding to this RFP, technical specifications, etc., uplize the question 1 answer feature provided by Bid Sync. Such contact shall be for clarification purposes only. Material changes, If any, to the scope of services or bidding procedures will only be transmitted by written addendum (See addendum section of BidSync Site), Re variation in price or conditions shall be permitted based upon a claim of ignorance. Submission of a proposal will be considered evidence that the proposer has familiarized himself with the nature and extent of the work, and the equipment, materials, and labor required. 03. ELIGIBILiTY. To be eligible to respond to this Request for Proposal the proposing firm must demonstrate that they, or the principals assigned to the project, have successfully delivered, installed and have operational, system installations running on equipment and software slmilar to those specified in the Scope of Services section of this RFP. The City reserves the right to request live demonstration(s) of proposed equipment and operating and software systems, inspect the proposers' facility, 'and visit other client Installations in making a determination of proposers ability and capacity to perform the requirements of the RFP. All products offered In response to this RFP must be available, as proposed, by the proposal due date. Each product must be available for evaluation and be complete with documentation. The department reserves the right to reject any proposals submitted that have any components not fully functioning and available by the proposal due date. 04. TRANSACTION FEES: The City of Fort Lauderdale uses BidSyno fwww b dsync.pV to distribute bids and proposals. There is no charge to vendors/contractors to reg €stet and participate In the solicitation process, nor will any fees be charged to the awarded vendor. Refer to www.bldsvnc.com for further information. Mat a 2010 9.•27Ao AM EST p, 4 City of Fort Laudardato PART If - RPP SCHEDULE Release RFP 12111/09 Last Date for Receipt of Questions of a Material Nature 12/28109 Addendum Release (if required) 12130109 PROPOSAL DUE (Pdorto2:00PM) 01[13/10 Evaluation Committee Review and Short Listing of Proposals — if required (Estimated) 01120110 Oral interviews with Plnalists and Selection Of First Ranked Proposer— if required (Estimated) 02101/10 City Commission Award of Contract (Estimated) 02/16110 Bid 1504-10412 Mar S,'2010 9:27:46 AM EST P. 15 Lily of Fat rg fit Bid 50440492 City of Fort Lauderdale GENERAL. CONDITIONS These instructions are standard for all contracts for commodities or services Issued through the City of Fort Lauderdale Procurement Services Department. The City may delete, supersede, or modify any of these standard instructions for a particular contract by indicating such change in the Invitation to Bid (iTB) Special Conditions, Technical Specifications, instructions, Proposal Pages, Addenda, and Legal Advertisement, in this general conditions document. Invitation to Bid (ITB) and Request for Proposal (RFP) are interchangeable. PART I BIDDER PROWS PAG S CONDITIONS: 4.09 BiDDER ADDRESS: The City maintains automated vendor address lists that have been generated for each specs is Commodity Class Item through our bid issuing service, BldSync. Notices of invitations to Bid (111318) are sent by e-mail to the selection of bidders who have fully registered with BidSync or faxed (ff applicable) to every vendor on those lists, who may then view the bid documents online. Bidders who have been informed of a bid's availability in any other manner are responsible for registering with Bld5yne in order to view the bid documents. There Is no fee for doing so..if you wish bid notifications be provided to another a -mall address or fax, please contact BldSync, If you wish purchase orders sent to a different eddress, please so Indicate in your bid response. If you wish payments sent to a different address, please so indicate on' your Invoice, 9.02 DELIVERY: Time will be of the essence for any orders placed as a result of this ITB. The Clty reserves the right to cancel any orders, or part thereof, without obligation if delivery is not made In accordance with the schedule specified by the Bidder and accepted by the City. 5.08 PAYMENT TERNS AND CASH DISCOUNTS: Payment terms, unless otherwise stated in this ITB, wfil be. considered to be not 30 days after the date of satisfactory delivery at the place of acceptance and receipt of correct fnvofce at the office specified, whichever occurs last. Bidder may offer cash discounts for prompt payment but they will not be considered in determination of award. it a Bidder offers a discount, it is understood that the discount time will be computed from the date of satisfactory delivery, at the place of acceptance, and receipt of correct invoice, at the office specified, whichever occurs last. 1.04 TOTAL. BiD DISCOUNT: If Bidder offers a discount for award of all items listed in the bid, such discount shall be deducted from the total of the firm net unit prices bid and shall be considered in tabulation and award of bid. 1.05 BIDS FiRM FOR ACCEPTANCE: Bidder warrants, by virtue of bidding, that the bid and the prices quoted in the bid will be firm for acceptance by the City for a period of ninety (00) days from the date of bid opening unless otherwise stated in the ITB. 1.00 VARIANCES: For purposes of bid evaluation, Bidder's must indicate any variances, no matter how slight, from ITB General Conditions, Special Conditions, Specifications or Addenda in the space provided in the ITB. No variations or exceptions by a Bidder will be considered or deemed a part of the bid submitted unless such variances or exceptions are listed in the. bid and referenced In the space provided on the bidder proposal pages. If variances are not stated, or referenced as required, it will be assumed that the product or service fully complies with the City's terms, conditions, and specifications. By receiving a bid, City does not necessarily accept any variances contained in the bid. All variances submitted are subject to review and approval by the City. if any bid contains material variances that, In the City's sole opinion, make that bid conditional in nature, the City reserves the right to reject the bid or part of the bid that is declared, by the City as conditional Form G -107 Rev, 11108 Mar 3, 2090827ABAM W p.8 City of Fort Laudsr&1e Sid 504.40412 1.07 NO BIDS: If you do not intend to bid please indicate the reason, such as insufficient time to respond, do not offer product or service, unable to meet specitioations, schedule would not permit, or any other reason, in the space provided in this ITS. Failure to bid or return no bid comments prior to the bid due and opening date and time, indicated in this ITS, may result in your firm being deleted from our Bidder's registration list for the Commodity Class item requested in this ITS. 1.08 MINORITY AND WOMEN BUSINESS ENTERPRISE, PARTICIPATION AND BUSINESS DEFINITIONS: The City of Fort Lauderdale wants to increase the partiolpafion of Minority Business Enterprises (MBE), Women Business Enterprises (WBE), and Small Business Enterprises ($BE) in Its procurement activities. If your firm qualities In accordance with the below definitions please Indicate in the space provided in this ITS. Minority Business Enterprise (MBE) "A Minority Business" is a business enterprise that is owned or controlled by one or more socially or economically disadvantaged persons. Such disadvantage may arise from cultural, racial, chronic economic circumstances or background or other similar cause. Such persons include, but are not limited to: Blacks, Hispanics, Asian Americans, and Native Americans. The term "Minority Business Enterprise" means a business at least 51 percent of which is owned by minority group members or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by minority group members. Forthe purpose of the preceding sentence, minority group members are'citizens of the United States who Include, but are not limited to: Blacks, Hispanics, Asian Americans, and Native Americans. Women Business .Enterprise (WBE) a "Women Owned or Controlled Business" is a business enterprise at least 51 percent of which is owned by females or, in the case of a publicly owned business, at least 51 percent of the stock of which is owned by females. Small Business Enterprise (6135) "Small Business" means a' corporation, partnership, sole proprietorship, *or other legal entity formed for the purpose of making a profit, which is independently owned and operated, has either fewer than 100 employees or less than $1,000,000 In annual gross receipts. BLACK, which includes persons having origins in any of the Black racial groups of Africa, WHITE, which includes persons whose origins are Anglo -Saxon and Europeans and persons of Indo- European decent including Pakistani and ]Mast Indian, HISPANIC, whlioh includes persons of Mexican, Puerto Rican, Cuban, Central and South American, or other Spanish culture or origin, regardless of race. NATIVE AMERICAN, which includes persons whose origins are American Indians, Eskimos, Aleuts, or Native Hawaiians. ASIAN AMERICAN, which includes persons having origin in any of the original peoples of the Far East, Southeast Asia, the Indian subcontinent, or the Pacific islands. 1.09 MINORITY -WOMEN BUSINESS ENTERPRISE PARTICIPATION It is the desire of the City of Fort Lauderdale to increase the participation of minority (MBE) and women - owned (WBE) businesses in its contracting and procurement programs. White the City does not have any preference or set aside programs In place, it is committed to a policy of equitable participation for these firms. Proposers are requested to include in their proposals a narrative describiing their past accomplishments and Intended actions In this area. If proposers are considering minority or women owned enterprise participation in their proposal, those firms, and their specific duties have to be identified In the proposal. If a proposer is considered for award, he or she will be asked to meet with City staff so that the Intended MBF_1WBE participation can be formalized and Included in the subsequent contract. Form G -107 Rev. 11708 Mar 3, 2010 017.,46 AM FsT P• 7 City of Fort Lauderdale Part I} DEFINI TION13 OR(9ER OF PRECEDENCE: Bid 594.70412 2.09 BIDDING DEFINITIONS The City will use the following definitions in It's general conditions, special conditions, technical specifications, Instructions to bidders, addenda and any other document used In the biddlng'process: INVITATION TO BID (ITB) when the City is requesting bids from qualified Bidders. REQUEST FOR PROPOSALS (RFP) when the City is requesting proposals from qualified Proposers. BID — a price and terms quote received in response to an ITS. PROPOSAL u a proposal received in response to an RFP. BIDDER — Person or firm submitting a Bid. PROPOSER — Person or firm submitting a Proposal. RESPONSIVE BIDDER — A person whose bid conforms in all material respects to the terms and conditions included in the ITB. RESPONSIBLE BIDDER — A person who has the capability in all respects to perform in €uil the contract 'requirements, as stated In the ITS, and the integrity and reliability that will assure good faith performance. FIRST RANKED PROPOSER —That Proposer, responding to a City RFP, whose Proposal is doomed by the City, the most advantageous to the City after applying the evaluation criteria contained in the RFP. SELLER -- Successful Bidder or Proposer who is awarded a Purchase Order or Contract to provide goods or services to the City. CONTRACTOR — Successful Bidder or Proposer who is awarded a Purchase Order, award Contract, Blanket Purchase Order agreement or Term Contract to provide goads or services to the City. CONTRACT — A deliberate verbal or written agreement between two or more competent parties to perform or not to perform a certain act or acts, Including all types of agreements, regardless of what they may be called, for the procurement or disposal of equipment, materials, supplies, services or construction. CONSULTANT — Successful Bidder or Proposer who is awarded a contract to provide professional services to the City. The following terms may be used interchangeably by the City, ITB and /or RFP; Bid or Proposal; Bidder, Proposer, or Setter; Contractor or Consultant; Contract, Award, Agreement or Purchase Order, 2.02 SPECIAL CONDITIONS: Any and all Special Conditions contained in this ITB that maybe In variance or conflict with these General Conditions shall have precedence over these General Conditions. If no changes or deletions to General Conditions are made in the Special Conditions, then the General Conditions shall prevail in their entirety, PART III BIDDING AND AUVARD PROCEDUR 3.01 SUBMISSION AND RECEIPT OF BIDS, To receive consideration, bids must be received prior to the bid opening date and time. Unless otherwise specified, Bidders should use the proposal forms provided by the City. These forms may be duplicated, but failure to use the forms may cause the bid to be rejected. Any erasures or corrections on the bid must be made in ink and initiated by Bidder in ink. All information submitted by the Bidder shall be printed, typewritten or filled in with pen and ink. Bids shall be signed in ink. Separate bids must be submitted for each ITS issued by the City In separate sealed envelopes properly marked. When a •particular ITB or RFP requires multiple oopies of bids or proposals they may be included in a single envelope or package properly seated and identified. Only send bids via facsimile transmission (FAX) tf the ITS specifically states that bids sent via FAX will be considered, if such a statement Is not included in the ITB, bids sent via FAX will be rejected. Bids will be publicly opened In the Procurement Office, or other designated area, in the presence of Bidders, the public, and City staff. Bidders and the public are invited and encouraged to attend bid openings. Bids will be tabulated and made available for review by Bidder's and the public in accordance with applicable regulations. Form G•107 Rev. 11/08 MW 3, 2010 9;27.•46 ABA EST P. $ City of Fort Lauderdale eid 504.10412 3.02 MODEL NUMBER CORRECTIONS. If the model number for the make specified in this iT8 is incorrect, or no longer available and replaced with an updated model with new specifications, the Bidder shall enter the correct model number on the bidder proposal page, in the case of an updated model with new specifications, Bidder shall provide adequate information to allow the City to determine if the model bid meets the City's requirements. 3.03 PRICES QUOTED: Deduct trade discounts, and quote firm net prioes. Give both unit price and extended total. In the case of a discrepancy in computing the amount of the bid, the unit price quoted will govern. All prices quoted shall be F.O.B. desttnatlori, freight prepaid (Bidder pays and bears freight charges, Bidder owns goods in transit and files any claims), unless othenuise stated in Special Conditions. Each item must be bid separately. No attempt shall be made to tie any item or hems contained In the ITB with any other business with the City. 3.04 TAXES. The City of Fort Lauderdale is exempt from Federal Exolse and Florida Sales taxes on direct purchase of tangible property. Exemption number for EiN is 69 -60 00349, and State Sates tax wiempflon number is 85.8043875678C -1. 3.o6 WARRANTIES OF USAGE:,, Any quantities listed in this ITS as estimated or projected are provided for tabulation and information purposes only. No warran€y or guarantee of quantities is given or implied. it Is understood that the Contractor will furnish the City's needs as they arise. 3.06 APPROVED EQUAL: When the technical specifications call for a brand name, manufacturer, make, model, or vendor catalog number with acceptance of APPROVED EQUAL, it shall be for the purpose of establishing a level of quality and features desired and acceptable to the City. in such oases, the City will be receptive to any unit that would be considered by qualified City personnel as an approved equal. In that the specified make and model represent a level of quality and features desired by the City, the Bidder must state clearly In the bid any variance from those specifications. It Is the Bidder's responsibility to provide adequate infermation, In the bid, to enable the City to ensure that the bid meets the required criteria. If adequate Information is not submitted with the bid, it may be rejected. The City will be the sole judge In determining If the Item bid qualifies as an approved equal. 3.07 MiNIMUM AND MANDATORY TECHNICAL SPECIFICATIONS, The technical specifications may include items that are considered minimum, mandatory, or required. If any Bidder is unable to meet or exceed these items, and feels that the technical specifications are overly restrictive, the bidder must notify the Procurement Services Department immediately. Such nof'rfication must be received by the Procurement Services Department prior to the deadline contained in the ITB, for questions of a material nature, or prior to five (6) days before bid due and open date, whichever occurs first. If no such notification Is received prior to that deadline, the City will consider the technical specifications to be acceptable to all bidders. 3.08 MISTAKES, Bidders are cautioned to examine all terms, conditions, specifications, drawings, exhibits, addenda, delivery instructions and special conditions pertaining to the iTB. Failure of the Bidder to examine all pertinent documents shall not entitle the bidder to any relief from the conditions imposed In the contract. 3.09 SAMPLES AND DEMONSTRATIONS: Samples or inspection of product may be requested to determine suitability. Unless otherwise specified in Special Conditions, samples shall be requested after the date of bid opening, and if requested should be received by the City within seven (7) working days of request. Samples, when requested, must be furnished free of expense to the City and if not used in testing or destroyed, will upon request of the Bidder, be returned within thirty (30) days of bid award at Bidder's expense. When required, the City may request full demonstrations of units prior to award. When such demonstrations are requested, the Bidder shall respond promptly and arrange a demonstration at a convenient location. Failure to provide samples or demonstrations as specified by the City may resuti in rejection of a bid. Form G -407 Rev.11iO3 Mar 3.2010 8:27:46 AM EST p. 9 City of Fort Lsuderdate Bid 500..100.12 3.10 LIFE CYCLE COSTING: If so specified in the IT% the City may elect to evaluate equipment proposed on the basis of total cost of ownership. in using Life Cycle Costing, factors such as the following may be considered: estimated useful life, maintenance costs, cost of supplies, labor intensity, energy usage, environmental impact, and residuat'value. The City reserves the right to use those or other applicable crtteria, in its sole opinion that will most accurately estimate total cost of use and ownership. 3.11 BiDDiNG €TENS WIi'H.RECYCLED CONTENT: In addressing environmental concerns, the City of Fort Lauderdale encourages Bidders to submit bids or alternate bids containing items with recycled content. When submitting bids containing items with recycled content, Bidder shall provide documentation adeqquate for the City to verify the recycled content, The M prefers packaging barlsisting of materials that are degradable or able to be recycled, When specifloaity,stated in the ITB, the City may give preference to bids containing items manufactured with recycled material or packaging that is able to be recycled. 3.12 USE OF OTHER GOVERNMENTAL CONTRACT$: The City reserves the right to reject any part or all of any bids received and utilize other avallabie governmental contracts, if such actldn is In its best . Interest. 3:13 QUALIFICATIONSIINSPECTION: Bids will only be considered from firms normally engaged In providing the types of commodileslservices specified herein. The City reserves the right to inspect the Bidders facilities, equipment, personnel, and organization at any time, or to take any other action necessary to determine Bidders ability to perform. The Procurement Director reserves the right to reject bids where evidence or evaluation is determined to indicate inability to perform. 3.14 BID SURETY: 9 Special Conditions require a bid security, it shall be submitted In the amount stated. A bid security can be in the form of a bid bond, postal money order, cashiers check, or irrevocable letter of credit. Bid security will be returned to the unsuccessful bidders as soon as practicable after opening of bids. Bid security will be returned to the successful bidder after acceptance of the performance bond or Irrevocable letter of credit, if required; acceptance of insurance coverage, if required; and full execution of contract documents, if required; or conditions as stated in Special Conditions, 3.15 PUBLIC RECORDS: Florida law provides that municipal records shall at all times be open for personal inspection by any person. Section 119.01, RS., the Publfo Reoords Law. Information and materials received by City In connection with an ITS response shall be, deemed to be public records subject to public inspection upon award, recommendation for award, or 10 days after bid opening, whichever occurs first. However, certain exemptions to the public records law are statutorily provided for in Section 119.07, F.S. If the Proposer believes any of the information contained in his or her response is exempt from the Public Records Law, then the Proposer, must in his or her response, specifically Identify the material which is deemed to be exempt and cite the legal authority for the exemption, The City's determination of whether an exemption apples shalt be final, and the Proposer agrees to defend, indamriffy, and hold harmless the City and the City's officers, employees, and agents, against any loss or damages incurred by any person or entity as a result of the City's treatment of records as public records. 3.15 PROHIBITION OF INTEREST: No contract will be awarded to a bidding firm who has City elected officials, officers or employees affiliated with it, unless the bidding firm has fully complied with current Florida State Statutes and City Ordinances relating to this issue. Bidders must disclose any such affiliation. Failure to disuse any such aftiiiatlon will result In disqualification of the Bidder and removal of the Bidder from the City's bidder lists and prohibition from engaging in any business with the City. 3.17 RESERVATIONS FOR AWARD AND REJECTION OF BIDS: The City reserves the right to accept or reject any or all bids, part of bids, and to waive minor Irregularities'or variations to specifications Form 0-107 Rev. 11108 Mar 3, 2010 9:27.06 AM EST p.10 City of Fort Lauderdale eid $0490492 contained in bids, and minor irregularities in the bidding process. The City also reserves the right to award the contract on a split order basis, Jump sum basis, Individual Item basis, or such combination as shall best serve the interest of the City. The City reserves the right to make an award to the responsive and responsible bidder whose product or service meets the terms, conditions, and specifloatichs of the iTl3 and whose bid is considered to best serve the City's interest. In determining the responsiveness of the offer and the responsibility of the Bidder, the following shall be considered when applicable : the ability, capacity and skill of the Bidder to perform as required; whether the Bidder can perform promptly, or within the time specified, without delay or fnterferenos; the character, Integrity, reputation, judgment, experrience and efficiency of the Bidder, the quafity,of past performance by the Bidder; the previous and existing compliance by the Bidder with related laws and ordinances; the sufficiency of the Bidder's financial resources; the availability, quality and adaptability of the Bidder's supplies or services to the required use; the ability of the Bidder to provide future maintenance, service or parts; the number and scope of conditions attached to the bid. If the ITS provides for a contract trio] period, the City reserves the right in the event the selected bidder does not perform satisfactorily, to award a trial period to the next ranked bidder or to award a contract to the next ranked bidder, if that bidder has successfully provided services to the City in the past. This procedure to continue until a bidder is selected or the contract is re -bid, at the sole option of the City. 3.48 LWAL RBQUIREMEWS: Applicable provisions of all federal, state, county laws, and local ordinances, rules and regulations, shall govern development, submittal and evaluation of all bids . received in response hereto and shall govern any and all claims and disputes which may arise between person(s) submitting a bid response hereto and the City by and through its officers, employees and authorized representatives, or any other person, natural or otherwise; and lack of knowledge by any bidder shalt not constitute a cognizable defense against the legal effect thereof. PART iV BONDS AND INSURANCE 4.04` PERFORMANCE BOND /IRREVOCABLE LBTTER OF CREDIT: if a performance bond or irrevocable letter of credit is required in Special Conditions, the Contractor shall within fifteen (45) working days after notification of award, furnish to the City a Performance Bond or an Unconditional Irrevocable Letter of Credit payable to the City of Fort Lauderdale, Florida, in the face amount specified In Special Conditions as surety for faithful performance under the terms and conditions of the contract. if the bond Is on an annual coverage basis, renewal for each succeeding year shall be submitted to the City thirty (34) days prior to the termination date of the existing Performance Bond. The Performance Bond must be executed by a surety company of recognized standing, authorized to do business In the State of Florida and having a resident agent. If a Letter of Credit is chosen, i€ must be in a form acceptable to the City, drawn on a local (Broward, Dade or Palm Beach Counties) bank acceptable to the City and issued In favor of time City of Fort Lauderdale, Florida. If a Bidder wishes to use a non -tocai bank, he must have prior City approval of the requirements to draw against the Letter of Credit. Acknowledgement and agreement is given by both parties that the amount herein 'set for the Performance Bond or irrevocable Letter of Credit is not intended to be nor shall be deemed to be In the nature of liquidated damages nor is it Intended to limit the liability of the Contractor to the City in the event of a material breach of this Agreement by the Contractor. 4.02 INSURANCE: If the Contractor is required to go on to City property to perform work or services as a result of ITS award, the Contractor shall assume full responsibility and expense to obtain all necessary insurance as required by City or specified in Special Conditions, The Contractor shall provide to the Procurement Services Department original certificates of coverage and receive notification of approval of those certificates by the City's Risk Manager prior to engaging In Form G407 Rev. 11108 Mara, 2090 9.127:48 AM EST P. 11 City of Fan Lauderdale aid $0410412 any activities under this contract. The Contractors insurance is subject to the approval of the .City s Risk Manager: The certificates must fist the City as an AD rrION I S RED and shall have no less than thirty (30) days written notice of'canceliation or material change. Further modification of the insurance requirements may be made at the sole discretion of the City's frisk Manager if circumstances change or adequate protection of the City is not presented. Bidder, by submitting the bid, agrees to abide by such modiffcations. . PART!/ PURCHASE ORDER A D CONTRACT 911M 6.01 COMPLIANCE TO SPECIFICATIONS, LATE DELIVERIEWPENALTIESt items offered may be tested for compliance,to bid specifications. Items delivered which do not conform to bid speclfloatlons may be rejected and returned at Contractor's expense. Any violation resulting in contract termination for cause or delivery of Items not conforming to specifications, or late delivery may also result in: Bidders name being removed from the Citys bidder's maliing list for a specified period and Bidder will not be recommended for any award during that period. All City Departments being advised to refrain from doing business with th'e Bidder. ;: - All other remedies In law or equity. 6.02 ACCSPTANCE, CONDITION, AND PACKAGING. The material delivered in response to iT6 award shall remain the property of the Seiler until a physical Inspection Is made and the material accepted to the satisfaction of the City. The material must comply fully with the terms of the ITS, be of the required quality, new, and the latest model. All containers shall be suitable for storage and snipmerrt by common carrier, and all prices shall include standard commercial packaging. The City will not accept substitutes of any kind. Any substitutes or material not meeting specifications will be returned at the Bidder's expense. Payment will be made only after City receipt and acceptance of materials or services. 6.03 SAFETY STANDARDS. All manufactured items and fabricated assemblies shelf comply with applicable requirements of the Occupation Safety and Health Act of 1970 as amended, and be in compliance with Chapter 442, Florida Statutes. Any toxic substance listed in Section 38F- 41.03 of the Florida Administrative Code delivered as a result of this order must be acoomparrW by a completed Material Safety Data Sheet (MSDS). 5.04 ASBESTOS STATEMENT: All material supplied must be 100% asbestos free. Bidder, by virtue of bidding, certifies that if awarded any portion of the ITB the bidder will supply only material or equipment that is 100% asbestos free. 6.05 OTHER GOVERNMENTAL ENTITIES: If the Bidder is awarded a contract as a result of this ITB, the bidder will, if the bidder has sufficient capacity or quantities available, provide to other governmental agencies, so requesting, the products or services awarded in accordance with the terms and conditions of the ItB and resulting contract. Prices shall be•F.O.B, delivered to the requesting agency. ' 6.06 VERBAL. INSTRUCTIONS PROCEDURE, No negotiations, decisions, or actions shall be initiated or executed by the Contractor as a result of any discussions with any City employee. Only those communications which are in writing from an authorized City representative may be considered. Only written communications from Contractors, which are assigned by a person designated as authorized to bind the Contractor, will be recognized by the City as duly authorized expressions on behalf of Contractors. 6.07 INDEPENDENT CONTRACTOR, The Contractor is an independent contractor under this Agreement. Personal services provided by the Proposer shall be by employees of the Contractor and subject to supervision. by the Contractor, and not as officers, employees, or agents of the City. Personnel Form G -107 Rev. 11108 Mar 8, 20109:27!5 AM EST p_12 My of Fort Lauderdale BEd 504AW2 policies, tax responsibilities, social security, health insurance, employee benefits, procurement policies unless otherwise stated in this ITS, and other similar administrative procedures applicable to services rendered under this contract shall be those of the Contractor. 5.08 1NDSMNITY /140LD HARMLESS AGRi"EMENT. The Contractor agrees to protect, defend, indemnify, and hold harmless the City of Fort Lauderdale and its officers, employees and agents from and against any and all losses, penalties, damages, settlements, claims, costs, charges for other expenses, or liabilities of every and any kind including attorneys fees, in connection with or arising directly or Indirectly out of the work agreed to or performed by Contractor under the terms of any agreement that may arise due to the bidding process. Without limiting the foregoing, any and all such claims, suits, or other actions relating to personal injury, death, damage to property, defects in materials or workmanship, actual or alleged violations of any applicable Stat ile, ordinance, administrative order, rule or regulation, or decree of any court shall be included in the Indemnity hereunder. 5.08 TERMINATION FOR CAUSE: If, through any cause, the Contractor shad fats to fulfill in a timely and proper manner Its obligations under this Agreement, or if the Contractor shall violate any of the provisions of this Agreement, the City may upon v tten notice to the Contractor terminate the right of the Contractor to proceed under this Agreement, or with such part or parts of the Agreement as to which there has been default, and may hold the Contractor liable for any damages caused to the City by reason of such default and termination, In the event of such termination, any completed services performed by the Contractor under this Agreement shall, at the option of the City, become the City's property and the Contractor shah be entitled to teceive equitable compensation for any work completed to the satisfaction of the Clty. The Contractor, however, shall not be relieved of liability to the City, for damages sustained by the City by reason of any breach of the Agreement by the Contractor, and the City may withhold any payments to the Contractor for the purpose of setoff until such ttme as the amount of damages due to the City from the Contractor can be determined. 5.10 TERMINATION FOR CONVENIENCE: The City reserves the right, In its best Interest as determined by the City, to cancel contract by giv€ng written notice to the Contractor thirty (30) days prior to the effective date of such cancellation. 5,11 CANCELLATION FOR UNAPPROPRIATED FUNDS: The obligation of the City for payment to a Contractor is limited to the availability of funds appropriated in a current fiscal period, and continuation of the contract into a subsequent fiscal period is subject to appropriation at funds, unless otherwise authorized by law. 5.12 RECORDS /AUDIT; The Contractor shall maintain during the term of the contract all books of account, reports and records in accordance with generally accepted accounting practices and standards for records directly related to this contract. The form of all records and reports shall be subject to the approval of the City's Internal Auditor. The Contractor agrees to make available to the City's Internal Auditor, during normal business hours and in Broward, Miami -Dade or Palm Beach Counties, all books of account, reports and records relating to this contract for the duration of the contract and retain them far a minimum period of three (3) years beyond the last day of the contract term. 5.13 PERMITS, TAXES, LICENSES: The successful Contractor shall, at their own expense, obtain all necessary permits, pay all licenses, fees and taxes, required to comply with all local ordinances, state and federal laws, rules and regulations applicable to business to be carried out under this contract. 5.14 LAWStORDINANCES: The Contractor shalt observe and comply with ai€ Federal, state, local and municipal laws, ordinances rules and regulations that would apply to this contract. 5,15 NOMDiSCRIMINATtON., There shall be no discrimination as to race, sex, color, creed, age or national origin in the operations conducted under this contract. Form 0-107 Rev, 11108 Mar$, 2010 $VA6 AM EST P. 13 Cllyof Forl Lauderdale Bid 504A0412 5.15 UNUSUAL CIRCUMSTANCES: If during a contract term where costs to the City are to remain firm or adjustments are restricted by a percentage or CPI cap, unusual circumstances that could not have been foreseen by either party of the contract occur, and those circumstances signtficantiy affect the Contactors cost in providing the required prior items or services, then the Contractor may request adjustments to the costs to the City to reflect the changed circumstances. The oircumstances must be beyond the control of the Contractor, and the requested adjustments must be fully documented. The City may, after examination, refuse to accept the adjusted costs if they are not properly documented, Increases are considered to be excessive, or decreases are considered to be insufficient. In the event the City does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the City, the City will reserve the following options: 1. The contract can be canceled by the City upon giving thirty (30) days written notice to the Contractor with no penalty to the City or Contractor. The Contractor shall fill all City requirements submitted to the Contractor until the termination date contained in the notice. 2. The City requires the Contractor to continue to provide the items and services at the firm fixed.(non- adjusted) cost until the termination of the contract term then in effect. 3. If the City, in its Interest and In its sole opinion, determines that the Contractor in a capricious manner attempted to use this section of the contract to relieve themselves of a legitimate obligation under the contract, and no unusual circumstances had occurred, the City reserves the tight to take any and all action under law or equity. Such action shall include, but not be limited to, declaring the Contractor in default and disqualifying him for receiving any business from the City for a stated period of time. If the City does agree to adjusted costs, these adjusted costs shall not be invoiced to the City until the Contractor receives notice In writing signed by a person authorized to bind the City in such matters. 5.17 ELIGIBILITY- if applicable, the Contractor must first register with the Department of State of the State 'of Florida, In accordance with Florida State Statutes, prior to entering into a contract with the City. 5413 PATENTS AND ROYALTIES: The Contractor, without exception, shall indemnify and save harmless the City and Its employees from liability of any nature and idnd, including cost and expenses for or on account of any copyrighted, patented or un- patented invention, process, or article manufactured or used in the performance of the contract, including its use by the Ctfy. If the Contractor uses any design, device, or materials covered by letters, patent or copyright, it Is mutually agreed and understood without exception that the bid prices shall include all royalties or costs arising from the use of such design, device, or materials in any way involved in the work. 5.19 ASSIGNMENT: Contractor shall not transfer or assign the performance required by this RFP without the prior written consent of the Clay. Any award Issued pursuant to this RFP, and the monies, which may become due hereunder, are not assignable except with the prior written approval of the City Commission or the City Manager or City Manager's designee, depending on original award approval. 5.20 LITIGATION VENUE: The parties waive the privilege of venue and agree that all litigation between them In the state courts shall take place in Sroward County, Florida and that all litigation between them In the federal courts shall take place in the Southern District in and for the State of Florida. Form G•107 Rev. 11145 Mar %2,64D 9:27:46 AM EST p.14 City of Port Lauderdale PART IV - SPECIAL CONDITiONS Bid 50410492 01. GENERAL CONDITIONS: RFP General Conditions Form 0-107 Rev. 07107 (GC) are included and made a part of this RFP. 02, VARIANCES: While the city allows Contractors to take variances to the RFP terms, conditions, and specifioations, the number and extent of variances taken will be considered In determining proposal responsiveness and In allocating proposal evaluation points. See Section 1.06 of GC. 03. NEWS RELEASESFPUBLICiTY: News releases, publicity releases, or advertisements relating to this contract or the tasks or projects associated with the project shall not be made without prior CRY approval. 04. RFP DOCUMENTS. The Contractor shall examine this RFP carefully. Ignorance of the requirements wilt not relieve the Contractor' from Cablllty and obligations under the Contract. 06, PROPOSERS' COSTS: The City shall not be liable for any costs incurred by proposers In respanding to this RFP. 06. RULES AND PROPOSAL-St The signer of the proposal must declare that the only person(s), company or parties interested in the proposal as principals are named therein; that the proposal is made without collusion with any other persons), company or parties submitting a proposal; that.it Is In all respects fair and in good faith, without collusion or fraud; and that the signer of the proposal has full authority to bind the principal proposer. 07. APPROVED EQUAL OR ALTERNATE PRODUCT PROPOSALS: The Technical Specifications contained In this RFP are to be used as a reference only and are not to be considered of a proprietary nature. These specifications represent a level of quality and features that are desired by the City of Fort Lauderdale. The Cfty is receptive to any product that would be considered by qualified City personnel as an approved equal. The proposer must state cieariy in his proposal pages any variance to the specifications. If proposing an approved equal or alternate product, It will the proposers responsibility to provide adequate information In his proposal to enable the City to ensure that the proposal meets the required criteria. If adequate information is not submitted with the proposal, it may be rejected. The City of Fort Lauderdale will be the sole judge in determining If the product proposed qualifies as, approved equal. The City reserves the right to award to that proposal which wilt best serve the interest of the City as determined by the City. The City further reserves the right to waive minor variations to specifications and in the bidding process. 08, CONTRACT PERIOD: The initial contract term shall commence upon date of award by the City and shalt expire two years from that date. The City reserves the right to extend the contract for two additional one (1) year terms providing all terms conditions and specifications remain the same, both parties agree to the extension, and such extension is approved by the City. In the event services are scheduled to end because of the expiration of this contract, the Contractor shall continue the service upon the request of the Director of Procurement Services. The extension period shall not extend for more than ninety (90) days beyond the expiration date of the existing Mar 3, 2090 !?=46 AM EST , , P.15 contract, The Contractor shall be compehsa eddrfar i 1e service at the rate in effect when this extenUo"n a12 clause fs,fnvoked by the City. 09. PRICING: All prices quoted shall be quoted F.O.B. Delivered, Fort Lauderdale, Florida. To include delivery, Installation, testing, training, minimum two year warranty, and all other requirements of the specifications, terms end conditions. 10. iNVOiCESiPAYMENT: particular task or project as of the date of the invoice in regards to the accepted schedule for that task or project. Payment Will be made within thirty (30) days after receipt of an invoice acceptable to the Clty. If, at any time during the contract, the City shall riot approve or accept the Contractor's work product, and agreement cannot be reached between the City and the Contractor to resolve the problem to the City's satisfaction, the. City shall negotiate with the Contractor on a payment for the work completed and usable to the City. This negotiated payment shall be based on the overall task or project breakdown, relative to the percentage of work completed. 11. COST ADJUSTMENTS: Prices quoted shall be firm for the initial contract term (two years). Thereafter, any extensions which may be approved by the City shall be subject to the following: Costs for any extension terms shall be subject to an adjustment only If increases or decreases occur in the industry. Such adjustment shall be based on the latest yearly percentage Increase in the All Urban Consumers Price Index (CPI -U) as published by the Bureau of labor Statistics, U.S. Dept. of Labor, and shall not exceed five percent The yearly Increase or decrease in the CPI shall be that latest index published and available prior to the end of the contract year then in effect, as compared to the index for the comparable month one year prior. Any requested adjustment shall be fully documented and submitted to the City at least ninety (90) days prior to the contract anniversary date. Any approved -cost adjustments shall become effective on the beginning data of the approved oontractextensfon. The City may, after examination, refuse to accept the adjusted costs if they. are not properly documented, or considered to be excessive, or if decreases are considered to be insu#flcfent, In the event the City does not wish to accept the adjusted costs and the matter cannot be resolved to the satisfaction of the City, the Contract will be considered cancelled on the scheduled expiration date. 12. CONTRACT COORDiNATOR: The City will designate a Contract Coordinator whose principal duties shall be: Liaison with Contractor. Coordinate and approve all work under the contract, Resolve any disputes. Assure consistency and quality of Contractor's performance. Schedule and conduct Contractor performance evaluations and document findings. Review and approve for payment all invoices for work performed or items delivered. 13. CONTRACTOR PERFORMANCE REVIEWS AND RATINGS: The City Contract Coordinator shall develop a Contractor performance evaluation report. This report shall be used to periodically. review and rate the Contractors performance under the contract with performance rating as follows: Mar3, 2810 0!27A6 AM EST p,1$ Excellent ny ofFod Laudetdaare Did 504 -10412 Far exceaRNP- quiremenia, Good Exceeds requirements Fair Just meets requirements. Poor Does not meet all requirements and contractor is subject to penalty provisions under the contact. Non compliance Either continued poor performance after notice or a performance level that does not meet a significant portion of the requirements. This rating makes the Contractor subject to the default or cancellation for cause provisions of the contract. The report shall also list ail discrepancies found during the review period. The Contractor shall be provided with a copy of the report, and may respond in writing if he takes exception to the report or wishes to comment on the report. Contractor performance reviews and subsequent reports will be used in determining the suitability of contract extension. 94. RELATED EXPENSESITRAVEt. EXPENSES: All rotated expenses chargeable to the City, such as supplies, printing, binders, etc $half be passed through at Contractor's cost. Related expenses shall not include any postage, telephone toll charges, or other charges incurred in the normal course of business. Any travel out of the tri county (Dade, Broward and Palm Beach Counties) area shall be in accordance with current City per diem rates and travel policy. No dolts for travel, meals, or accommodations shall be charged to the City for travel within the IN county area unless the Contractor's office assigned to the project is located outside this area. Proposer shall include as a part of the RFP response, all details and costs regarding anticipated travel expenses and note such costs on the price sheet as a separate line item. Contractor shall incur no travel or related expenses chargeable to the City without prior approval by an authorized City representative. Contractor shall provide, If required by the City, documentation of all actual travel or related costs. 15. NO EXCLUSIVE CONTRACTIADDITIONAL SERVICES: Contractor agrees and understands that the contract shall not be construed as an exclusive arrangement and further agrees that the City may, at any time, secure similar or identical services at its sole option. Whila this contract is for services provided to the City's Parking and Fleet Services Department, the City may require similar work for other City departments. Contractor agrees to take on such work unless such work would not be considered reasonable or become an undue burden to the Contractor. 16. SELLING, TRANSFERRING OR ASSIGNING CONTRACT: No contract awarded under these terms, conditions end specifications shall be sold, transferred or assigned without the written approval of the City Manager, or designee. 17, DELETION OR MODIFICATION OF SERVICES: The City reserves the right to delete any portion of this Contract at any time without cause, and if such right is exercised by the City, the total The shall be reduced in the same ratio as the estimated cost of the work deleted bears to the estimated cost of the work originally planned. If work has already been accomplished on the portion of the Contract to be deleted, the Contractor shall be paid for the deleted portion on the basis of the estimated percentage of completion of such portion. If the, Contraolor and the City agree on modifications or revisions to the task elements, offer the City has approved work to begin on a particular task or project, and a budget has been established for that task or prajeo% the Contractor will submit a revised budget to the City for approval prior to proceeding Mar 3, 2010 WTAS AM EST P. 17 With the Work City of Fort 1audeNe9e Bid 50470412 18. ADDITIONAL ITEMS: The City may require additional items of a similar nature, but not specifically listed in the contract. The Contractor agrees to provide such items, and shall provide the City prices• on such additional Items based upon a formula or method which is the same or similar to that used in establishing the prices in this proposal. if ft price(s) offered are not acceptable to the City, and the situation cannot be resolved to the satisfaction of the City, the City reserves the right to procure those Items from other vendors, or to cancel the contract upon giving the Contractor thirty (30) days written notice. 19. WARRANTiES OF USAGE: Any estimated quantifies listed are for information and tabulation purposes only. No warranty or guarantee of quantities needed Is given or Implied. It is understood that the Contractor will furnish the City's needs as they arise. 2o, INSPECTION AND TESTING OF MATERIALS: The materials, patterns, fabricated member and assembled or partially assembled items may be Inspected at the factory, or elsewhere, by a representative of the City at any time during the process of manufacture or until final delivery and acceptance, to determine whether or not there is compliance with the requirements of these speo4tioaiions. Approval prior to the time of final acceptance shall not preclude rejection of delivered items, which do not satisfy these specifications, 21. MERCHANTABILITY There shat) be an implied warranty of merchantability and fitness for an intended use. Any bid submittals taking exception to this requirement may, at the City°s option, be considered non - responsive. 22, INDEPENDENT CONTRACTOR: The Contractor is an independent contractor under this Agreement. Personal services provided by the Contractor shall be by employees of the Contractor and subject to supervision by the Contractor, and not as officers, employees, or agents of the City. Personal policies, tax responsibilities, social security, health insurance, employee benefits, purchasing policies and other similar administrative procedures applicable to services rendered under this Contract shall be those of the Contractor. 23. SUBCONTRACTORS: If the Contractor proposes to use subcontractors In the course of providing these services to the City, We information shall be a part of the bid response. Such information shall be subject to review, acceptance and approval of the City, prior to any'contract award. The City reserves the right to approve or disapprove of any subcontractor candidate in its best interest. Contractor shall ensure that all of Contractor's subcontractors perform in accordance with the terms and conditions of this Contract Contractor shall be fully responsible for ail of Contractor's subcontractors' performance, and liable for any of Contractor's subcontractors' non - performance and all of Contractor's subcontractors' acts and omissions. Contractor shall defend, counsel being subject to the City's approval or disapproval, and indemnify and hold harmless the City and the City's officers, employees, and agents from and against any claim, lawsuit, third party action, or judgment, including any award of attorney fees and any award of costs, by or in favor of any of Contractor`s subcontractors for payment for work performed for the City. 24, INSURANCE* The contractor shall furnish proof of Worker's Compensation Insurance, General Liability Insurance and Comprehensive Automobile Liability Insurance. The coverage is to remain in force at all times during the contract period. The following minimum insurance coverage is required. The City Is to be named EE Mar %2010 s27:46 AM EST P.18 Worker's Compensation and Smpioyer�lso �ria%%llovd Insurance e¢i 80440412 Limits: Worker's Compensation — Per Florida Statute 440 Employers Liability - $500,000 Any firm performing work on behalf of the City of Fort Lauderdale must provide Workers Compensation - insurance, Exceptions and exemptions can only be made if they are In accordance with Florida Statute. For additional information contact the Department of Financial Services, Worker's Compensation Division at (650) 413 -4601 or on the web at www.fldfs.com Commercial General Liability Insurance Covering premises - operations, products - completed operations, Independent contractors and contractual liability. Limits: Combined single limit bodily injury/property damage $1,000,000. This coverage must include: a. Coverage for the liability assumed by the contractor under the indemnity provision of the contract. b, Coverage for hazards commonly referred to as "explosion, collapse and underground°, exclusions —on construction contracts ant . Automobile Liability Insurance Covering all owned, hired and non -owned automobile equipment. Limits: Bodily injury $280,000 each person $500,000 each occurrence Prop" damage $100,000 each occurrence Combined single limit $1,000,000 (bodily injury and property damage combined) A copy of ANY current Certificate of insurance should be included with your proposal. in the event that you are the successful bidder, you will be required to provide a certificate naming the City as an "additional insured" for General Liability insurance. Certificate holder should be addressed as follows: City of Fort Lauderdale Procurement Services Department 100 N. And rows Avenue, Room 619 Ft Lauderdale, FL 33301 25. INSURANCE — SUBCONTRACTORS: Contractor shall require all of its subcontractors to provide the aforementioned coverage as well as any other coverage that the contractor may consider necessary, and any deficiency in the coverage or policy limits of said subcontractors wilt be the sole responsibility of the contractor. 26. UNCONTROLLABLE CIRCUMSTANCES ( "Force Majeure "); the City and Contractor will be excused from the performance of their respective obligations under this agreement when and to the extent that their performance Is delayed or prevented by any circumstances beyond their control including, fire, hood, explosion, strikes or other labor disputes, act of God or public emergency, war, riot, civil commotion, malicious damage, act or pmission of any governmental authority, delay or failure or shortage of any type of transportation, equipment, or service from a public Wity needed for their performance, provided that: Mar 3,20109:27:48 AM EST - p.19 City of Fort Lauderdale Bid 504 -10412 A. the non performing party gives the other party prompt written notice describing the particulars of the f=orce Majeure including, but not limited to, the nature of the occurrence and its expected duration, and continues to furnish timely reports wifh respect thereto during the period of the Force Majeure; S. the excuse of performance is of no greater scope and of no longer duration than is required by the Force Majeure; C. no obligations of either party that arose before the Porte Majeure causing the excuse of performance are excused as a result of the Force Majeure; and D. the non performing party uses Its best efforts to remedy its inability to perform. Notwithstanding the above, performance shall not be excused under this Section for a period in excess of two (2) months, provided that in extenuating circumstances, the City may excuse performance for a longer term. Economic hardship of the Contractor will not constitute Force Majeure. The term of the agreement shall be extended by a period equal to that during which either party's performance is suspended under this Section. 27, AUDIT: The City reserves the right for its internal auditor or appropriate representative to review ONLY those records pertaining to any contract awarded as a result of these documents and determine if the terms, conditions and specifications of the contract are being followed and If prices charged comply with the contract. 28. DAMAGE TO PUBLIC OR PRIVATE PROPERTY, Extreme care shall be taken to safeguard all existing facilities, site amenities, irrigation systems, vehicles, etc. on or around the Job site. Damage to public and /or private property shall be the responsibility of the Contractor and shall be repaired and /or replaced at no additional cost to the City. 29. PUBLIC ENTITY CRIMES: A person or affiliate who has been placed on the convicted vendor list following a conviction for a public entity crime may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to a public entity, may not be awarded or perform work as a contractor, supplier, subcontractor, or consultant under a contract with any public entity, and may not transact business with any public entity in excess of the threshold amount provided in Seofion 287.017, Florida Statutes, for Category Two for a period of 38 months from the date of being placed on the convicted vendor list. $0. LOBBYING ACTIVITIES: At t BIDDERS /PROPOSERS PLEASE NOTE: Any bidder or proposer submitting a response to this solicitation must comply, If applicable, with City of Fort Lauderdale Ordinance No. 040-27, Lobbying Activities. Copies of Ordinance No, C -fl0 -27 may be obtained from the City Clerk's Ofoe on the 7th Floor of City Hall, 900 N. Andrews Avenue, Port Lauderdale, Florida. The ordinance may also be viewed on the City's website at httb l( www. fnrliauderdale. gavfelarostDors /lgbhyfstercl9009.pdf . 31. BID TABULATIONS /INTENT TO AWARD: (Notice of intent to Award Contractlsid, resulting from the City's Formal solicitation process, requiring City Commission action, may be found at httpJ /www.lbrtlauderdate.gov /purchasing /notices oP intent.htm. Tabulations of receipt of those parties responding to a formal solicitation may be found at t* Jlwww. forttauderdale .gov /purchasing/bidresuits.htm, or any interested party may call the Procurement Office at 954- 828-5933. 32.. PERMITSIFEES: (IF APPLICABLE) The City of Fort Lauderdale will reimburse the Contractor for all permits and fees required by Mar 3.2010 9,VAS AM BST P, 20 Ci 0tF0ri a derdSte aid 644 -itlAl2 the City of Fort Lauderdale on a pass t�hrouglh asps of the actual cost vdth no additional markup. 33. SI1.50CIE OF 8P£CIFICATIONS The apparent silence of the specifications as to any detail or omission for it as a detailed description, conceming any specific shall be regarded as meaning that only the best commercial practices are to prevall and that only materials and workmanship of first quality are to be used. All Interpretat'wns of these specifications shall be made upon the basis of this statement. Mar S. 2010 927:46 AM EST P.21 C[ty of Pori Lauderdale Bid 504.10412 PART V - TECHNICAL SPECIFiCATiONSI$COPE OF SERVICES 01. GENsRAL INFORMATIQNANTENT: The City of Fort Lauderdale is seeking proposals from qualified vendors for the purchase and installation of approximately thirty -two (32) new electronic meters: 14 pay - and - display, 18 pay -by- space multi- space, receipt dispensing parking meters, in accordance with the Request for Proposals (RFP). The City currently has 164 multi -space meters throughout the City. These new meters will be installed in the following sequence. Anticipated purchase and installation will occur after January 1, 2010. Installation of meters In each phase shall be installed and fully operational within ten (10) working days after installation date has been determined by Director of Parking and Fleet Services or their designee. Phase 1: Approximately fourteen (14) meters for a previously metered on- street area in Himmershee Village consisting of 119 spaces. Meters are located at various locations from SW 2 "4 Street and SW 2ad Ave to SW 4 Ave and SW 2 "' Street. Parking spaces in the Himmarshee Village are pay -and- display. Phase Ii: Approximately twelve (12) meters for a previously metered area to be Installed in the City Park Garage, which has approximately 2,223 general and permit parking spaces. All parking spaces are designed with the pay -by -space option. Phase mil: Approximately twelve (12) meters for the Broward Performance Center, two of which will replace current multi -space meter In a 939 general parking space garage. All parking spaces are designed with the pay-by -space option. The estimated time for completion of each phase is as follows: Phase 1: within 0-6 months Phase II: within 6-9 months Phase Ill: Within 9 48 months The City of Fort Lauderdale reserves the right to Increase or decrease the number of meters purchased and time frame of installation during the contract period. . The City reserves the right to purchase and install additional multi-space maters to add to or replace current multi-space meter equipment throughout the City of Fort Lauderdale to be determined by the Director of Parking and Fleet Services or their designee. Parking and Fleet Services may purchase these meters during the contract period and not be limited to the number of meters listed in this Request for Proposal that can be purchased throughout the contract period as determined. As shown, the three phases will not be implemented simultaneously. The exact quantity of meters required for each phase may vary based on the placement and coverage requirements. The City of Fort Lauderdale intends to provide the tourists and patrons of the City with the latest state - oRhe art technology In multi - spaoe parking meters. We are looking for innovative meters that are fully functional in a tropical climate and durable in 140 -mile winds. The meters will also be exposed to and surrounded by the ocean's elements. The mul"paoe meter must accept the current City of Fort Lauderdale Resident Beach Card prior to contract or provide assurances under penalty that it will do so by the day of Installation, that day being agreed to between the City and the successful vendor during the project planning phase of the deployment The vendor will contact the Parking Services in a timely manner to ensure it is fully aware of the requirements for supporting the card within the context of this RFP. Mar 3, 20109:27AG AM Ear p.22 City of Fort Lauderdale sid $04 -40412 The multi -space meter (or pay station) must accept the current City of Fort Lauderdale Card provided by Paroxmart Technologies, Inc, and hereafter referred to as the "Paroxmart Card ". Specifications for the integration of the Parcxmart card, should they be required, are available under separate agreement directly from Paroxmart. It to incumbent upon the vendor to contact Parcxmart directly and in a timely manner to ensure it is fully aware of the requirements for supporting the card within the context of this RFP, The City is unable to furnish vendors directly with the necessary technical specifications. The multi space meter must also be compatible with the pay -by -phone technology offered by Vanua. Speolociations for the integration of pay -by- phone, should they be required, are available under separate agreement directly from Verrus, It is incumbent upon.the vendor to contact Vemas directly and in a timely manner to ensure it is fully aware of the requirements for supporting the card within the context of this RFP. The City is unable to furnish vendors directly with the necessary technical speolf(cations. The vendor must demonstrate the pay station's capability to accept all payment options offered by the City of Fort Lauderdale prior to contract or provide assurances under penalty that it will do so by the day of installation, that day being agreed to between the City and the successful vendor during the project planning phase of the deployment. 02. SERVICE TEST PERIOD The successful Contractor must successfully complete the acceptance testing requirements within a ninety (90) day period following Contract award and product installation, The City will accept the fully operational product(s) only when the Contractor has successfully proven the respective product to function In accordance with the RFP requirements before the end of the testing period. Performance trial and acceptance testing shall be based on the units being fully and consistently operational for a period of not less than thirty (30) working days after receipt and installation. The City will use this testing period to evaluate the products and verify that all requirements stated in this RFP have been mat. If it is determined that all requirements have not been met, that machines have experienced excessive malfunctions, errors, etc. or that resolution of any problem cannot be attained, the City reserves the right to return the products at no cost to the City. A performance evaluation will be conducted prior to the end of the test period and that evaluation will be the basis for the City's decision to continue with the Contractor or to select another Contractor. 03, DOCUMENTATION Contractor shall prov €de the City with three sets of printed hardware and software documentation and manuals with system delivery. 04. EQUIPMENT WARRANTY 1 EXTENDED MAINTENANCE Proposer shall include a two-year initial warranty on parts and materials, labor and incidentals. Proposer shall also include pricing for the CWs option to purchase up to five additional years (years 3 - thru 7) of extended on -site malntehancetsoftware support, which will be applicable after the expiration of the Initial warranty. Parking Services will be the first tine of maintenance to repair, replace or investigate concerns with the meters. if Parking Services is not able to correct the problem, the vendor shall provide on -site services, within twenty -four (24) hours of being informed. Proposer shah Include a copy of the standard maintenance agreement a$ a part of the RFP response. Such agreement shall be subject to City review, modification, and acceptancd. The City Witt conR:td or the cost of, extended "n e a as a Part of the LoLal cost of acq utsit n of the pyggo s stem Mar S, 2010 5:27:49 AM 557 P. 23 etty of Port LeaderdMe PART Vf - CONSIDERATION FOR AWARi3IAWARD PROCEDURES Bid 504.10412 The award of the contract will be based on certain objective and subjective considerations listed below; 1. Understanding of the overall needs of the O•rty as presented in the narrative 60% teohnical approach; Response to Technical specifications response submittal; required submittals (installation drawings, reports); Deliverables! Timetable; Detailed list of Offering; Overall offering features, functions, etc. 2, Experience, qualifications, and past performance of the proposing firm; 20 °I9 Includes staff, facilities and resources; iacenseslcertiticates, Insurance; Company profile; Company financial information, and References. 3. Estimated cost to the City including a two -year warranty, and City's option to 30 %4 purchase five additional years of extended maintenance, support warranty (will be based upon 7 year total cost). Evaluation of proposals will be conducted by an evaluation committee of qualified City Staff, or other It persons selected by the City. It may be a two step process, in step one the committee will evaluate all responsive proposals based upon the information and references contained in the proposals as submitted. The committee will score and rank all responsive proposals and determine a minimum of three (3), if more than three (3) proposals are responsive, to be finalists for further consideration, in the event there are less than three (3) responsive proposals, the committee will give further consideration to all responsive proposals received. If necessary, the committee will then conduct discussions, for clarification purposes only, with the finalists and to-score and re -rank the finalists proposals. The, committee wilt then make a recommendation to the Fort Lauderdale City Commission for award. Evaluation of proposals will be conducted by an evaluation committee of qualified City Staff, or other persons selected by the City. Proposers or Finalists may be required to provide an oral presentation by appearing before the Evaluation Committee or by conference telephone call for clarification purposes only, Information and references submitted will be considered In the award. The City may require visits to customer Instaltatfons or demonstrations of product by proposers as part ofthe evaluation process. The City may require additional information and Proposers shall agree to furnish such information. The City reserves the right to award the contract to that Proposer who will best serve the interest of the City. The. City reserves the right, rased upon its deliberations and in its opinion, to accept or reject any or all proposals. The Gty also reserves the right to waive minor irregularities or variations to the specifications and in the bidding process. The City uses a mathematical formula for determining allocation of cost points to each responsive, responsible proposer. The lowest, responsive, responsible proposer receives the maximum allowable points, When using this formula, a proposer that submits a cost or fee which is two times greater than the cost! fee of the lowest responsive, responsible proposer, will result in receiving zero points for cost. Mars. 20109VA6 AM Ee'i p.24 City of roit Lauderdale Bid 504-10412 PART VII - REQUIREMENTS OF THE PROPOSAL All proposals must be submifted as specified on the proposal pages which follow. Any attachments must be clearly identified. To be considered, the proposal must respond to all parts of the RFP. Any other information thought to be relevant but not applicable to the enumerated categories, should be provided as an appendix to the proposal. if publications are supplied by a proposer to respond to a requirement, the response should include reference to the document number and page number. This will provide a quick reference for the evaluators, Proposals not providing this reference will be considered to have no reference material included In the additional documents. NOTE: UNNECESSARILY ELABORATE RESPONSES BEYOND THAT SUFFICIENT TO PRESENT A COMPLETE AND EFFECTIVE RESPONSE TO THE SOLICITATIONS ARE NOT DESIRED AND MAY BE CONSTRUED AS AN INDICATION OF THE OFFEROR'S LACK OF COST CONSCIOUSNESS. UNLESS SPECIFICALLY REQUESTED IN THE SOLICITATION, ELABORATE ART WORK, CORPORATE BROCHURES, LENGTHY NARRATIVES, EXPENSIVE PAPER, SPECIAL17_ED BINDING, AND OTHER EXTRANEOUS PRESENTATION MATERIALS ARE NEITHER NECESSARY NOR DESIRED, • The proposal shall be signed by a representative who is authorized to contractually bind the Contractor. MUST SUBMIT AN DEN TIF IEa0 Y PLUS SIX (6)COPIES OF THD E PROPOSAL PAGES INCLUDIIiNG ANY ATTACHb(IENTS THE ABOVE REQUIREMENT TOTALS SEVEN (7) COPIES OF YOUR PROPOSAL ALL PROPOSALS SHALL 13E RECEIVED PRIOR TO 2:00 PM EST, ON THE DATE SPECIFIED iN THE SCHEDULE SECTION OF THIS RFP AT THE FOLLOWING LOCATION: City of Fort Lauderdale Department of Procurement Services 1.00 N. Andrews Avenue, Suite 619 Fort Lauderdale, Florida 33301 ONLY PAPER SUBMITTALS WiLL BE ACCEPTED. ELECTRONIC OR FAX SUBMITTALS WILL NOT BE ACCEPTED. ALL PROPOSALS MUST BE SUBMITTED IN A SEALED PACKAGE WITH THE RFP NUMBER. RFP TITLE AND DUE DATE CLEARLY MARKED ON THE OUTSIDE, IF MORE THAN ONE PACKAGE IS SUBMITTED THEY SHOULD BE MARKED 1 OF 2, ETC. PROPOSAL PACES ARE AS FOLLOWS: Part I Propbsai Pages - Cost. Information Part If Proposal Pages - Technical Information Part Ill' Non Collusion Statement Part IV Proposal Signature Page Part V Proposal Pages - Specification Requirements Compliance Attachments to your Proposal Met 3, 2010 9.27;46 AM Ss r' p• 25 Giy olftt Lauderdale Sid 50410412 RFP 504 -10412 MULTI -SPACE PARKING METERS PROPOSAL RESPONSE PAGES - PART I COST INFORMATION BIDDER PROPOSAL PAGE Proposer agrees to supply the products or services at the prices bid below in accordance with the terms, conditions and specifications contained In this RFP. Estimated quantities shown are for information and tabulation purposes only. ITE Ut} APiTITY RESCRIP ION 1. 14 EA Purchase and Install of Pay- and-Display Multi -space Receipt Dispensing Parking Meters 2. 18 EA Purchase and Install of Pay -by -Space Multi -space Receipt Dispensing Parking Meters 3. 32 EA Year 3 - Optional Extended On -site Maintenance /Software Support 4. 32 EA Year 4 -» Optional Extended On -site Maintenance /Software Support UNIT TOTAL Effic—S PRI $' /EA $ $_/EA $ $ %EA $ $ L !EA $ 5. 32 EA Year 5 – Optional Extended On-site $ JEA $ Maintenance /Software Support S. 32 EA Year B – Optional Extended tan -site $______ _, jEA $_ Maintenance /Software Support 7. 32 EA Year 7 – Optional Extended On -site $ !EA $ Maintenance /Software Support TOTAL COST TO CITY $ Mar $, 2010 9:27:48 AM EST p• 28 City of Fast i.auderdaie Bid 50440612 PROPOSAL RESPONSE PAGES • PART t€ TEC14NICAL PROPOSAL The following issues should be fully responded to In your proposal In concise narrative form. Each issue should be referenced and be presented in the following order. Tab 1: Letter of Interest ! Cover letter Briefly state the Proposer's understanding of the services to be rendered, and make a positive commitment to perform according to the requ€rements noted In this RFP. This letter must also confirm that all costs submitted in this RFP shalt remain firm for acceptance for a minimum of ninety (90) days front date of RFP opening, Tab 2: Professional Licenses and Certificates /Sample Insurance certificate Submit a copy of all licenses, Certificates, Registrations, Permits etc. that your company / staff possesses, Aiso'Inciude proof ofinurance In this section. Tab 3; Company profile Legal name, address, telephone number, faxes number, email address, web page address, etc. of the proposer, together with legal entity (corporation, partnership, ate.) Firm must be established as a legal entity in the State of Florida, Provide hours of operation; Years In business; State whether the firm is local, regional, or national; Provide addresses and phone numbers for Headquarters and other relevant offices if applicable. Tab 4: Joint Venture If submitting as a joint venture, submit a copy of the joint venture agreement including the financiai agreement between the parties and the percentage of participation of the parties Tab 5: Disputes, Litigation and Defaults — Appl€oant shall disclose the results, including amount of settlement, if any, for all prior litigation, arbitration, mediation or other claims €nvoiving the applicant or any consultants for a period of Five years prior to the submission of this proposal. Tab S: Qualifications / Experience Describe ffrri s experience, detail projects done within the previous three (3) years. Tab 7: Staff • Give a complete list of the number of managers, supervisors, and other staff employed at the compound site from which services will be rendered. Identify the staff members who will provide the services, including staff from other than the local'site, if necessary_ include their experience. Tab S:Technicai Approach Describe the services proposed by your firm and your implementation plan for this contract This section must address the required services noted In this RFP, and how your firm plans to provide them. Tab Milestones, Deliverables and Proposed Benchmark Timetable As part of the project approach, the firm shall propose a scheduling methodology for effectively managing and executing the work in the optimum time. Such timel €ne information and proposed dates shall Include, but not necessarily be limited to: delivery, Installation, diagnostic testing, training of designated personnel, and other phase related oomp€el€on dates, In accordance with the RFP specifications. Tab 10: Financial Documentation Financial statements and annual reports of corporation of the last two years, Including the last two (2) most current years of audited financial statements: A copy of the flails Dun & Bradstreet rating for the last two years should also be provided (if available), If a Dun & Bradstreet rating is not available please Include relevant financial reports for the last two years (i.e., the firms annual report andlor audit), if the proposer Is deemed to be financially unstable by the City's Finance director or designee, the City, may deem the proposal to be non - responsive. Mara, 2010 927:45 AM £eT P.27 City of Port Lauderdale Bid 50410412 Tab 11: References A Het of current and former major accounts along with contact persons name, email address and phone number(s) This list should include accounts that represent company s experience with amities of similar size and exposures as the City of Fort Lauderdale, Tab 12: Submittals (Include) (1). Respondent shall provide samples of reports along with their proposals. Respondent shall also include brochures and manufacturer's specifications for all requested Items, (2). provide installation drawinbs and specifications. Tab 13: Warranties f Extended Maintenance And Software Support Proposer shall state the Initial equipment and software warranty. Also provide Information for extended maintenance and support services that are available after expiration of the Initial equipment and software warranties. Information shall Include specific details on the type of coverage and all exoluslons, if applicable. Proposer should submit information for on -site warranty services for the system proposed, in accordance with the RFP speolficaffons, Respondent shall provide copy of standard maintenance form. Tab 14: Detailed list of Offering Provide a detailed list of all hardware, software, Included In your proposal price. Tab 16: Cost (Proposal Response Page, part 1) materials, components, and other incidentals that are Tab 16: Non- Collusion Statement (Proposal Response Page, Part 1€1) Tab 17: Proposal Signature Page (Proposal Response Page, Part IV) The proposer understands that the information contained in these proposal Pages Is to be retied uppn by the City, in awarding the proposed' Agreement, and such Information Is warranted by the proposer to be true. The proposer agrees to furnish such additional information, prior to acceptance of any proposal; relating to the qualifications of the proposer, as may be required by the City. COMPLETE AND RETURN THE REQUIRED NUMBER OF PROPOSAL. PAGES A4t7 ATTACHMENTS, PROPOSAL ID NTIFICATION: If mailed, please Indicate on the face of your seated proposal package the following: RFP NO, 504.10412 OPENS 01!13110 Mar3, 2010 927A6 AM EST p.28 PP2OPOSAL RUM49MGM - PART Hf Bid 5D4,10412 NO -COL OION §TAT MEN By signing this offer, the vendor /contractor cerfifies that this offer is made Independently and free from collusion. Vendor shall disclose below any City of Fort Lauderdale, FL officer or employes, or any relative of any such officer or employee who is an officer or direcfor of, or has a material interest In, the vendor's business, who is in a position to influence this procurement. Any City of Fort Leuderdata, FL officer or employee who has any input into the writing of specifications or requirements, solicitation of offers, decision to award, evaluation'of offers, or any other activity pertinant to this procurement is presumed, for purposes hereof, to be in a position to influence this procurement. For purposes hereof, a person has a material interest if they directly or indirectly own more than S percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain if the contract Is awarded to this vendor. 3.3. City employees may not contract with the city through any corporation or business entity in which they or their immediate family members hold a controlling financial interest (e.g. ownership of five (5) percent or more). 3.4. immediate family members (spouse, parents and children) are also prohibited from contracting with.the City subject to the same general rules. Failure of a vendor to disclose any relationship described herein shall be reason for debarment in accordance with the provisions of the City Procurement Code. Nt,AM. RELATIONSHI" in the event the vendor does not indicate any names, the City shall interpret this to mean that the vendor has indicated that no such relationships wrist. Wr 4,2010 92rk6 AM MT P.29 PROPOSAL. RESPONSE PAGES ?VAWf1WVb/PROPOSAL SIGNATURE PAGE Bid $04-10412 How to submit bids /proposals: it is preferred that bids /proposals be submitted electronically at www.bids ny, 0_0_DM, unless otherwise stated in the bid packet, if malting a hard copy, it will be the sole responsibility of the Bidder to ensure thatibe bid reaches the C ty of Fort Lauderdale, Cify Nall, Procurement Department, Suite $19.100 N. Andrews Avenue, Fort .Lauderdale, Ff. $3901, prior to the bid opening data and time listed. Bids /proposals submitted by fax or email will NOT be accepted. Please referto Part VII for specific instructions for this RFP. The below signed hereby agrees to furnish the following arlicle(s) or services at the price(s) and terms stated subject to all Instructions, conditions, specifications addenda, legal advertisement, and conditions contained in the bid. i have read all attachments including the specifications and fully understand what Is required. By submitting this signed proposal I will accept a contract if approved by the CITY and such acceptance covers all terms, conditions, and specifications of this bid(proposal, P—leaso MeW, If responding to this solicitation through BfdSyne, the electronic version of the bid response will prevail, unless a paper version is clearly marked b t a fdder In some manner to Indloate that it will supplant the electronio version. Submitted by: (signature) (date) Name (printed) Title: Company: {Legal Registration) Address: City Sfate:p Telephone No FAX No. F--MAIL: Delivery; Calendar days after receipt of Purchase Order (section 4.02 of General Conditions): Payment Terms (section 1.03): Total Bid Discount (section 1.04); Does your firm qualify for MBE or ME status (section 1.08): MBE V..___. VIBE DDENDUM A EDG ME - Proposer acknowledges that the following addenda have been received and are Included in the proposal: Addgridum No. Date 'lamed MRn the bid documents and referenced in u e space provided betaw. if na statement is coma ned fn the below space. it is hereby imDlled that your bidlorouosal complies with the full scope of this solicitation. HAVE YOU STATED Variances: revised 8 -8-08 Mar 3, 2610 "T-.46 AM FST p.30 City of Fon Lauderdale Bid 504.10212 PROPOSAL PAGES . PART V sPECiFiCAMN REQUIREMENTS COMPLIANCE Complies With Specification Requirements A. GEN9ML 1. Respondent shall use a local distributor to provide support for initial . installation, training, parts and warranty service. "Local" Is defined as close enough to the City of Fort Lauderdale to provide twenty - four (24) hour responses to software and hardware requests. Travel shall be at no cost to the City. Y N _ 2. Machines must remain fully functional in abnormal street conditions like excessive heat (Internal Operating Temperature of 0 T to 140 °F), humidity, rain, bait, grime, vibrations, saltwater spray, etc. Y N S. Ail machines shall be constructed with new and unused, rugged materials and meet "Year 2008" compliance requirements, Y— N,._..,. 4. Respondent explain preferably In a Visto Diagram, how its computer network processes the flow of magnetic stripe and microprocessor type smart card information from the pay stations to and from the bank or electronic financial transaction authorization network. 8. Respondent must be prepared to agree to a 90 day trial period with at least four (4) fully functional meters to be tested in at least two (2) different locations in the City before the remainder of the meters are scheduled for installation. Y N _ G. Respondent describe, in detail, all of the equipment you propose to use. 7. Respondent also describe in detail your plan for pay station auditing and reconciliation procedures that track electronic revenues from the pay station to the financial clearinghouse. The clearinghouse system must conform to international Standards Organization (180) standards for authorization massages. The ISO standards, as amended from time to time, are deemed as being incorporated by reference herein. All electronic processing must utilize an SSL gateway, provide at a minimum 128 data encryption, and conform to all Visa and MasterCard requirements. Mara. 2010927:46 AM SST P. $1 G9ry ofFOrEtauderdate S. The vendor must have a toll free support number for troubleshooting both software and hardware including a contact number for after hours troubleshooting). Y 9. Any software and hardware backups needed shalt be available within twenty-four (24) hours. Y r . 10, For newly installed units, the City of Fort Lauderdale Parking and Fleet Services Department reserves the right to Install the base and the local distributor will supply a fully operational pay - station at the City of Fart Lauderdale Parking and Fleet Services selected location. City of Fort Lauderdale Parking Services will take possession of new units at the point of installation. Y,,,,_, 11. Machines must have the capability of being converted to pay- by-space, Describe time frame and any costs to the City. , Bid 604.10492 N....4... N _ N,_„_,,, Z YR,_., N B, BASIC §YS_TPM LREgUIRW51NIT 1. Systems must be capable of functioning as a single unit or operate In a networked environment with the application and database Installed on a server and controlled using back office software. Y,,,,_,„,, N __.__ 2. The software shall facllitate the management of communications, rates, maintenance, collections and audit functions, whioh can be communicated to the meters, remotely, using a back office computer. Y „,_,,.,,,, N 3. Machines must be able to run off solar with standard locally procured batteries. Y _ N 3a. What type of batteries are required for your product? 4. Vendor should specify Machines minimum transactions on back-up power, without error. 7 5. During power outages, all machines will operate in a stand -alone i capacity and store accumulated data In memory. Y, N I 61 A separate backup battery must be supplied to sustain the clock, .. calendar, audit information and RAM in the event of a main backup i system failure or during battery replacement. Y N T. Machines shall have optional language capable of being programmed at the machines. Y N Mar 3,2010 9:27:46 AM EST P. 32 City of Fort Lauderdale sia sad -10M 8. The Respondent shall explain in detail the ability of pay -by -space meters to provide Information on paid and /or unpaid parking spaces in pay -by -space lots by obtaining a listing from the meter, a web - based program or other options that are compatible with current devices used for parking enforcement. Y 9. Machines shall display specific `out of order conditions and should operate with the malfunctioning status, until serviced. Y 10. Machines shall havethe ability to allow credit card transactions when communication is offiine. While communication capability is oiffine the machines will store all credit card Information and process the transactions immediately after communication has been restored. C. CUST6LgER OPgRATION 1. The pay stations must operate with coins, bills, credit(debit/smart cards and pay by -phone technology In a manner that allows customers to follow simple printed, digital and/or verbal Instructions to complete the transaction quickly. 2. Instructions should tell the customer what to do first, and then lead them through the transaction in approximately 45 seconds, The last mandatory instruction for the pay -and- display machine shall be to advise the customer to display the receipt on the vehicle dashboard. 2a. Approx. how many seconds does your product take to perform this feature? 8. Explain the capability of the pay, station to accept a "PIN" number when using a "DebiV or "Credit" card, and it there Is an additional configuration cost for this option, what that cost would be, O. Cl$,R9NCY ACCEPTEp Y Y Y,,_,,,,, N — N — N N— N — Mar 3, 2010 $2M46 AM EST P. 33 I or 0Orl alt to Bid $04.10412 1, Machines accept US currency in deno�na�lons o`�`��, $2, $5, $10, & $20 bills, mokels, dimes, quarters, "SBA" and "Gold" dollar coins, magnetic striped credit cards with and without embedded Smart Card chips and the City of Fort Lauderdale Parking services resident beach card. Respondents• are responsible to ensure system compatibility • with current single applicatkm ENV chip parking card. Ail machines must be capable of upgrades with US currency modifications. Y_ N E. HOUSING 6W PEDIESPAL 1. Respondents shall state the specifications of the pedestals and housings, specifically including metal thickness, height, width and depth in inches and the weight in pounds of machines (with and without pedestals), tensile strength and gauge of metal. Respondents must provide a description of their product housing, including materials and thickness, and how the design secures the unit against attempted theft. 2. The Respondent shall provide all results of tests that have been performed to determine the durability of the cabinet pedestal and any applicable finishes. 3. Provide installation drawings and spacifioafions. May 8.2010 8^.27:46 AM EST p.84 4. Describe how looks can be integratedU each unlIn the cash box access doors and provlape yourtl4 ?2 separate price for this Item if the City chooses to utilize this feature (for informational purposes only), 51 Describe how cash collections wilt be performed showing collection and mechanical access as separate areas and functions. 6. Confirm that the meters will meet the following environmental standards: 11 stainless Steel case 2. seated to prevent internal moisture 3. silicone gaskets, if applicable, for solar panels 4. All exposed and internal parts anti- corrosive 5. Protective covering around exposed openings. Y N 7. Confirm that the entire meter mechanism shall be enclosed In a stainless steel, durable, weather resistant housing constructed of corrosion resistant non- brittle metal of such thickness as to resist tampering, graffiti oY abuse. Y _ N 8 Paint should be seat coated, high quality and weather resistant, and provide a tough, scratch - resistant and easily cleaned surface. Unit must also have a double zinc primer. Provide description of products to be used by Parking services personnel for preventive maintenance for corrosion of housing units, and mounting anchors and bolts. Y— N 9. Machine apertures such as, but not limited to, the coin return, receipt dispenser and card reader must be designed and/or shielded to discourage vandalism, Insertion of foreign material or other efforts to deliberately Jam4he unit. 10, Aperture design should prevent damage from the insertion of any type of commercially available pyrotechnic device. Y.�.., N� 11. Machines shall not allow any tampering with its internal functions, to prevent any time to be given in any manner, other than the Irisertion of a valid coin or card. Y N Mar 8, 2010 ikMAO AM EST P. 35 12. When installed, Meters shall meet app %a�irie l requlremanis. All Bid 50440442 coin and card aperture locations must be compatible with Americans with Disabilities Act (ABA) requirements - the centerline of controls shall be no more then 42 inches (1,085 mm) above the pedestrian access route, Y, N 13, internal humidity should be controlled utilizing a tan or other proven means. Y N Va. What means does your product provide for inter'nai humidity? 14. "' The Housing shall have a door alarm sensor set to activate when the front door is opened 118" or more. Y N__ 15. , Housing includes high security multi -point locking bar. Housing locks shall be high security locks keyed with a proprietary combination developed exclusively for City of Fort Lauderdale Parking & Fleet Services. All locks shall be high security looks with anti -drill protection. Y„____ N _.___. is. Machine housing should have separate compartments for maintenance and coflsciigns..Separata keys shall be available to prevent maintenance personnel from accessing the collection area and vice versa. Y N 17. There shall be no access to the money in the cash box when the upper or lower housing is opened for maintenance or collection. Y N 18. The vendor shall supply two (2) bill boxes and (2) coin boxes per unit. Y N 19. The vendor Wil supply two (2) sets of access keys for each meter. . Y N F, Revenue Collection Cantsters The following security measures, although not llmifed to shall he Included with each bill orcoln box: 1. The collection boxes shall have a security locked keyed system separate from the Machine's other compartments. Y 2. The bill boxes shall be protected by a looking system only allowing access to the bills with the correct key. Y,,,_,„„ N w Mar S, 2090 9VAO AN EST p, s$ 3. 4. B, 6. 7. 8. 9. 1n. ' 11. i 11. �yt % on La' e"Me The coin boxes stlalE be protected by a torck ng system only allowing access to the coins with the correct key. Y The collection boxes shall have a handle for easy handling.. Collection boxes shall be strong, lightweight and manageable. Y A closed coin path shalt direct coins to drop into a locked coin box. Y The collector shall not have access to the coins in the coin box during the collection process. Y The collector shall not have access to the bills in the bill box during the collection process. Y— Coin box should hold a minimum of $600 worth of U.S. coins. Y The bill boxes should have a maximum capacity of at [east 1,000 _ bills. Y 8111 boxes must mechanically stack notes when accepted Y__:__ The removal of the bill stacker shag trigger the recording of an audit report specific to the bill collection. Y — Sid 604.10412 N�� N _ N N� N N N_ Give description of available colors and materials used, including Materials Safety Data Sheet (MSDS). 12. Resistance to corrosion. Y- 2. DISPLAY 1. Respondents describe the capabilities of the display screen used in your pay station. 2. Respondents explain language choices avatlable for display, must include but not limited to English, Spanish and French, and how language(s) are selected. 3. Pay station displays shall be baokiit. Y— N — Mar 3, 2010 9.27A AM EST {1.37 4, The unit must have a LED screen w #.Y Ofhig 4auaeso uti fit 9 - reso utEOn display, Slit 59w1p417. which is easy to read in various fighting conditions including bright sunfighL Y _ _ N 5. The screen must be protected by a security cover, vandal resistant, weather proof and corrosion resistant. Y— N S. The screen should be modular and easily unplugged and replaced with basto tools for easy services. Y N 7. The display should be able to accommodate custom messages, which can be programmed and transmitted to the meter remotely . using back office software. Y N 8. Messages should be updateable through the supplied back offioe software and downloadabie to individual or multiple units via two - way communication. Y N j'91 Machine display should include time of day, increments of payment, amount entered and time purchased and an indication the time of day when the amount of time paid for will expire. Y _ _ N _ N. t LECTRIGAL AND E CTRQNEC 06 PO EN75 1. The sub - assemblies of the meters shall be modular in construction to provide easy servicing through on site plug -In, replacement of parts. 2. Respondents shall explain how unit components are protected from moisture, dust, lightning, saltwater, adverse weather, and other factors that might cause an operational failure of a component or the Machine. 3. All assemblies shall be electronically grounded and compliant with local codes for eiectricallelectronic equipment. Y N - 4 All circuit boards and internal components are to be environmentally seated, highly water - resistant and operate in conditions of over 95% humidity. Y _ N All assemblies shall be electronically grounded and compliant with local codes for eleotricall electronic equipment Y N __ 51 All electronic connection plugs should be physically differentiated and must only fit one way. Y N _ Alarm Mar 3, 26199:27:46 AEA EST p.36 C t of F rt der le 61d 604- 10212 1. Should have a minimum of 100 dec3be� �ocai, �raoniTift(iamper alarm Installed, with an alarm to PIC, and automatic alarm paging capabilities. The sensitivity of the alarm must be adjustable and all alarms must be transmitting via the back office software, email andfor automatic phone notification Y,,,.,,,,,,,, N- 2. Respondents may describe, other message capabilities that may be available on their product. Machines shall be able to send alarm notifications via w1raless for all of the following reasons, within 30 seconds of each occurrence., 3. Cash box status Y_ N _,__, 4. Alarms(VibrationITIlt) Y,_.-,,,-.. N — 5. Attempted theft of Machine Y — N — 6. Machine out of order Y„_,,,,,, N _____ 7. Open door Y,_,,,,.„ N..---. 8. Paper supply low Y N.-- 9. Low battery Y _ _ N ..--- % Powerfailure Y _ _ N..-.- 11. Gard reader out of order Y _ N — 12. Coin chute jammed Y_ _ N _.--.- 13. Machines must have built-in diagnostics software that retards and stamps date and time of all operations events (warnings, machine failures, resets, low battery, maintenance functions, etc.) for reports to the communications center. Y'— N J. BILL 1. Machines shall accept any combination of the following denominations of currency: One, two, five, ten and twenty- dollar, as well as newly Issued US Currency Y „„,_._ N — 2. The bill denomination acceptance shall be programmable. Y — N 3. The bill acceptor will be capable of accepting new versions of U.S. bills through simple software updates. Y 4. it shall accept bills in any possible direction and be capable of recognizing counterfeit currency. Y._....... N 5. Counterfeiting detections shall be updated as required at no cost to the City Y,_,,,_, N 6. Currency accepted the meter shall be stored in a locked .by mechanical stacker that Is not accessible from the maintenance section of the meter. Y..,,_..... N _..._.. 7. Machine will transmit to the server via wireless transmittal methods every time collection boxes are removed. Y,,,_,. N — 8. The bill acceptor shall be easily removed for servicing or replacement. Y _____ N _ Mar 3,2010 %ZMAM EST P.39 cav of Fort Lauderdale Bid 5044002 91 It must also transmit all audit information via wireless, as well. Y— N 10. The acceptor slot should have a plastic cover to prevent weather Intrusion. Y _ N K. DWIT1CREDIT CARS? OPERATION 1. Respondents identify and Itemize all supporting equipment to support In -house operation and maintenance of a credit/stored value card system. L. CREDIT AND SMART CARD READER 1. If the card slot is jammed (inoperable), the machine should still accept coinslbiiis -forms of payment. Y N 2. Unit card readers shall be equipped With SAM's capable of accepting multiple smart card schemes, such as Mastercard and Visa. Y N Mar 3. 2010 MOM M BST p.40 Respondents must provide a card reader system: 2. That reads and accepts approved magnetic strip oredit cards with and without embedded Smart Card chipps Y N 8. That accepts the City, of Fort Lauderdale Resident Beach Card. Respondents Is responsible to ensure system compatibility with current parking card system. Y 4. That accepts the Paroxmart Card Y _ N 5. Credit card transaction data shall be authorized, real -lime and sent to _ a remote server for processing as per City of Fort Lauderdale Parking & Fleet Services established communications media. ' Y, u N 6. If operating in Off-line mode, transactions may be considered based on software capabili43es to set purchase limits. Y _ N 7. Respondent shah also Identify the ability to prepare and load lists of credit cards that the machine will not accept "Slack Lists" via City of Fort Lauderdale Parking & Fleet Services established communications for use when the machine communications are off - tine and the credit card transactions are being stored for later processing. I Y _ N 8. Respondents must provide the number of cards that can be "black listed ", and number of cards Machine can store in memory. # of cards that can be `Blacklisted" # of cards that can be stored In memory L. CREDIT AND SMART CARD READER 1. If the card slot is jammed (inoperable), the machine should still accept coinslbiiis -forms of payment. Y N 2. Unit card readers shall be equipped With SAM's capable of accepting multiple smart card schemes, such as Mastercard and Visa. Y N Mar 3. 2010 MOM M BST p.40 3. These will Include the concept of coaperaAve use of cards S d b0410432 programs among pay stations, and single space meters in City of Fort Lauderdale, M. COiN ACCEPTOR 1. The coin acceptor shall be electronically operated and shall register no less than 98 % of valid Coins. Y — N 2 Coin registration shall be locally programmable by Clty of Fort Lauderdale Parking & Fleet Services personnel, Y N 3, As each coin is inserted and passes through the coin acceptor, Its value and time purchased is registered on the display. The machine shall then record'the, transaction and secure all coins in a locked coin compartment constructed of a rigid material and located in sn area separate from the mechanical components of the meter. Y N 4. Coin recognition shall include nickels, dimes, quarters, and dollar coins. Y _ N 6, Rejected coins, forotgn coins, slugs shalt be immediately returned via the coin return outlet. Y _ _ N 6, There shalt be a prompt means to clear bent coins and counterfeit material that may jam the coin acceptor. Y N 7. Coin acceptor must have an anti -pull back mechanical feature in coin chute, Y _ N Machines shall contain: B. An automatic Coin shutter, which will open for coin insertion, but not for plastic, wood, cloth, and all non -metal objects. The coin slot shall have means to prevent Insertion of foreign objects. Y .,_,,,,, N _„,_ 9. The coin mechanism should be able to reject foreign coins and slugs Y, N ____ Machines shall be able to accept at least 4 different user defined Coins through software parameter change only. Y _ N ____, 1 a. Machines shall have a built in feature that prevents Coin and debit card transactions used for testing purposes from registering in the total revenue register, Y_ N — 11, All coins shalt be accepted through a single slot. Y,- ,_,,,,, N 12. Removal, replacement, or repair of the coin slat should take less than two minutes. The coin slot must meet all ADA requirements. Y N 13, if the coin slot is jammed (inoperable), the machine should still accept bills, credit or smart card forms of payment. Y, N� Mar 3, 2010 9r,27'-46 AM EST p.41 N. PRINTERAND RECEIPT PAPER City Of Fort Leuderdate 914804.10412 1. Meters must utilize thermal or non - thermal printers (no ribbons) with limited moving parts and with immediate access for cleaning, the paper path. Y N -- 2. The printer shall be easily removed for servicing. Y _ _ N S. Printer intensity should be adjustable. Y N 4, The printer shall be non - proprietary and available at the City's discretion from an independent source. Y,�._.. N 8. Respondents must provide specifications of receipt paper Y N 6, Rdoeipt paper shall be a continuous single roll or stack of direct paper. 7. Receipts shall printwifhin ten seconds and shall have a high degree of quality and legibility. They must remain legible after remaining inside a vehicle In direct sunlight and heat for 24 hours. Y N 8. Respondents state the approximate, number of customer transactions per roll or stack of receipt paper. 9. Rpoefpts shall be available with custom printing /graphics as designated by the City, Y .._ N 10. Receipts shall display °RESIDENT" abng with the card number when the City of Fort Lauderdale Resident Beach Cards is used Y„ N Q. TRANSACTION STORAGE AND PROC 1NG 1. All transactions shall be stored In a password protected secure database file format with authorized user importlexport•capabliity. The database must be either SQL server or Oracle. Y N 2. With a minimum of 128 enoryption, respondents shall state any methods of encryption or other security measures taken to meet the minimum of 128 encryption. 8. a Transactions shall be tracked and identified via sequentially numbered series. Y Transactions, diagnostlo data and security access exoeptbns shall be stored in separate and protected memory areas in nonvolatile memory. Thls data shall not be manipulated with system software. Y N- N — Mar 3, 2010 027,4$ AM EST p.42 51 System loss shall not cause the `(ossOvereac�4on history. Y— N �a sca�nal2 power S. Respondents shall state the average number of transactions capable of being held in memory before overrun occurs. Y, ,,,,_ N 7. Transaction history shall include individual, hourly, daily and monthly transactional history reports. Y — N 8. Provide the ability to automate the transfer of meter revenue data to an externat system, Create a CSV file of revenue data, summarized by meter #, colleoiion date and currency type (coins, bills, credit card, smart card, pay -by- phone, etc.). Y — N 9. The system shall utilize a minimum of three transaction- processing modes, on -tine, networked, and off-line. Y N 10. Ail transactions reports with the Resident Beach Card shall Include the card number. P. RE_AL.TlMg CLOCK 1. The meters shall automatically adjust for daylight savings time according to Eastern standard Time as of 2009. Y— N_ 2. The meters shall be equipped with a programmable time of day clock that is accurate to 30 seconds per month. Y ,,,,,,_, N 3. The clock shall operate continuously and shall also track the year, month, day, and day of the week, Y N 4. The clock will remain operational during battery changes and power losses. Q POWER MANAGEMENT 9. Respondents shall state the following: • Meters primarily run on solar power and solar power is used to charge the battery. • Meters run primarily on solar power and the battery is the backup power source. • The solar powered machine must have the capability to complete at least two hundred (200) transactions per day without requirement to recharge the battery. Mar 3,20105,' VAS AM EST p.43 2, Respondents shall state battery cant €g rai�on e�sizo, voltage, M604.10412 location and number), normal, battery Reid life and expected Y N _,_, transactions when running on battery only. TYPI3 SIZE VOLTAGE LOCATION _ NUMBER R Rz,BOT9 Desktop reports shall be available to system managers by form fill queries or simple queries, Y _ r N 2 The reports software should provide report capability on all information gathered. Y N Report properties should be userdefinable. They should contain the following. 8 Cumulative totals of all cash and card transactions Y 4, Type, date, time and type of all alarms Y _ _ N 51 Date and time of all maintenance transactions Y N 6, Maintenance activity by location number Y N T. Maintenance soiivity and operational status Y'....,_. N 8. Maintenance act vity by type Y N 9. Date and time of collection Y N 10, Machine identification Y, N '11, Machine location Y,,,_,_ N 12. Sequential collection number Y N 18. Total amount of money in the collection Y N 14. Total card usage Y N 15, Total cash in bill container (reat thne) Y N '16, Total cash In coin container (real-time) Y , _ N 17. Revenue by location number Y _ N 18. Revenue by collection area Y, _ N �---._ 19, Revenue by maintenance route _ Y _ N 20, Total number of tickets Issued Y w N 21. Total number, value, and type (credit card and /or stored value card) of card transactions. • Y N 22. User log on history and activities Y _ _v N 23. Exception report for units not repaired ' Y,,,,,,_„ N 24. Operational status by unit Y N 25. Daily collection report with location numbers and audit Y N 27. Exception report for units not collected Y N 28 Provide the ability to automate the transfer of meter revenue data to _ _ an external system. Create a C8V file of revenue data, summarized by meter #, collection date and currency type (colns, bills, credit card, smart card, pay by cell, eta). Y N Mar 8, 20109:27:46 AM EST p. 44 City of Fort Lauderdale S. COMMUNLCATIQMYSTEM 'iV}A -MSS L Bid $04-10412 1. Respondents must describe, in detail, all of the equipment they propose to use and the security measures employed to protect date access and Integrity. 2. Respondents shall explain, in detail, how their wireless two -way communication system works, including technical (components, frequency, etc) and practical (On line, real time status) elements and Identify all costs per multi -space meter to the City. 3. Respondents shall explain average tlme of repair and audit fransaatians, under normal operating conditions, for both wireless, two-way and hand held communication. 4. wireless two-way communication must be operable in the City's garages Y _— N- 5. Machines shall be capable of wireless two -way communication to a remote communication center to transmit flnencial and activity reports and unit status. Y—, N 6. The clearinghouse system must conform to international Standards organization (I80). standards for authorization messages. Y N • _,_,;, 7. Access to City of Fort Lauderdale Parking Services data shall be secured, at a minimum, by password protection and shall include multi -level access control. S. The software must supply reports for revenue, maldtenance, and /or space usage. information that must be transmitted Includes; but Is not limited to: 9. Cash box status (lower limit warning when coins reach a programmable amount and an upper limit warning when the Machine shuts down) Y N Mar% 2010027ASAMEST. p.46 % Alarms (attempted theft of Machines,o{vi oRine oueol order, door open, out of paper, etc.) Y — 11. Management data consisting of purchase of time (occupancy), time bought intervals (duration), type of transactions (coin and card with ainounis paid) etc. Y— Machines shall: 12. It shalt record and store the numbor.of valid coin, bill and card transactions and shall be accurate to 98% of actual deposits. Y.,_.., 13. Transmit data to remote communication center cash box status management data (occupancy, duration, etc.) Y 14, Make multiple attempts if reception of the transmission is not confirmed by the communications center The communication center shalt: 15. ;,. Make multiple attempts if card payment does not clear Y_ 16. , Transmit expiredlinvaild card lists to units via two-way communication Y _ 17 The software w611 facilitate the management of communications, rates, maintenance, collections and audit functions, Y — 18. Group units for common messaging - assign Machines to predetermined groupings Y - parades and other community events Y T. SYSTEM NIANAGEIVISNT SQFTWARE 1. State all Methods of Encryption and other software security features. Bid 50410412 N- N N N N N- N N Z All credit card reports, from the back office software, Should balance to the clearing' house transaction reports daily Y„„,_,,,,, N _ S. Machines are fully programmable. Field programming is to be accomplished by City of Fort Lauderdale Parking Services Department staff, using any of the following for ail. parameter changes: Y N Wireless two way transmission Y N Y Hand held, and laptop using Infrared, RF, or Bluetooth protocol Y,,,_,_„ N 4. The System management software shall be configurable in a single- station andfor networked fashion. Y 5. It should be intuitive, cdnvenlent, and easy to use. Y N Mare, 2010 927:46 AM EST p.40 Cily of port Lauderdale Bid 60410412 6. pate stored In the software package shall be designed to allow for the easy Import and export of all necessary data to fully Integrate the system into other data base systems. Y ____, N 7. These and all features of the software must be password controlled with access levels assigned by City of Fort Lauderdale parking Services designated System Administrator. Y— N — Mar 3, 2010 8:27:46 AM EST p.47 The System HostlDesktop Management Software should: S. Allow user to select options at the end of a rate period to include. allowlnot allow purchase of time exceeding the sbifl/rate maximum, allowlnot allow purchase of time elapsed at the end of a ratelshift period, allow /not allow user to purchase time through a specified e11ift down time at no charge, allow /not allow purchase of frne through a closed day at no charge. 9. Allow the user to select the rate for each individual day and have the ability to designate a day closed, or "free parking" day. 10. Allow user to configure a secondary daily rate structure to be activated by a specified day. Y— N 11. Allow time to be purchased at a minimum of 15- minute blocks or by 12. the minute. include at least rate tables for editing. Y „_„,,,, N Y," N 13. Include a minimum of 3 shift per rate table. 14. Rate tables allow user to select from the following options, select the time of day that each individual shift will begin, set the maximum amount of money that will be accepted in a given shift, set the expire time of a given shift, allow the purchase of multiple days, allow multiple day purchases to be either 24 hours from purchase date or 24 hours from expired time of a shift, allow for a period of time during a shift that the system will shut down, able to set a per minute rate, able to select the number of 15 minute blocks per hour and the rate to be charged for the 15 minute blocks, and is able to automatically print a receipt The rate table must be capable of being adjusted remotely using the back office software. 15. Allow rates to be edited by the hour. Y N 16. Allow a minimum time purchase to be set. Y _ N 17. Configure length of time the audible alarm will sound. Y N 18. set the start of a day. Y _ _ N 19. Allows for an option to printtnot print recalpts. Y ____, 20. Set a maximum number of flckets to be sold in a day. Y,_,_„,_, N 21. Set an amount that no bills above that amount will be accepted. Y— N _ 22. Set the maximum amount of money that will be accepted. Y — N ,„__,_. 23. Select whet to do during a printer error. Y — N _____ 24. Set/modify credit card parameters to include: Enable /not enable credit cards, acceptinot accept American Express, MasterCard and Visa, accept/not accept a credit card when off-line, set minimumlmoxfmum credit amounts and set a default amount. Y — N 25. Accommodate a minimum of 50 spaces per machine. Y:__,_, N Mar 3, 2010 8:27:46 AM EST p.47 I eityoi FOd Lauderdale 26. Vary rates by stall range. Y 27. Set an expiration window to show expired/going to expire stalls, on password protected. Y— enforcement reports. Y 28. Set an enforcement access code. Y 29. Set an inactivity time -out for the baokiighfioverhead light. Y $0. Modify the printed receipts. Y 31. Set an "out of service" phone number. Y' v 32. Preset charge for special rates, which can be remotely updated by using the back office software, • Y 33. Does not allow for user manipulation of audit historical data Without All system phone numbers are held in a phone directory for ease of an audit trait of manipulation, Y 34. Ail remote programming must be allowed using standard N 46. communication protocol, Y Machines must have built -in diagnostic software that records dates software. 35. and "lime stamps' all operations events (unit failures, resets, low 47. Able to set software to a wait Incoming calls from a remote site. battery, eto) for reports to the command center. Y 36." Upon cycling through the dlagnos6e mode, Machines shall be able to update the display status; display appropriate messages, and Able to process all transaotions, and backup, exception log, send diagnostic reports to the communication center. Y,•,,,,,,,,_ 37. Self- diagnostic mode should be Interrupted if a higher priority task Is . queued (a customer at the unit paying for parking has the highest priority). Self - diagnostic results can optionally be sent to the communication center. 38. The system will report the status of each machine to aIcentral server indioating status and alarm conditions (maintenance needs and out -ofa+rder conditions). The communications system shall also provide neat -time nottlication of collections, maintenance, alarms, revenues, and Individual patron transactions to the City of Fort Lauderdale Parking Servioes. Y 39. City of Fort Lauderdale Parking Services shall be able to modify rates and hours of operation via the communication software and ' upload this new configuration to individual meters or any combination of networked meters. Y The system communications software should, 42. Od 504 -10412 N N- N N _,... N- N I N N N Mar% 20109:27ASAM rSr p. 48 Be PCI compliant for transmission of Credit Card data and password protected. Y— N 43. Communications software includes the following options, dial modem, hang -up modem, and wait for call, receivelsend audit commands and lot functions. Y„___,,, N 44. Accesses to vital communications areas are password protected. Y N� 45. All system phone numbers are held in a phone directory for ease of accessing phone numbers. Y N 46. Has the ability to hang up the modem via the communications software. Y 47. Able to set software to a wait Incoming calls from a remote site. 48. Able to process all transaotions, and backup, exception log, diagnostics. Y _ _ N Mar% 20109:27ASAM rSr p. 48 I City of Fort Lauderdale Bid 50410412 49. Records security information to includa: - Door opepldoor closed, "Cash container In ", "cash container out'. pate, time and machine number is recorded With each entry. 50. Maintain a log of ail transactional events, The log information includes: Individual purchases, receipt numbers generated, power outages, system restarts. Y ^-- N 51. Communications software is able to receive processor configuration tables. 52. Communications software Is able to set and send configuration tables and diagnostic levels. Y N Communications software is able to send a bad credit card file to 53, update credit cards that are to be rejected. Y N Communications scftware is able to set the date and time. 54. Y _ N 55. Communications software is able to add time to a selected stall. 56. Communications software is able to check the status of a selected stall. Y� N 57. Communications softwere is able to view network status and Indicate which terminals are currently on -line or off -line. 58. Communications software is able to remotely monitor the following areas, status, cash box, audit, power, and version, Y� _ N 59. Communications software is able to view the current audit totals and current grand totals to include: cash, credit, cash card and overpayment. Y-- N__ 60. Communications software is able to view the current status of the following items: a. Bill Acceptor, "disabted",'jammed"!°notjammed" b. Bill Stacker: fur "not fuil" c. Coin Acceptor: "enabled'? "disabled" and "jammed "P'not jammed" d. Card Reader:'preso;iVJ:"not present' e. Gash Container; "installed "P'not Installed" f, Door: "open"%'Ciosed" (maintenance and Collection) g. Look: 'bpen% "closed" " (maintenance and Collection) h, Power status 1. Alarms 61. Communications software is able to alert users to alarms via email, and back office software. Y N Maz %2DlQ 9:27.4$ AM EST p• 49 Clry of FoAtauderdate Bid $04.10412 U. PRICE LISTJCOMPONENTS 11 Respondents shall provide to the City of Fort Lauderdale Parking Services a schedule of individual component pricing, including a pricing discount on all maintenance and repair materials, parts and supplies, and a residual value on modular components returned for repair or remanufacture. This pricing is for all additional parts and components for future repairs, eto. not components required for Initial product offered, and is to be submitted for Informational purposes on – will not be factored into award criteria cost considerations. 2.. Respondents shall supply pricing for the purchase a single meter to includ%ali parts Y— N Respondents shall provide availability and pricing for additional parts and components 3 years after the end of the warranty period. Y N _ 3. Machines shall have internal components designed as Interchangeable modular parts. Y N µ 4. Respondents shall explain what toots, if any, are needed to replace modular components. Y,,._._ N 6. All replacement components strait be readily available from a local distributor. in the event that the local distributor is temporarily out of any component, additional components shall be available within €wonty -four (24) hours. Y, _ N 61 a. Estimate costs to design, Install, support and maintain a wireless infrastructure, If appropriate. b. Identify who will provide focal support of, the wireless infrastructure, what Is the longest time to recover from network or hardware damage due to severe weather? Y N V. MAIN NANCE 1. Machines shall be constructed so that Individual components can be easily removed and sub - assemblies be changed without major dismantling. Y— N 2. Respondent shag provide training on the procedures of changing and replacing of sub - assemblies, Y N,__,,,, . Mar 8, 2010 9.17:46 AM EST _ _ P. 50 3. Describe procedures of changing and 0% plaolng o su%- assemblies. Training that your company wi'!1°4x provide at no additional charge: 4. Provide electronic copies of recommended maintenance procedures and supplies 5. Respondent shall provide full training of software application and usage to City of Port Lauderdale Parking Services maintenance staff. Y,,,,,,_ N 6. Modules shall be replaced with minimum use of tools, Y,,,,,,,„„ N _ 7. Describe software application and usage training that your company will provide at no additional charge: 8. City personnel will perform all routine and daily maintenance on these machines. All product prioing will be based on that requirement. Y— N —W DEL ERY AND tN ALL TIO 4_ Packaging and shipment shall be the responsibility of the manufacturer. Proposals shall include freight and be PCB destination. In the event that the delivery and/or installation of units are not completed according to City of Port Lauderdale Parking Services specifications — and agreed upon schedule, City of Port Lauderdale Parking Services will Impose liquidated damages In the amount of Five Hundred dollars ($500) per unit per day. These charges are Intended to act as an incentive for the Contractor to perform in full compiiance with the specifications. Acknowledgment and agreement is given by both parties that the amount herein above set is not intended to be, nor shall be deemed to be, In the nature of a penalty. Delivery shall be made to a designated address, as designated by the City within sixty (60) calendar days following execution of the contract. The delivery dates for the three Phases of installation may not be simultaneous. Y Mar O, 2010 927;-06 AM 66T P, 51 City of Fort Lauderdale Sid 60410412 3. The successful Respondent shall complete installation within fifteen (1$) days following delivery of the units or as specified by the City of Fort Lauderdale Parking Services. Y M- 4. Respondents shall include a description of any pre-installation and /or Installation work to be completed by City of Fort Lauderdale Parking Services. °X_ SYSTEM IMPLEMENTATION '1. The system shall include all hardware and software required for communicating with, programming or monitoring any of the supplied units. It is the Respondent's responsibility to incorporate all of the above and to establish the communications between the units add the communications center. Y _ N 2. The wireless two -way communication system may provided directly by the vendor or In partnership with a wireless system vendor. Respondents shall explain how the entire system will be deployed and who is responsible for maintaining the various components. Y TRAWING The successful Respondent shall provide, at no additional charge, a minimum of eighty (80) hours of training at a designated City of Fort Lauderdale Parking Services facility for each City employee to develop expertise In the maintenance and repair of their product, Including, but not limited to: 1. Installation 2. Maintenance 3. . Troubleshooting repairs 4. operations - programming, inventory S. Collections Y N Mar 3, 2010 s :2746 AM EST p, 62 Ry ofF La de a(e , 804-10412 2, Respondents shall provide a thorough outline of°ihe'ralining content and provide a training ache u�a for both software and hardware. The schedule'shail include perlodlo refresher training (continuing education) including, but not limited to, emphasis on particular areas of the City of Fort Lauderdale Parking & Fleet Services' choice and upgrades of software andfor hardware, All operating manuals that support Installation, maintenance and user information complete with wiring diagrams and speofficaiions shall be in English. This must be provided at no additional charge. Z Warrant 1. Respondents must guarantee, for a period of two (2) years from the date of Installation, to repair andfor replace any part or modular component determined to be defective in material or workmanship under normal use and service at no additional cost to the City of Fort Lauderdale Parking and Fleet Services. Respondent shelf also be solely responsible for the cost of shipping and return shipping of warranty parts during the two (2) year warranty period, Respondents shall also provide the City of Fort Lauderdale Parking and Fleet Services free of charge with any new software releases for a period of two (2) years. Y _ _ N 2,, The local distributor shall maintain an adequate supply of replacement components (e.g. cutters, card readers, etc) on site at the City of Fort Lauderdale Parking Services meter shop. Payment and warranty provisions for replacement components shall apply from the date of installation of the module. Y N _ 3. The warranty period for all installed meters in each phase of purchase will begin on the last date after the last meter has been accepted by the City via written acceptance, Y N 4. The City of Fort Lauderdale Parking and Fleet Services shall have the option of extending the warranty period within 90 days before the end of the existing warranty period. The Respondent will providequote for the extended warranty wiil Y,__,,,, N 5. The Respondent will provide quote for the extended warranty detailing the cost per meter, period of coverage and what will be covered under the warranty Y „_„_. N 666 VARI AMCESTOTECH NICALSPECIFICATIONS LISTED ABOVE Mar 3, 2010 s.27:40 AM EST p• 53 Items not included in your proposal — Disc slVexplain a�requlrements of the RFR that are not 1ANU ec�0Al2 In your proposal. W All Items that you Indicated 'N 'are to be explained here (To be indexed and submitted in the order listed) Other Standards Used - List in detail, any additional standards andlor practices that you consider worthy of consideration by the Evaluation Committee in evaluating your proposal.- indicated any additional features that your product has that may no be indicated above, or any additional enhancements to requirements we may have fisted above (To be indexed and submitted in the order listed) 0 END OF SECTION Wr 3, 2010 027:46AM EST p.64 Mar S, 20'10 9:27:45 AM EST City of Fort Lauderdale Btd 504 -90412 ! A . �YtlAC1YPAkKINC[�enrt� RfStU CI3P :XiUpttlE WENOS.vSm4ao&d el;rWUiA3rAi{FtJil Ni<vz4ftOaoa tuitn» &r0. 0+.t aka i �g tSkEPpRyq, MJ r!'xtlrMitk tk4St a t P, S5 City of port Lauderdate Bid $0410412 Question and answers for Bid #504 »10412 - NMULTr- SPACE PARKING MSTSRS OVC RUL BID QUEMONS Question 1 Q1, With regards to the Residency Card, are the following statements correct? a. Currently there are 3 lots where a resident can receive free parking up to a maximum time on that lot. 1. East Lot 61rs Max BPS II. South Beach 10 hrs Max PND 16. North Beach 6 Hrs max PND b. A customer comes out to a meter, and using the card can select the numbers of hours to be "purchased" for free up to a maximum, e, He receives free time, and can not use drat card for free parking In ANY of the lots u ntti THE IN1l7AL PURCHASE TIME HAS EXPIRED. J. Eq. A customer purchases time at East tot at 10-00 for 3 hours.. 11. He can then driveto South Beach and only purchase rime at 13:00. d, Currently the card, are SIM based, purchased from Parkeon. Have you confirmed wIth Parkeon` that they will be able to release the information to interlace to the card to r vendors? (Submitted: Dec 21, 2009 6:38:16 AM ESP) - Q1: Sections A, B and C statements are correct. Section D: A copy of the card has been uploaded as an attachment to this RFP, it Is referred to as a Smart chip. Q2t The Interface used by Parkeon for tire Resident Beach Card Is "Proprietary". We cannot require them to release any Information. The Request for Proposal does not state that Information about the Interface wlll be provided by Parkeon or Parking and Fleet Services. It Is the vendors respohsiblllty to develop the Interface and supply the cards. (Answeredi Dec 21, 2009 8:42150 AM EST} Question 2 The questloo /answer regarding the Parkoon proprietary Interface linking the sim card acceptance - how much development time would the City of port Lauderdale give a competitor to develop a compatible Interface? And secondly, there are two current meter systems installed, are both using a different interface? (Submitted: Dec 21, 2009 12:16:15 PM EST) We are willing to give an reasonable amount of time to develop a compatible Interface. A time to complete the Interface is recommended to be included In your response. I.............. Yes, the Resident Beach Card and the Parcxmart card are different. You can get the information for the Pamxmart card directly from Parcxmart. (Answered: Dec 22, 2009 2:01:82 PM EM 41on 3 uestion 1: Will Pt Lauderdale require a 30 to 90-day test parted before each of the 3 phases of installation or rt Phase i? Does the 60-day delivery tlmeilne for Phase 1 basin its countdown from the data of the mutually ad upon conetusien of the trial period? Lion 2: Given that Ft. Lauderdale wants a 90 -day test period for 4 meters, vendors should assume that the 2- warranty begins on day i of the test period, Right? Met 0, 2010 027:46 AM eS r P, 5e My of Fort Lauderdale Bid 604 -10412 Question 3: For the 4 meters that Ft Lauderdale wants to test for 90 days, Will these be P &D or PbS or both? Will they be on- street or in lots /garages? Question 4: How will Ft Lauderdale apply the 60 calendar day delivery time frame to phases 2 and 3? Question 5: How will Ft Lauderdale define: when to begin assessing "liquidated damages" of $500 /meter /day for "fate delivery or Installation?' What wilt be the allowances for fora majeure or city - Imposed changes to spedficatlons? Will "liquidated damages° be reinvoked at each phase? for Phase 1, will the 60 -day timeline be Invoked for the 4 test meters and again for the "roitout° after the test period is over? (submitted: Dec 23, 2009 2:21:55 PM EST) Q1. The 30 to 90 day test period will be per each phase. Each phase will consist of meters installed at different cations and Willi either be "pay and display" or "pay by space". 2. Refer to Proposal Pages part V, Section Z.$ (pg $3). S. Refer to Part V - Technical Specifications, Section 1, for Phases 1,11 & 111, 4. From the date of the purchase order. S. Vendor will supply a delivery date and a completed Installation date. After these dates, liquidated damages are beyond the control of the vendor due to a force majeure or city- Imposed changes to specifications, installation dates will be adjusted. Liquidated damages will be invoked for each phase. 60 days in for testing and not for the roll out of any remaining meters, (Answered: Dee 24, 2004 MS:54 Question 4 We cannot supply the same cards that Parkeon does, however, we can provide a system of payment cards with similar capabilities. Will this be sufficient? (Submitted: Dec 28, 2004 4:33:39 PM MO Cards with similar capabilities will be considered. (Answered: Dec 28, 2009 2:54:20 PM EST) Mar 3, 2010027:46 AM PST P. 67 Date: October 1, 2010 To: City of South Miami, FL Attn. Alfredo Riverot, CPA Cr. FA The information below is relative to the proposed financing for the acquisition of the following: AC powered "Luke" Pay Stations, installation, Training, Etc. Contract Amount: $382,006.00 5 Annual Payments: $84,012.36• Rate: 4.987% - Note: First payment due at signing of finance documents. The above proposal is an expression of interest, subject to audit analysis and mutually acceptable documentation and is not a binding commitment. The terms outlined herein are subject to change and rates are valid for fourteen (14) days from the date of this proposal. If funding does not occur within this time period, rates will be indexed to markets at that time. We appreciate the opportunity to submit this proposal. if you have questions, please feet free to call me at (800) 561.0461. Submitted by: DC Greer *Government Capital Corporation, Underwriter cc: Mikhail Morokhovich 12938 Mallory cirdo suite 102 0riando,FL 32828 888.4224275 FarkingProdncts @ aoLoom 10/0112010 3;01455 PM Page 1 South Miami, City of, FL Compound Period: Annual Nominal Annual Rate: 4.987 Yo CASH FLOW DATA Event Date Amount Number Period End Date 1 Loan 09/01/2010 382,006.00 1 2 Payment 09/01/2010 84,01136 5 Annual 09/01/2014 AMORTIZATION SCHEDULE - Normal Amortization, 360 Day Year pate Payment lnterest Principal Balance Loan '09101/2010 382,006.00 1 09/01/2010 84,012.36 0.00 84,01236 297,993.64 . 2 09/01/2011 84,012.36 14,860.94 69,251.42 228,842.22 3 09/01/2012 84,012.36 11/+12.36 72,60040 156,242.22 4 09/01/2013 84,012.36 7,791.80 76,220.56 80,021.66 5 09/01/2014 84,012.36 3,990.70 80,021.66 0.00 Grand Totals 420,061.80 A8,055.80 382,006.00 OR a 114 A - DO NOT Phi Ovn FROM FILM THIS AGREEMENT, made and entered into this 2nd day of Moron, 2010, is by and between the City of Fort Lauderdale, a Florida munlcipaliiy, { "Clip , whose address Is 100 North Andrews Avenue, Fort Lauderdale, FL $3301 -1016, a Digital Payment Technologies Corp,, a Canadian federal corporation authorized to transact business In the State of Florida, ( "Contractor"), whose address and phone are $30.4260 Still Creek Drive, Burnaby, BC, Canada VSC 606, Phone: 604 -686 -1959, Fax: 604- 687.4329. WHERiwAS, the City issued Request for Proposal $04 -90412 ("RFP); and the Contractor submitted a bid In response to the RFP; and WHEREAS, on'March 2, 1010, the City Commission of the City of Fort Lauderdale approved an agreement with Contractor for the goods or services described In the RFP (PuP41, CAR No. 10. 0218), NOW, THERI=FORE, for and in consideration of the mutual promises and oovenants set forth herein and other good and valuable consideration, the City and the Contractor covenant and agree as follows: 1. The Contractor agrees to provide to The City multi -space parking motors in accordance with and In striot compliance with the specifications, terms, conditions, and requirements set forth In the RFP and any and ,ail addenda thereto, durleg the period March 2, 2010, through March 1, 2012, with optional extension periods as set forth In the RFP, and warrantles beginning following installation of and the City's final acceptance of each respective multl�space parking motor and ending two years thence, In accordance with the -terms, conditions, and specifications contained in the RFP and the Conlmotoes responsa to the RFP. 2. This confracf form G.110 Rev. 01110, the RFP, any and all addenda to the RFP, and the Contractor's proposal In response to the RFP are integral -parts of this Contract, and are Incorporated herein. 3. In the event'of Conflict between or among the contract documents, the order of priority shall be as follows: C"M%This contract form, 0-110 Rev. 01110; Second, any and all addenda to the City s RFP in reverse chronological order; Third, the RFP; Fourth, the Contractor's response to any addendum requiring a response; ' FM, the Contractor's response to the RFP, 4, The Company warrants that the goods and services'supplied to the City Pursuant to this Contract shall at all times fully conform to the specifications set forth in the RFP and be of the highest quailty. In the event the City, in the Ch's sole discretion, determines that any product or service supplied pursuant to this Contract is defective or does not conform to the speolfioations.sot forth -In the. RFP the City reserves the right unilaterally to oanoei an order or cancel this Contract upon written notice to the Contractor, and reduce commensurately any amount of money due the Contractor. 5. The Ctfy may cancel this contract upon written notice to the contractor in to event the Contractor fails to fumish ft goods or perform the services as described in the RFP within 50 days follovtmg written notice to the Contractor. 0P1011N Ar., e �70tza .oTlte DO I,4av P' 0VF_ 6. The Contractor shall not present any invoice to the City that includes sales tax (86-8012514606" or federal excise tax (596000319). 7. Contmotor shalt direct sit invoices In duplicate for payment to Finance Department City of Fort tauderdaia, 100 N. Andrews Avenue, Sin Floor, Fort Lauderdale, FL 33301. Any applicable discount MUST appear on the invoice. 8. The City s Initial purchases are of the following: 14 Pay - and - Display Miuitf- space meters at $11,631.81 each, 4 Pay- Sy -Spaca Solar Multi - spaoe meters at $19,531.81 each, 14 Pay-By -Space VAC guilt »space meters at $10,9 M$ each, 116 rolls of digital receipt paper at $26X0 each, 14 Stainless Steel upgrades at $535.60 each, and five months of EMS service for 14 meters at $30.00 per`meler per month payable monthly upon commencement of the respective warranty periods, all in accordance With the terms; conditions and specifications contained in the RFP and the Contractor's response to the RFP. Options to purchase extended on -slte maintenancelsoftware support for years 3 through 7 are not exercised at this time, and the City reserves the right to exercise options to purchase extended on -site mainienancelsofiware support far up to five additional years (years 3 through 7) in accordance with the terms, conditions, and specifications contained in the RFP and the Contractor's response to the RFP. 9, The City may enforce In the United States of America or in Canada or In both countries a judgment entered against the Contractor. The.Contractor waives any and all defenses to the Clty's enforcement In Canada of a judgment entered by a court in. the United States of America. 10.. All monetary amounts set forth In this Contract are in United States dollars (USA). IN WITNESS WHEREOF, the City and the Contractor execute this Contraot as follows: AT'i T: Pillrt Name: f�rxurn • £otwiti l(1r secretary GA IQ acv. 01110 s� rJNVUAM F-An�r.� G� i s ""•riirc - Ap�?prroyejd as to form: , Se i&AstI%tmtCRyAttorney CONTRAAC O 6y: r �' Print fSams: �• �mdraw,t Title: Scatt- GBb (if not president, please attach proof of authorization.) i (Corporate Seat) PROVINCE OF 9414s&. Cct txw kaxG ; COUNTY OF The foragoft instrumer# was atowle ged beefarq me this 26 day as of )A" 2040, by tF (tine): Ci.ts for Clfgiial Payment Taahnotogies Cnrp., a Canadian federal corporation authadzed to transact business in the State of Florida. (SEAL) Notary Public, Pravfnce of rttaatn CA W."4 t¢,. (Siiggnatu PUbfo -Province gf.ae4m ,Gk4kA�; (Print, Type, orMamp Commissioned Name of Notary Public) Personally Known '! OR Produced tdentlilcatlon Tyas of identifloatian produced produced 42.110 eu0ino . 3 .i i s i 1 e t 0 IMGITAL^i� VAYMMV INCHNOtOr 3 bequest for proposal for Multi -Space Parking Meters City of Fort Lauderdale COKII Submtftod%: AnnDebra Diaz City of Fort Lauderdale, Department of Procurement Servioes 100 N. Andrevis Avenue, suite 619 Fort LWderdale, Mrida 33301 Submitted by: Mikhail Morgkhovich, Regional Account Executive Digital Payment Technologies 330 -4260 Safi Creek DAVe Burnaby, B.G., V50 606 Telephone: 804- 790-0729 Fax 604- 687 -1$29 E -maih miko, morokhovich�dloifafoaVtech.com Date: January 13, 2010 t. j Request for Proposal iOrMalf # ^8paaep kngMotors 15 iabl bf Contents US U l E'CTBR OF INTERi-S#00VEPi LETTER—»a,.«,..« ...................•....,:.:: COMAONENTOVERVIgw «.. 3 ,,, I, v1.« »Nlr,1u,IN„ «N»WM \NN/YlvpfN, W.i11,1:»M.IY«I4Mr ». »,rIY �Yt� TAU 2: PROFESSjONAL LICENSES AND CERTIPICATESISANIPLE 1N�URANCE CtRTI,FICATE i..n «nN.........pd.l: ........ N.I «.,..a «..I «,p..,. »L.W. , ..... W.... aiuN .,..:n::.wn.wr »..:n ;:... »...V T4kl,l 3: COMPANY PROFILE «... «.,W /.. /, «...n.... TAI34:40INTVENiUFtE..,.rN... r... W.;.».;:L..,. W.. W.... , ».. «. ..... I°..:... »..W......,. ,.N „7 t -i 1 TABS. 0ISPUTES,LIT'IGATION AND DEPAULt$ ....... . ...... W:. W... .« ...................:. «......0 TAB 6- RUALIF ICATIONVEXPERIENCE., ...... .... ..« N.....««... N.. ... ...N. ....... :..•.. ........... 0 TAB 7: STAFF. «. /,.«.W.........« ..«,....... r,...WN... W,Y,.,.. W....» W.«., Y ......... \........... »,.....10 TAO S: TECHNICAL APPROACH., ...»» ............ ............ ,............. ......... W.....W: «. »» TAi9. MILESTONES; OELIVkPABLESAND PROPOSED BENCHMARKTIME:TABLE16 TAB 10: FINANCIAL DOCUMENTATION .— .............» «,N,•, yWp « ».« .......,.. ».. ».rW..18 TAO ii: GLEENTREFERENCESWI«�,I,. MUNICAPAtMSAND STAM 150TIM ....................... ......................... ..x..........................20 UNW B ksiim ... » .........W ......... ....r..... ..... »....24 TAs12 -sub TTALS »v..... .:ph....... r., »h. TA134 13: WARRA#T193 /E3 t tDED MAINTENARCE AND SOFTWARE SUPPORT 27 TAO 44- DETAILED LEST OF OFFERING.... >.N..... «..W., ...r .., .;.. »... »W ..c» ss....,......28 TAb14: COST. ,. »...... «W«,.W..... »...» »..Y .. ». ... ...........29 'PAi 1SS,11iON- COLLUSION ATATEMkNT ... .........:.s. »Y,W. » «,:E.......« . W.r:.......... .. ... c:.:N «.30 TA0,17: PROPOSAL S,10NATURS PAGE.;;.41:.,...» •..N. »....W ».srs.tlW W ........:......... ».«.31 A1*P QD. IXA— LUKE9ROCHUItE....» ..,... » .......:...............: .r....... WW........ ».....x:.»:.32 APPOWD(S —BOSS ._ . APPENDIXC— EMS BROCHURE .... .......... , »,L «. ».,...; ... fN.. », ».. »... «... ».�....N ».,rW..,34 APPENDIX D — POWDER. COATING MATERIAL SAFETY }7A, TA SHEE.T.W,v ..... ... ».. 3S APPENDIX 9—SAMPI,EK SPORTS «..N ... >WK...W « »......IW, », «....,. «...... «e7 ».•. «W.'d£, AP ?OWIX F—CilItEUS. WARRANTY PLAN.,.,.W°.N / \».,W . o... .• .. .........................:37 APPENDIXG— tND11t1DVAL.COMPONENTPRiCINGSHEBT.,...W... W,. » «. »....ri,:...:.38 APPENDIX H- 80LAR POWER 151S CUSSION ... .W......n..N.. «..Nn ...... .. »«+In•r•1,. »Y.. »:3$ Ai>PWVIXi— PCIWHITEPAP R ».N: «...,\ «....»,.. W....... . .N ....... ..... ....... » /...W..40 ai i DI9Ifal PaYment7echnologles -. Respoass to ft C(tgof Fort Laadonfate I .i i : P0 804-' 0412 MULTI -SPAC9 PARKING, IVIMRS Pk6POiAL RESPONSE PAOSS - PART i COST INFORMATION BIDDEil PROPOSAL PAGE i• PROPOSER NAME ` me ,, Proposer agrees to supply the products or services at the prices bid below In accordance wish the terms, conditions and specifications contained in this RFP. 'Estimated quantities shown are for information and tabgladon putposes only. UNIT TOTAL ITEM C„�U NA TITY DESo pnoN ,PACE„ PRICE 1. 14 EA Purchase and Install o $11.ss1.s1 solarlA t1a} 1814.s4 Pay- and - Display Mufti -space 0,_ Receipt Dispensing Parking Meters 2. 18 EA Purchase and install of $11.031.al solarMAA (4) 1 Pay- by4spaceMultI -space P1006256VACdEA(14) 4161475, Receipt Dispensing -Parking Meters 3. 31& Year 3 � Optional Extended Ort -site $ 25V 1EA $ 0_ $,, Q0 ,___ MatntenancelSottware Support 4. 32 to Yoar 4— Optional Extended On -site $ _260" • 1EA $ 8000 Maintenancelsoftware Support s. s2 EA Ydar 6'— Optional Extended On -site $ 2544 1EA $ SOOD Maintenance/56fware Support 6, 32 EX Year 6 — Optional Extended Ott -site $__160" 1EA $ SttoO • Maintenancel$ofiware Support 7. 32 EA Yeat f — Optional Extended O"Re MaintenancelSo%wra Support TOTAL COST TO CITY $ 4¢01,048.42 * -Based on the Gan al taiormatlonittthe tFP, some of thePay -3By SpaoePafts NTetersvrillbeinstalledin a Savage. ltf% Writ undetstandingthatthasemotors will be using exisilxig 120VAC. Arohavaprovided the • prioizng fAocordiriSly. * -Does not include oxiendedhardware and software warranty ($750/meterlyear). Please see Appendix ar R)r comolete price breakdown. t i 3 � i•� CaYA56NT 7 €CNNOG4416S i .l OigHalFaymentTeaimalofiles R0sn4h0etothacity a £Frnttsuderdelo 994 -8260 S119 CresXDrive #umaby, K V5C6C6 *1010pphCns: 04-E66 -0989 TOII =$88.667.6922 F t;r;ZM ie: 844.9974929 4 t I ' , t: .:r AnnDsbra piss Clayof Fort Lauderdale Department of Procurement Services 100 tii. Andrews Avenue, Sob 619 FortLaudordate, Florida, 32301 January 18, 2010 Dear Me. Diaz Digital Payment Technologies Corp. (DDT) is pleased fa respond to the Cfly of Fart Lauderdale RFP for Mutd Space Parking Maier. In preparing this subMIsslan, DPT is striving to pravida the City with a solution which will meet its immediate and future parking requirements. The responses are based on Dpre market4sading LUXE pay stations and 8038 Back OM00 Sommers, t?ntt"I�pprrIs* Management System (JEW) real time application along with the necessary supporting requirements and servtoas. The City a current RFP calls for Pay By $Paco (PBS) and Pay and pisplay (P* pawing meiors- DPT Is proud to announce that the same LUKE paystation can be used in either Pay By Space (PBS) or ('ay and, Risptay {{Pht(t) schemes. The ghange between the schemes is accomptishpd by the city w'dlr a simple otickota mouse in the Back Otttce Sore. In addlffon, the schemed bad coatrtsk on fire some rvaclifnes at the same (ime. For etrampt% the city maychoose to use Pay By Space formoa parking, get'offera Naastdy (dally) pass to the potions which will be Pay- and- ptsptay. This ability will enable the Cifyof Fort Lauderdale to simplify its spares inventory, as well as Provide continuity forthe parking public. !n aurexperisnae in Nre beach communities such as the City cf Fort Lauderdalawitsrs the pubila tande to promenade or spend time on the baachlhigYt street, Pay by Space Is tdeat since ItaQowa the pub Nato add lime to the parking withoutgoing backhr the car. Celt Phone paymentis also quite popular In fihese communities. DPT has prepared an unbiased citscussion on the merlin of saoh schema, and the rsNSw is evaltabie from pPT aMly's request As inentlored above, the proposed units can cps rate in either environment, Yhicb shows the efty to hY diffetarrt methods. As the City will find alter reviewing ourresponses, oursolufion meals and exceeds mast tnajas bpTivsrsions of Resident card providing the same functlonditybe Parkson s. Futtherrrore, the solution will provide the following addifionai funationattty should the CRY chooses to dopfoy N: Abitlty to Add TGrie fo existing parksd par {threugh cell or at any pay station) - Abillfyto provide coupons {rsosnNy succasstufly used during "Christmas at Les Me promotion) Ahiitfytausethepays[ etfonscreanfarAdvartlsamsnts ,annauncemetris,Ambaratsats Nda tables, etc. • Abltttq ha accept P0M smartoards. This is espsclalty importatrtif the CNy wants to Implement S(ngteSpace Meters in certa;Ado ns in a dlNon to pay stations. o AbiiitytainterPacataanub fCtiaNanMa ementhandhekts , specifically T2,Parkirak, Comptus Data fnnavaNa and AufoCNa. Th, tntatiar allows parking space data to be yvireisssigpushadta Nre dhetds in teat time ensuring that the information isvaud.This simniifes the enfofram orocoes for BPS and reduces customer compteints. _ >.r (- ; RrgttatPayrnanf' reahrroid�Ias�ReaiSntiaetotneGrtynf3 'ortLaar�rdate '[ 3sa tl npapmaabY 0%V$rM ■E aWa9�, '° ,:' DATManT VVHRCraar TcirFrea: a"8.1050 Facstmifa: ea4 a &7.4329 Tab 4: Letter of EfitereWCover Letter AnnDsbra piss Clayof Fort Lauderdale Department of Procurement Services 100 tii. Andrews Avenue, Sob 619 FortLaudordate, Florida, 32301 January 18, 2010 Dear Me. Diaz Digital Payment Technologies Corp. (DDT) is pleased fa respond to the Cfly of Fart Lauderdale RFP for Mutd Space Parking Maier. In preparing this subMIsslan, DPT is striving to pravida the City with a solution which will meet its immediate and future parking requirements. The responses are based on Dpre market4sading LUXE pay stations and 8038 Back OM00 Sommers, t?ntt"I�pprrIs* Management System (JEW) real time application along with the necessary supporting requirements and servtoas. The City a current RFP calls for Pay By $Paco (PBS) and Pay and pisplay (P* pawing meiors- DPT Is proud to announce that the same LUKE paystation can be used in either Pay By Space (PBS) or ('ay and, Risptay {{Pht(t) schemes. The ghange between the schemes is accomptishpd by the city w'dlr a simple otickota mouse in the Back Otttce Sore. In addlffon, the schemed bad coatrtsk on fire some rvaclifnes at the same (ime. For etrampt% the city maychoose to use Pay By Space formoa parking, get'offera Naastdy (dally) pass to the potions which will be Pay- and- ptsptay. This ability will enable the Cifyof Fort Lauderdale to simplify its spares inventory, as well as Provide continuity forthe parking public. !n aurexperisnae in Nre beach communities such as the City cf Fort Lauderdalawitsrs the pubila tande to promenade or spend time on the baachlhigYt street, Pay by Space Is tdeat since ItaQowa the pub Nato add lime to the parking withoutgoing backhr the car. Celt Phone paymentis also quite popular In fihese communities. DPT has prepared an unbiased citscussion on the merlin of saoh schema, and the rsNSw is evaltabie from pPT aMly's request As inentlored above, the proposed units can cps rate in either environment, Yhicb shows the efty to hY diffetarrt methods. As the City will find alter reviewing ourresponses, oursolufion meals and exceeds mast tnajas bpTivsrsions of Resident card providing the same functlonditybe Parkson s. Futtherrrore, the solution will provide the following addifionai funationattty should the CRY chooses to dopfoy N: Abitlty to Add TGrie fo existing parksd par {threugh cell or at any pay station) - Abillfyto provide coupons {rsosnNy succasstufly used during "Christmas at Les Me promotion) Ahiitfytausethepays[ etfonscreanfarAdvartlsamsnts ,annauncemetris,Ambaratsats Nda tables, etc. • Abltttq ha accept P0M smartoards. This is espsclalty importatrtif the CNy wants to Implement S(ngteSpace Meters in certa;Ado ns in a dlNon to pay stations. o AbiiitytainterPacataanub fCtiaNanMa ementhandhekts , specifically T2,Parkirak, Comptus Data fnnavaNa and AufoCNa. Th, tntatiar allows parking space data to be yvireisssigpushadta Nre dhetds in teat time ensuring that the information isvaud.This simniifes the enfofram orocoes for BPS and reduces customer compteints. _ >.r (- ; RrgttatPayrnanf' reahrroid�Ias�ReaiSntiaetotneGrtynf3 'ortLaar�rdate '[ 1-; r .i , f rRVanarox xacur:araares e Ability to pay for porklag by l users to pay for parking and station, greatly assisting the Tho comnieto soluf€oo is P «rough Integration with Venus Systems. This allows the parktrg ffine Mthout having to walk back to the carlpay merallng more monayfor the City. OPT is officially mrognized by the PCl Security Councii wooessors.as MOSS and PCi compliant for all current secure and the City`s Ilablilty Is minimized, Please see Appendix I» PCI White Paperfor a more in -depth discussion of this crucial requirement, All of the above capabilities are available because the proposed solution Is based on an open arcbitecture combining the blest toohnica€ advancwnanis In programming and vlfre€ess communications. This open architecture provides the best platform for ongeing upgrades and enhancements to the solution. OPT is proud to have been solectod as a fmotistfor tho last RFP for mul tspace meters. Urtfarhmaiery, expectations with regards to sorer powerwore not properly set by Digital Payment Technologies. DPT regrets the issues encountered by the City with respect to ilia meters not having adequate sun exposure and has worked diligently with the City to onsure that all the issues are addressed. OPT has lesrnad many lessons s)nee tho%and I encourage the COY to tow a took. at Appendix H —Solar Power d€sousslon fdr detslied analysis. Furthermore, DPT has Introduced, a new low Power version of LM reforred to as Radius. This version has been sucoesstul tested by the city and is continuing to operate without any sow issues. As well, the proposed pay stations wlfl feature Zinc Primer on cold rolled steel {now from the pay stations on Lee Ol as) to enhance the longevity ofthe material InModdalsenvironment -- Rticiosed you Will find a Ptioe Quotation for the equipment and services outlined in the RPP. in light of the volume being purchased by the City, OPT Is pteased to War a discount skuctufa which Is also included on the quote. , Please auto that alt the ogats aubmiffed Ih this)RFP shall reirlala 11rM for acceptance for a ittlnimum pf ninety (flp) days froth the date of the opening of the RPP., OPT has been a major player In the on- street parking market for several years. During the last 3 years OPT has been privifegod to count City of Fort Lauderdale as a partner. We are very excited to o Bond our pednership with the City and would like to reconfirm our commitment in provide the City with outstanding pmdur.L technology, and service.: - We took forward to showcasing our products and our company to the 00 of Fort Lauderdale evabatton committee, the City of Fort Lauderdale merchmrs society and residents. Sincerely, Mikhail Morokhoylcb Regional Account Executive Digital Payment Technologies Digital Payment Technologies— Pesponse to the City of Fort Lauderdale z I 1 i t, � t FtCgneatfOLi' CCpoSatfOrfr '1Utfr,'9pac8i?drktagtt*{6teC6 r .i Compottet'tt Overview The LUKE pay station d6buted In 2004 and is built upon the success and axpedanca gained from the intaft -Pay pay siaUons dapiayed throughout North Amodca fdr the last 12 years, LUKE takes the key bsnsftts of gay Intollo- -Pay, that include ease of use, security and fiexibittiy, end adds unmafohed Winjaal cepabilli es and improved iimibipty, services, and features. LUKE ollonts include the City of Fort Lauderdale; Cittyy of Chartatie, NC; FL Clty of Grrdaia, CA City of Hausfan Tx City of Milwaukee , WI; Redwood City, CA; City of Riverside, CA; City ofwast Hollywood, CA; City of White Pksins, my, Gity of White Rock, En end the univereify of California, Santa Barbara. Key oompononte ofthe LUKE system Include, x w The LUKE pay station BackCNitce support system (BOSS) K EMS online management system Each of these componentswill be briefly discussed, Additional details can be found in the product brochures contained in the appendices, LUKE Pay station LUKE daiiVers a visually pleasing design and exterior finish Altai V411 enhance the Ci(y'e urban landscape. Some of the outstanding features and benefits of the pay station inoludw. Instantly recognizable = Multilingual support Mulf1ple paymetd methods; coin, bill, credit cards, smart cards, call phone, coupons - Support for both spit Pay-by-Space Color screen to deliver information services such as local maps, special ovents, and advertising Ease of collection Comprehensive management reports r Modular design allows for quick and easy maintenance, upgrades, and component replacement Rot>ust cabinet design to support the highest level$ of physical security PC &validated credit card data security More details on the LUKE pay station can be found v£tthin the RFP technical responses, %Appendix A wLUKEErochure also contains a brochure with additional infonnalion about the pay station. SdSS Management Software Ail stations in the field are eupperled by beat-"ass BOSS.ihe BCSS software, will allow the Create muitipia rate structures (hourly, daily, incremental, blended, special events) to Create apaco- speofftc rotas Update ralas, amflguration set ings, and ticket headers and footers remotely Cusiomixe prompts in muttiple languages " Generate industry- leading reports for operations and accounting depertments remotely and in rant -tme t Refer to Appendix R — ROSS fora description of features and funotionat ties. > ' ' D19itatPaymentTeohnol ogres— Response tothoMyof Fort LaudeWale � i rr • � t t, RaquastforProposatfor MofflSpaoo parking Metem EMS To leverage the power of the LUKEteolmology to deliveradvenoed Web-Wad real -time The EMS as in real-time from any hie from anywhere Pilot, and other mobile Highlights of the EMS solution Inskrdw • Real -time cradit card processing • Real4fine reporting • Real -time tntefligent dispatohfng to any Web• enabled device (computer, PDA), cell phone, and Pager • Add time cmpabilliy in a pay -by -Space environment 0 DPT Web Sarvioes for third-party teohnology Integration (that is, enforcement bendbeid devoss and accounting systems) Together, these oomponents offer the most powerful multi -space parking solution in the industry. Referto App andix C —EMS Brochuro for an overview of tha EMS fa notion elftIss Digital Payment Technologies— Response to Vie City of Fort Laudardste 4 r. t.. i� i� i i Request for Poposaf far fV (do -spaoo Parking Woo Tab 2: ProfessiogW licenses and Certfloated 8ampfe trisbranoe Ce€tfimtd olgitaF paymaraiiechnafagtea µRosponss to ft ony of port Lauderdate 6 '7 .t, BY_ ErTE�U�+SNStYRANCii .ei . e �toa ,uFagree,tti,attheAe�euGVOPtt�i AO 96 Casared.hutIV30 thefrtatareatau,yap cwi �7iesbasr: poii�i��fiu ll6e�itaezyandpTon- toakihutjng. .t �,J gar•s�c�r • wm�rr�eav6c�t . , aat�ha+Wlrcri6emaishcom t' MARSH Certificate eflusvrayio MAgsN MCRCd'N NgOtl . CiS1YChRNENkE4 Oia1tlEVJYBPRIY 0 Slackadar 2nsurance Agency 11456 K Ronald Meagan Md. ;Longwood, FL 32750 ' ` '`'�taulik'&- �iyi'C'a2ttg'kgtt REffpNrCpffr wAL Parker system 12969 MaFlory Glrcip suite 247 Hi AAYpE F9WgE9.ACdFikaA?E BRYEtJRMgA�pjEWBY7NEP�.DWN7fpRO LIMCf5SCH4�MAYHAV26EEP7 UgqM��ts> TOiF {iMS.ffXCG�Ot.'S�I�A?CDtSIfaFE�. REOUGEDRY6A�IdALF4M'S, Oa ppLiOY WrtBHt Y rim R JA - .. p UASIV1' wwuFncu csria�aAtua3rcm anmaw'OL M 7277p54S'OT/ s/200 07/29/2 sACnnocoRRBNU s S pOd 000 ' tiL'4TasPWyaneLwroan1 s 300,Q0 s 10 0 FMOUALAAOVNUURY i 7, 000 del Oanl .AmOREOAFfiLtfi111'AFFITSSFkn: FaW n'JS LOO pEN KAWRMTR i 2.009.001 pn44UC15.a0MF1pAAmp i 2 d00 00 jj i, • AUYmM0aIL4WAMUTY APtfA Tro AU.OWNR9AUtdS ACNR4ULEpAUYOB ItB7EUABYOS NON-0WNEmAUtme uaNm,ffLiNdi g �AVs �W,nAtY g WbaWmlde U Y 5 ��RttlF�riNAAmb [PeC WSJ g �. mARAOkt•41sIL" AAYAUM 5 pAV�Y�{ipggO��M7.Y•EnA041pURi N7fmmA7.Y. EAACp ABO i 67(CRgsN�eaRetiAUAUa1:Y OCO%t72 ©CiA1MS MAD9 pE4UCi1BLE 1'L5i 11W i EACntlCONRPo =}YOi` S APpREOAia i i S S • ' w0`aftE7I8COMFY9J9A720NAN0 'IiMFLpOpYp(3ti�5.WAmRnY py�yj'k�7aaC,ERRPiitM69i���LA7 }�� SFR,YAL� t b Y E4EACS3A4.ip8NF S �.L.b15£N3E•F.iRifPLDYE S 1wL.DIBFA6ff•FOLR.YWMIY OT N ryg5y+7m t71G' NptitlP IONlL, fLpAJN,!) L5t Y2�( IM. 6S1E% Cjy, �SpNSAOOEObY�ypORSSEµgtSPf ]BFpgpV�S�pUS AUhVer Qi I4S lS7i E IIgggO}RR AIO111011Y 1pn i9 ilYC1UdRR aS Qdd39."�Cna iUSUPpd and l"O47p�8ipLY pprasvons wiun TQSpmv w pc vWpvr -- v—, :L4 days notice f'or MM pay n k 6 . 4nauLbA4nmi ' P�IRAYiUN4A gniverslty.of MOO Orporete,R7nk NOW04 at aUYPIf. URBYOMNL5U4NNpn4aBltAGLNAPp4 ?NOpaL[OAIIUNOAIJ P.O. Box 948206 oPAmwaoup n1 1nx rx rrsaaRnrsaenr �rrAiyvas • Coral GablesY FL 3SZZ4 Aomaaa aaemtaruairAtiaa p .t, a: ? . AcoRl?t If1ho, oa tttdoafo holder Is an ADOMONAL INWRI81),ft pogoyites) must be endorsed. A sta raont on this corttnoatedoes notconfer dghtsto thecorfi{tosto holder in tjou crouch ondorsemant(e). If8UBf OOMION iS WAIVED, eubjectto the terms and condiffons'ofthe poiloy, certain pollutes may mquPre on endomembnt A statement on this cattiffaata does not confer rights to the oettrtioata hokjarin lieu of such endarsemarf{s), t)iSGM- i431NtiwR , The Certificate or insurance on rho revorse side of this form doss act constitute a contract between the issuing insunw(s), authodzed repressntatNa or producer, and the osdittoato holder, nor does ft afNrmatrvery or negolvety amend, extend oralterthe coverage afforded bytho poitclas listed thereon. 9 S m "7d 80plLYlNgi[2Y PRGPA*ftSY PpOP.b fAAtOGRY Mea,t?AY '. •• P UNtN M CRISIS fhN ^CI.• 'OMpO" tMOINS.ORf57S 'ft0A ' t11M.Cf. "Wdant t !NJ Es.pemap Cd, ont Aecfdml Em.Aai3est Fa Parson oWno 8e.pnrsM. calf PU.AWJwd . A'a.Peraan FaAOddenY A FUL N(9AEO to MAO 6488 7704 82.78 `4 2 706400 208g9CR 50,086 37.21 FUL ito is Ow* NO ®00 - 75,49 , ' p CAMP �COGC' '•R5A'f 4055. Asr>)R •• .. `• . . 2 0Y C E nL1 1 -768 260 row pre} R 'Nra�mtw�'n:: • Ead lrl 2. � 4 788 $S6 rs m)erxg 7 699.27 NOTNO'S. IA t N7060F (08 0 FL $ 47907 0808} 82 !. (6666) A ni 8t k 10 } punTomprum, 7,173. 3 j . . i s , i AW Gry 80pI1.Y PRGPA*ftSY W.8l4TX • MEGtGAG ptM COL )ON • : 0M01 OMrtt OIM 1 tNJ. 'ft0A ' - ' t !NJ QAtY,AG4 •765.. • • . pMIr TIRN' OYPotinY mf=- MA8 417.02 6488 7704 82.78 `4 76i.05 78.00 37.21 770.28. 774.24 - 75,49 , o =AM ' OM4 • .. . . 2 nL1 row pre} R 'Nra�mtw�'n:: • Ead lrl 2. � hLkin rs m)erxg 7 699.27 GUAR 8)O t 860,88 punTomprum, 7,173. 3 Ada'). Pmdum o ROMJmFcontum C B 7? VR 7}�ApE .NAM TYP tnP.I9iiP1CA710N NiIMBOR .' - ° RA'Rh79 •' RA71NG 'CA71E FA6 C08i $7JAMT HP!', CCs .� !NG 3i'.TBRR GD A O 'EJSx tlIJOME'fIX} qAt, .1?Et ?F! TEGBR 'OpMM a mu .7688595830779792 78M48PM670 8 '07 0S W 002 FfJRb [40R* MR' 9Fld2il6d50J.!' )AY0277 1MM08PPL870 8 0T 8S P7.Fh &S08 SY 7846 A t50 -': •SYM80Iy4. =`. • ,,.. r. .. .• .. • -,,. ,.. ... .. .. .. ... . SYf6 cm 9f - • PD rdEW!'A +•,=W COG, ....— ..,..., =- - -- -�r5• ""'"'•,••�••• ^•- 9 .7S 778 770 778 1S3 802 878 .._9b,i— -------- - 1 .7i 788 703 208 777 270 282 Z Y ' 70 , i f f�:P.:R.. i4•A bt 9t RYaY1 ^ Df pF tlb • ... . i Y:f N6VF.0 - 4 'e ram.ei .Ou: MW" _OAE(AI , 1515F8(LI'f,Y • pt G9 ry�e{a�b' G � �o1f96OT Rltt. 00836 Afr£77'C8 COPY 608084837 80 1 ' �>f1VER INPORMAMON i t jt I ' a )FO E E nFl NNUMS k k A A C CI HARK MONr L'YNDA t.. NSS2S32076550 P P 0 0,24067' b b9 N N N N Y Y N N ? ? Y A A %CFDENTN)CLATION $ $Otp)NPORVi!}TION Ar5 c c P PTS m mm I I ' C D D= 4 • N N D Ylu)ftpdi)py Customar Long Ydt m Castomin' PNanrtat Stadlgty Meodnt n7ut! - Adq•Ldak Bsattes Clscdxmt .A(r Bag D)stomt An(hidatt Doff Bald Ddvdr Dfssdtait . Aa 40YA Prod . TURBSOMMARY ACC FORSWENESS .s •i ' t .i ..t i •+9, E2dP2 AE3•YQ6f(Or -4r)W 6XOT BILL 00239 AGZW$COPY 1 �i Roquost for Proposal for MuitiSpacoPerking Motors, i l Tab 3; COMPS y Rrodle Founded in 1987 as Digitaf Pionser7eohnotogies, OPT has grown to bacome a recognized, leading provider of automaieci paymsntsatuttons #o the North American parking Industry, with a strong and i eansistantfocus on technotogy leadership, customer senAce, and the provision of total business Solutions. . Dgital Payment'raaiinoiagiees specific business is designing, manufacturing, selling, and supporting htghiyadvanced Pay- and•Oispiay andfor Pay- by4paes pay stations for priveto and public parking toEEs and streets. OPT is headquartered in Vancouver, British Columbia, Canada. The corporate offic.a is boated at 330 ' 4260 Still Creek Drive, Bumaby, B.C., V50 6C6. The production faculty (shipping and receiving) is located at4905 Grandview. Highway, Burnaby, B.C., V60 684. Telephone. 604 -688- 99691604- 790.0729 Fax 504. 687 -4329 Web address. dt t ft co „ Harrington Resources, Inc., dha PARKER SYSf9Ms 12959 Mallory Circte,,SdiW 102 Orlando FF 82828 Toil Froo 1- 888.422.7275 wwwparkersystamst ceCorr+ i3 PARKER SYSTEM$ is a well known, widely respected parking produots distribution and Consulting company. i;stablishad iniha early 1990's tB supply the parking materneeds ofa smelt regional market, PARKER 9YSTEI+iS has rapidlygrown and le now recognized as a leading supplierfor Digital Payment Technologies "LUKE" and "81161W Parking Pay SlAUDDS, Parker Systems is oantraliy located In Orlando, and provides an-site service and support to customers throughout the state of Mrkla. We pride ourselves on providing customers with high- quality e ne ooeryt eece c Qt mmedgiolyWwillworkw ithyuevsep of our the products, services and support you need. our ollentilat innludes Cities (large and small), Universily Campuses, State Parks and Private . Contractors, Cur company's success is in large measure a direct result ofouts0ong commitment to customer service excellence, to addition to the industry leading Digital Multi $pace product line we represent. Ui9ltal payment Toehmtogtes w Rospairsetothe City of Fort tauderdato 6 I i i i 1.. �.f Reghestfor Propose! forWOSpsoo Parking Matars Tab 4: Jofnt Venture DPTWM not be, submitting a Joint venture Ol gkaiPawentTaehnotogtes —Response tothe City ofpartiaudardaie R • l i Recige aiforftposalforMultiSpacaParlangWere Tab 5: Disputes, W19affon and Defaults i • DPT has not been Involved In any d sputes, Option, and dafaelts, Digital payment T"twotogtes Reeponsa to the city of part Louftrd* 0 In 2006, DPT achieved high profile Installations wlfb saveralmajor U,S. cities Including its largest Installation to data with the City of Houton where 750 LUKE gay stations were deployed In the downtrom core. InApd12007, APT delivered on its promise to provide its clients with 0ae highest levels of credit card data security in the Industry by suocessiutty completing ft security audit and achbving full certification as a Lover 1 service Provider under the PO4 Data Security Standard J! cu o 9. In April, 2009, DOr began shipping its latest version of the LUKE pay station tofnoludethe new RADIUS powormanagamsnt system. RADIUS reduces the poweroonsumption of these elecfronto maters by up to 76 percent so the meters can more efficiently operate with solar technology In tow light oon lions and still be configured with all of the [stoat fecbnolag aai capablilies. .r f r� t F r . v t, ` • ' D1pHdPayment7 echnotogl es -Response to the City ofFortLaaderdate S I Repuest tot Proposal for MiJiOSpacoPaftir r7eters r Tab & Quoliitcations /Experlence i Founded in 1007 as Digital Pioneer Technologies, DPT has grown to became a recognized, leading provider of automated payment solutions to the North American parking industry, 'AM a strong and Conti atfocus on technology readership, custoinar service, and the provision of total buslnpss soluttoris. The oomparrys spsatkc business is designing: manufacturing, sealing, and supporting highly advanced Pay - and pisptay andforNay by Spaaa pay stetsons for psivafo and public paring tots and siraeLS. Tha original foundation of DPT s product lineup fs iho tntalla -Pay pay station. t�PT Inoorpotaled a number of innevatke ieahuas in these machines 4rcluding Payby -Phone lntegraklon, rs audiftianaffan,am a4cardsuppartThesotmtava0onshavacementediMTasalaaderIntho development of parking management to hnofogles. In 2004, DPT leveraged Its years of expadence In designing and building the off streat intella -Pay pay station by Introducing the LUM pay station for the on.streat municipal market, WKE fakes the key benerds of the inleNa Pay -ease of use, securitty, and flexibility ---and adds unmatched technical fld onhe ca" rise To da[a led "ci auderd •sevhayrak American ditto ngilt ktsptal an fn North 1 tie re g� Adis Charlotte, NC; Gbaklanooga, TN; Defray Beach, FL ForEGtendale, CA; Hauston TX; Mi(waukea, Wt; Redwood GIty, CA; Riverside, GA; West Hatlyvraod, CA; While book; BC; and White Piahas, NY. In 2005, SH> SYwas unveiled to package the new technical advancements delivered by LUKE inns a rugged cabinet designed for of - strestappiications, The first SHELBY installation took place at California State UnkersKy, Long Beach, and Invoked the deptoyment of 20 pay stations grovtding newcapabiiities that Included hopper change supportSince ihattims , over 800SHELS units have been Installed throughout North America, Suppofing a14 of these DPT praduafs has men the apt onai!lyeb•basad EMS thaEprovidss alianls with a range of powerfui appltaatkns such as rest time arsd}l oard proaasskag, online reporting, angaing system monitoripg and proaaika alarming_ Most reosntil6 DPT a�ied tiro DPT Web Sen+Iaas appitcation fo EMS to enable infegrafiton vrith third -party fachnologlasthat inatixda arriorcamant and r ag000unttng systems, In 2006, DPT achieved high profile Installations wlfb saveralmajor U,S. cities Including its largest Installation to data with the City of Houton where 750 LUKE gay stations were deployed In the downtrom core. InApd12007, APT delivered on its promise to provide its clients with 0ae highest levels of credit card data security in the Industry by suocessiutty completing ft security audit and achbving full certification as a Lover 1 service Provider under the PO4 Data Security Standard J! cu o 9. In April, 2009, DOr began shipping its latest version of the LUKE pay station tofnoludethe new RADIUS powormanagamsnt system. RADIUS reduces the poweroonsumption of these elecfronto maters by up to 76 percent so the meters can more efficiently operate with solar technology In tow light oon lions and still be configured with all of the [stoat fecbnolag aai capablilies. .r f r� t F r . v t, ` • ' D1pHdPayment7 echnotogl es -Response to the City ofFortLaaderdate S 2 Requestfor Proposal for Nigltt•spaco Parking Motors ' ay{{y� Tara P 84F�a lf s i Thefolicwing key OPT personnel will assist the City With the Implementation of its Mufti -space parking i maters: Andrew Scott. CbW Executive afticertCECN Andrew Scott has been CEtt of Digital Payment Technologies ( OPT) since 2006. Prior to jokdng OPT* Andrew spent most of his career in the world of corporate finance in rotes that encompassed regional head of investmantbanking at CISC Wood Cundy, followed by several years In finance, mergers and acquisitions with The Loswen Group, one of North America's fastest growing consolidators. Most recently, Andrew was involved in consulting, advising, managing and Investing in small -to medltm- sized compants. Andrew is a flexible business genarattetwho enjoys the challenge of day -to -day dectslon-tnaktng Mite always keeping an eye fooused on the company's long-term direction Chris Chettle »Senior Vice President, Sales Chris Chetlte holds a Bachelor of Commerce Degree, Marketing Major from the University of Selfish Columbia, Canada, and has more than 20 years experience In sales, business development, marketing, and management Upon graduating, Chrislolned Nexus lXspiay Systems Corp. as the company'sfirst U.S, Account Executive end was eventually promoted to Director of Salsswhan U.S. sales reached over 90 percent of the company's total revenues. In 9999 he joined TVC; Canada, a nsticnal comin(anicsgons drstdbutor, and kaki several senior management ppoosition$ thatinctudad National Sales Managerduri li a time when the company generated over $4& mililon annually. Cbrlejoined OPT in April 2004to develop DPTs Project Management and CustomerSsrviceteams, He took a lead roto in overseeingg thafirst installations of the LUKE pay station acid the company's firetinstailatien in Mexico. In2008, Chris gecarraWe President Marketing and oversawali of OP'V0 madssttng astiviBss including product management, strategic partnerships, marketing materials, trades shows, advertising, and International research. in August 2009, Chris took on the rots of SenlorVlce President, Safes managing all of DPTs Was operations and resegbr channels. Tommy Wart— Oitector, Ctiblit Services Tommy Kinsman fields a Bachelors Degree in Eleatronlo Systems from Aberiay University, Sooliand. He worked with the NCR Ftnanclat Solutions Group endVVoridwide Customer Services Division In Dundee Scotland, for eight years. While at NCR, Tommy gained significant expenenes in manufacturing end test systems before moving into a Product Manager and Consultant role focused on service delivery. Tommy Is a SIX Sigma Green Bell who used big Proms improvementsklits and service delivery knowledge to save NCR almost U$$2o million. Tommy overseas the day,4>day operations of DPT'e Project Manaliamentand Customer Service teame and is also actfvsty involved M managing large-scale deployments of OPT equipment and the shaping of internal quality processes. Mikhail Morokhovlch — Regional Account Exocutiv6 Mli V Morokhovich holds a Bachelors degree In Eieairical Engineering from university ofAiberta. i He has Worked egianslyeiy in telacommunicattona arena before Joining OPT In 2005 He has worked with City of Fort Lauderdale for the past 4yeam, and enjoys spandtng time away from home in the warm weather of City of Fort Lauderdale. I .i " DlgitotpaymentToohrmloglesW Risponseto the WyofFortLauderdete 10 .k i I , t� :.i Request for Prop coal forXul"Pacp Parking haters Allen Muir •- Projoot Manager Parker Systom& personnel for this project, Lynda Harrington, Sales and Marketing Manager Orlando, Florida Lynda has 15 yearsexperience in the parking Industrywith on- street and off streetsysiems. Experience Includes single space and Inaiil space sales, systems integrations, service and project management. parker Harrington, Operations tU i6gar Orlando, Florida Porker has 20 years sales and service experience in the parking Industry. Experience Includes on street and off street operations for both sing [a space and maid -space equipment and revenue control systems Jeff Harrington, Business ha%fdopmantMenagor Orlando, Florida Jeff has k years experience in the parking Industry in the area of sates, project management, and oustomer support Jose SusfeA Tsch Support and Servloo Miami, Florida Jose has fifteen years experience in the areas of parking management and technical systems supporL Jep Taylor, lT•4*4sms Support and Service obtand, i tajlda Jef has four years expsrienoo in the area of parking systems Installation, customer support, Pf management and nettaorking. i Digital Response to the City of Fort Laudardalo 11 i RequestforPtoposa! for murti -Space parking meters Tab 8: Teohnicai Approach Digital payment Technologies Corp. (OPT) is pleased toproposethe LUKE pay station to addresstbs Clujof FW Leudordate's Request forProposai (Rrp) for multi specs parking meters. In preparing this submission, OPT has provided the CltyWth a soluflon and level of support that Val establish it as another flagship installation for the LUKE pay station, LUKE Is currently deployed throughout North America In major older, universities, end parking operators, Some ofthe cities that have selected LUKE as•thetr preferred choice include Fort Lauderdale (you), Chattanooga, Charlotte, Fort Lauderdale (you), Houston, Milwaukee, and White Plains. LUKM'Is easy to use, has an attractive design, a full color screen, a range pfoniino services, integration capabilities with thlydpany fnchnotogles, and the highest levels of data security in the Our proposal Includes ail installation, training, support and equipment for 82 electronic meters. Options have also been quoted to provide oonneolivrty to all units through our Enterprise ManagementSystero (EMS) that delivers real-time credit card processing, monitoring, alarming, and reporting. LUKE will meet the business and functional objectives of the City by dolvering the following benefits, i icroveoflil hagreMentinformatfan LUKE ppmrovldas comprehensive Information and reports for enhatiaed management of your parking upend ps, LUKE communicates with DPTS EMS, which means the City will banefit from rest -fine credit card processing, real -time access to information on all of its pay stations, an allRty to update rates and racalpt headeredfoolers on each pay station remotely, and the eapabili€y to recelva proactive notification of Issuesthatinolude low paper, tow voltage, and attempted vandalism: increased #aymont FfeyribAfiy In addition to accepting owns, credit cards and bills, LUKE can be configured to acoe-pt coupons; "', Issue is ;Ettrd"co""rli mantoatowi thothernorr- cao}IPaymentsystemsthatinalu me cards, cell ph6ties, Pewmart, and POM- enabted small cards. _... ._ Improved SecuPity LUKE provides advanced phyelcai and data security. For physical security, LUKes cabinet design Is made from 12 gauge cold roiled steel orstaintess sleet with no pry points and six separate lockingg paints to minimize theft and vandalism. LUKE is also one of the feyv products In the parkfig tndusuy to bo validated by third -party auditor to ensure it meets the strict data seoudfy guidelines as laid dawn by iho Payment Card Industry (POI) Data Security Standard. Confirmatlon of our PO status may bo foand on Visa's Website at u fs .' MOR ndtafikpm s A e m penoft. film 17! —se REab a p hprovsdpower Performanco DPTs most rawntinnovagon— RADIUS--is acomplete re•deslan oftho LUKE paystatton's power managementayetem, Thetwo- yearangineering projeot reviewed and re- dedlgned almost every . componentoflire LUKEpaystationip reducepow�rconsumpflan bypvor75 percent, This sign ficant powarreducNonatkrwsforgraaierperformance towarmafiferaancs ,andbroader location flexibility In solar- pavlared on•streat parking oparafipns. In addition to the powarreductions, MDIUS units operate in a We temperature and hum€dtty range, They also bavo more sensors -two temperature sensors, one humidity sensor, two current sensors, and one voltage sensor —to provide operators vvdh greater In" sight €an the operation of the LUKE • antis. Dlgtta! Paymogt•feohnoiogies— Ftesponse to the City of FortL;}udordals, 19 t. f • i. •• C f �r .r Regbost €or Proposal for Mufti Space parking Motors 7'ecfinclogyplaffmws. LUKE and EM$ are designed with technology platforms thatcan prepara the City to meatthese requirements in a number of ways. These tnatude: MtegraRori with IwAI r¢ oriforesrt"ent hapdheld sysfo4s —The release of DDT Web Servloes manufacturers such as handheltl anforsamantvendors wlraiessiyoollac# Pay- by -Spaca data frorq thaDM psy stdons. These onforoomentvandom include Complus Data innovations, Dunomn Solutions, ParkTrak, and T2 Systems. L^oagaieriavdata security — The.PCI Data Security Sandard is very high and OPT was the first muhl•spaoe vendor and Is currently one of three that had Its equlpmentihird -party validated to meatthe PA-DSS Standard for credit caret- onabied units. DPT's level one server provider and PA- M Third party vaitdation is a clear Indication of its commitment to securing the publto's confidante data and protecting the reputation of operators like the City of Fort Lauderdale, 4 Third-party tootfology support — OPT has proven support with the West range of third-party technologies that Include Pay- by- Phoae•, campus cards, oredfreard processors, and smart cards. VIsually Pleasing Design LUKE delivers a visually pleasing design and o tarior finish that will enhance the Give streetscape. The theme for LUKE's mechanical design is "retro•Inspired, contemp0mry.0 The result Is a took which is instantly recognizable as parking related, butwith all the capabilities required for modem, on�street parking including afull numarle keypad and a standard full color640 x484 resolution screen. FrrWM Coabili€fes WhIOTUM can address most of the City's immediate reqquirements, new requirements are likely to arise over time, such as Integrating with space sensor "ecirnologies or building additional revenues tWr gh adverflft on the full color screen. The City's Investment In technology wig beTor a number of years so Itwill be Important to select a vendor which has proven its abggy to adapt to now requirements as these arise. Cost Fffe0OveEquipmanftirlalntananoa Easy access and minimal toots required mean tow downtime and low overall cost of ownership. Comprehenslvetgsfallafron, irafning, and 5apporf OPT will most all of the City's roqulrements for Installation and training. OPT Will work with local distributors to provide local Instal training, parts, and warranty service. if APT is Wanted for this contrast, in addition to the Insteltaflon, training, and warranty service, OPT voll offer toil free; 24C/ customer suppodto provide the Cfly VAIN the bast aerviee orfadng in the industri. DPT has a rapidly gro�h g o'sn" bass "hat includes cities, universtllas, parks and racreaHon lac li#ios, iransportarfOn faaititias, and privato parking operators. In addition Yo our rapuYat on as a depondabto, raitabie dovatoper of superior Yochnotagy, AFT aisop rides ttaoif in tts custamarservtee. We anaouraga the Ci(y to coaYaatha refaraneac contains; in ourpm pasat These raforancos wilt provlda fudEtar evIdence of DPT's aomm =nt to product quality, Ieobniaal advancemsnt, and superior customer service. Component 0merview Tire LUKE paystaf on ;;iota; in 244k andia buff upon thesucaassand �xperiencegained from Yho inmita i*ay pay siagofla dsptaysd Utrocghouf North Amortaa for the tasE 12 years. LUKI takes thekoy benefits oftira infelta• Pap, that include case of use, saaudfy and ftraclbigly, and adds unmatahad technical eopebllgias and improved ftaxlbtgty, satviaes, and features LUKE ctionts tncludethe City of Digital Payment Toolmol ogles — Response to the M of xortLeuderdalo 9s Ei.. I ' ; z: 4 ` Rsquostfor Proposal far�tyuttfSpaoe paddng Mears Chartoft NC, Wtyaff'ori Lauderdale, Ft, City of Glandal%CA; Cyy of Housmn, TX; City of Milwaukee, W; woodCity, CA; City Niveraide, CA, City of West HoAywood, CA, MofWhile Plains, NY; City of White Rook, BC; and the University of Calffomia, Sart#a Barbara. Key components of the LUKE system include: • The WKB pay station • Backoffice Support System (BOSS) • EMS otitinamanagomen#systom Fach of these components wM be briefly dlscussed. Additional details can be found in the product broehuras contained in the appendices. LUKE Nay Station LUKE delivers a visually pleasing design end extedor finish thetwlil enhance the City's urban - landscape. Some of ft outstanding features and benellts I'the pay station include: • instantly recognizable • Multilinguai support 4 Muitlple payment methods; coin, bill, credit cards, smart cards, cell phone, coupons * Support for both Payand-dispiay and Pay- by-Sparae * Color sorean to deliver Information services such as local maps, speotel events, and advertising • Ir a of collection • Comprehensive management reports • Mepular design allows for quick and easy main€enanoe, upgrades, and component replacement • Robust cabinet destgn to support the highest levels Of physical security • POI vaiida#ed credlicarddata security More details on the LUKE pay station can be found within the RFP technical responses. Appendix A —LUKE Brachuto also contains a brochure with additional information aboutthe pay station, 9OSS NtanagamegtSOftwerg Al pay stations in the field are supported by Bost -&lass BOSS. The BOSS software will allow the City #o: • Create multiple rate struntures (hourly, dally, incremental, blended, special events) • Create spacr.specific rates , • Update rates, configuration settings, and ticket headers and footers remotely • Customize prompts in multiple languages • Generate industrydeading reports for operations and schounting deparimerks remotely and in real -time Rotor to Appendbr 0- BOSS fora description of features and funotionalittes. 0191tat PayarenETechnotogtes— itespoham to the GKW' cf Portiauderdale the ftam any Internet 14 I {J j Request forproposaffgrAdtritlSpagePaflrrngdtetere rrr •li . from anywhere that an Internet browser Is installed (compute; Internet Cafe, Blackberry, Phone, i r Palm P1104 and other mobl e, devloss). i = Highlights ofthe ERAS solution Include: w Reaklms creditoard procasstng i w Re"me reporting' Re4tlme IntatrsentdispatchIng to any Wob- enabled deVice (computer, PDA), call phone, and pager . Add pme ovability in a Pay- by -Spaos environment j w Dpi Wob 5ervieas for third -party Technology integratton (that is, enforcement handheld davlces and accounting systems) Together, these components offer the most powerful multi-space psWing solution in the industry. Refer to Appendix C.- FMS Sroohure for an overview of the EMS functlonatities. „ i i , , t "1 ' t7lgttatPaymgntTachnotogtes— Respq�atuttrsC {tyafFgittatrderdais t8 i r L I .. .it till •.t t Request for }§oposai for Nluld�5pans Packing Meters Tab 9: KlleatorI peiiverabfes and Prppri'sed Benchmark Timetable Thereareasadesofvariebies thataffeottha timelinesforproductdelivery, mostnotably quantity. The City has requested 82 mulifspeoe parking meters to be delivered over three phases. The rd lowing schadula is proposed for delivery in Phase 1 oftha project, The delivery sohadulo for any additional pay stations will be determined when further quantities are confirmed. Immediately PROJECT PREPARATION ACTIVU19S. Project Manager Is following assigned fo workwith the City, initial activities would include: awarding of x Gather eomedt information foraW individuals who %illbe conhect involved in the installafiod and training. P Coordinate all site preparation activities with the resaller responsible forinstal(atlon of pay stations. x Provide City with to= for establishing merchant account informatton ragu(red for reat time cmditcard proces*g, (ALREADY pONI -) . x Facilitate testing and implementation of any naiwork connactivitythat may be part of the proposed solution. (ALRSADYDONF) x Wo* with the City to deploy effective signage to assist the parker with understanding and using the new parting meter system. x Aasistthe Citywith developing and Implementing an effective oboe raiellons strategy to ensure successful completion of the project. k Offer the City guidance in creating aWeb site that provides Information on the new parking meter system end a OM section to engage the public on the progress of the project and. gauge public feedback. 4 weeks for mAmltOAcTURtNo OF PAY STATIONS (incorporates lead time 4nC1cba1e4 requited to handle potential manufacturing backorders), Cold Rolled - Sle I,14 weeks for Stainless ' steel, 3 weeks SITE p{RPARATION. This preparaation would Include the (conourmhtwith instaiibliM of any required concrete pads, power, networking manufactttt ng of infrestructore, end bolts corresponding to the LUKe mounting the pay stations) pattern as watt as signage. Onawaak Si$ fFIVIENTANP DELIVERY OF PAY STATIONS TWO to Three INVALL4III AND TESTING OF PAY STATIONS weeks. Digital Payment Tachnotogtes- Rcsponsetothe City of Port Lauderdale 16 J'. I � 1 i 0 RetiwskforPmposaifoiFAutU paaefyarktn9Meters iWodays Il' AINiNG. puringtraining, theoutitneofkeyaoGviiieswllinclude: J (Concurmritwith installation and ' softwareRavtaw j testing) = installing sof€ware • Backing up data • Review BOSS menu structure • setup ttseraccess profiles = Configuration7Paymehtsetup = Machine setup = Pay- and-pisplay = fkatesetup = Reporting = Transaction reports + EMS Reviewing Em features 4 Accessing theappilcaiiorr f setting up users and notiquatians = Entering service mode n Reports at the paystatton * BOSS Data Key operation = Enforcement Loading new rates = Obtaining €ransadondata Hardware Review P Keys and looks = Keypad _ . Coin acceptor . A powering = 862.11bfg orGsWepRSwirelessconneOUM = Pdpter = Operations = Collecting money Nlatntenance Chanift paper Drgttai paymantTonhnotogiss� Response to the City of l ort 6auderdaio 1P. I I :t :t ,x .t ^ati 1s`�4^i I I1-1. :.v� °S ?�^,;k '.T' Fait ti F{ w V� �l eY r `ifAg k- ff tl iilf €. f"l IS xi M� 3� 4ffuY " &5MGG' c"Ri n 'u' �A,Y'3�u'. <K^is� r h> ;'% �t t d :I'N ".:.i�� Cleaning coin aoceptar r . Cleaning oredttoard reader Pourweeks POST MIAt t.ATION REVIEW Poitowing training, the assigned DPi Projsot Manager wiiFrsmain the key pointperson with theft for ape46d of 0 least one month to ensure all operations are running smoothly. Ongoing Cnca the Gity Is confident 9 c*n operate the system of W N* on its own wfthin the first month, the Project Manager will hand the project over to DPrs Customer Serviceteam, With this start of nTj Digtta2 Paymant%chnologtas — Rosponso to the City of Fort Lauderdale 14 Pay -and -. is Steel, and 16 9s f 0 1 j f.l ,.t -i. .i ,3 It i .3 t i f., S 0 Rpque&tfprPrpposai forfVtuift3paasPsrktngN(ptazs Tab 'iO: Mnanciai powmentaiion DPThas provided the necessatyfinanclal statements Lathe CHy; and O be glad to do so again once It is agreed thaf iha information is efdctty contidentiaL r.. t)lgttat NaymeutTecimniogo— Response fd the Cltyof Porttaudordale 19 t. i .t •f Request for Proposal for Muni -Spica forking meters ,:� lap 11: �tieirt References Munidjoal 'f3es an Sfa a n #rtes city ornouston, 7X Wane L. Rambo, CAPP Tot.' 713. 853-8278 Awa 713 - 055.8913 instaAakon pats: September 2008 Type of pay Stalloo: LUKE, solar - powered and some AC- powered Number ofpay Stations: 750 Payment Options: Credit carets, bIlls, colas Connection Typo: 802.118 w1•t7network 9US Servicsa: Reporting, raat-lime cramp card pwoosehig, remote updates OPTwasawardedathreeyearcontmotbyAMilatedOomputer $ervioas,ino,W$)tosupp 750 WKE pay stations for depioymentthroughout the City Of Houston, TX, in Sept=1102O06. here Is an option to supply a further 750 LUM before the end of the contract to make up city wide total of 1,500 stations. This projectalso represents the firstmunicipal parking water system in the US, that does not rely on a oellular remark but instead communice fes exciustvely using a dedicated 802.11 big Wi -pf nehyerk. The City of Houston will evaluate the performance of this VWR system to d tsrmiino tiitcon be expanded to assist public safety and public service employees to improve # e accuracy and timdiness of thatrduttes. At the conclusion of thetdal, the LUKEE pay station was rated the highest by befit city ofiictaib and the public. Houston's LUP solar- powered on- streetpay stations accept credit cards, paper currency, coins, and paV -by- Phone. The pay s#attons also otter on•enresn payment instructions in multiple Languages, as well as remote back and system management through DPT's lntemat -based EMS. EM$ enables City of Housibn offlotals to remotely update all pay stations, in real -time, with new rate and conFiguration information. The successthl awarding of the contract oaps a hvolearevaluation period by the C taf Houston to Investigate general system Integrators, on- street pay statbm manufaeiurers, and Wt I network suppliers for its on•stmet parking system. Cky'of Glob dak, C%# Tad defmbwfd, Parking Manager Tel: 818- 548y9980 Fax: 818409.7027 Instaliaft date: October 2008 Type ofPay$Won., LUKE, AC- powered Number of pay Siafkns: 75 Payment Options: Credit *ants, o0w Connection Typo: Gem SWS Servfoes: Reel-this remote update,% reamme oredlt cardpraawssktg, real - tme reporting 01049 payuk9lit Technologies — Peoponso to the City of #art Lauderdale 20 f f 0 , Request for Proposal WMulti Space Parking 14atem DPTwas awarded a tittea- rearcontraottd supply the City of Gtandale."' up fo 78 LUKE pay staf'afns In August 2005. VJfihtn two months, Me units Were deployed an Stand Boulevard and throughout the downtown axes for both on -and ofPspestlmptsmentatiom Glen We LUKE AC- powarsd on streat pay static, m; accept ore dI card a and ceina. Tice pay statlons also offer on screen payment instructions as wallas mmota track and system management through Mrs Intemot based EMS. EMS enables City officials 10 remotely update all pay stations, in real- time, with now rate and configuration information, end also facilitates feat -time credit card processing and reporting. f there had been no pay waftedtolncreaseaw cnl nuwnt»n rofrnnc fe free parldng. Almbstlmmedtately aftarthe launch of the project, the City showed that partdng on grand had normaitzed close to the op6mai oocupency of 85 peroantand ibo parking mete provided a strong revenue source. Cttyot'WestRoPtyitiood. CA 8300 Santa Monica Blvd West Hollywood, CA, 900894314 Jacldo Rocco, parKng Opsraftons Manager Tel: 329.84"426 Rod Marquez, Assts€antto the Parking Manager TO. S23-848-8400 Long Thu, Manager o tparkingOperaffonsacoiteotrons Tek 823448 -8830 tnsWiadon Date .# 2003 Type of Pay Static ». LUKE end SASMY, solar- powered Numbero €Pay Stations: 13 Payment Options: credit cards, eolns ConnsoAon7ypa ?GSM 151 SServices:pay -by -Phone roof- 4mocradficerdprocess /ng, add ffmaatanypayslaf7on now ered pay stab authorization, orrsbestand Redwood tatty, Cyr Gan Zack Downtown Gevatapmentcoordinator gnslailatton Gaye: 2007 Typo o€PaySleilox I.VW solar- powered NuMbero €Pay Sla €tons:42 Payment Opftons: CredUards, cams, b9b 0 y alatlons during an seed an RFP calling meters with multi- t payment in coin and Tok 880. 780 -7389 Fax 850.780 =0128 Digipai PaymcntTechna toglas »Rasponaetarhe Olty of fog Lavdardale 21 i� ` RequestforProposal for Multi-Space ParkingMoters Connection Type: wi- Rmaimmosh network E'MS Sarurcas: Rearfine oredlt card processing, mat -ftme remote updates, Pa. Whano, add time stanypaystetion Dpi was selected by Redwood City, California, to supply 42 WI -Fl based paj stations for the City's downtown care. The LUKE pay statfonwas chosen to provide city parkerswiith a fangs, of payment options and convenlenoes while helping to facilitate the implementation of Dr. Donald Shoup!$ revolutfo*sry plan for urban revitalization. Dr. Shoup is a professor of urban planning at the university of Cal'Pomia, Los Angeles (UCLA) and author of the book The H19h Cost ofFrea Parking. "in Redwood City, we have dhalfenge," says Redwood City's downtown dayeloptmentcoordinator, Dan Zack. "Ws, have a downtown core that suffers from gridlock as people circle the area looking for t ; available on -street parking. The Irony is that there are stalls sitting empty only blocks away" Redwood City's LUKE on•ok'eat pay stations are connected to bpT's EMS via a Wt -Ff MetraMesh neiwark, Thls WPFf connectivayenables the City to offer new capabilities such as mai -time dredit card authorization, Pay by -Mna integration, and the ability ki add time at any pay station. °They're all connected and share information with each other," notes Zack, OPT's EMS provides Redwood City with the ability to closely monitor vacancy rates and ensure that parking availability is maintained at an optimum level, if rate changes are required, updates to all of the pay stations may be made Immediately via the Internet. City 0Offwaukae, W1 CindyDeAngalos, Parking Finance Manager tok 494. 286 -2404 Pact Klalbar, Pafto Operations Manager Tel. 4f4 288.3279 Installation Data: June 2007 Type of Pay station: WKP,� AC-powered " MunrberofPayWilons.1976 P.-yrnent options: Credit cards, CA$ Cgnnedian iypa:• GSM s Savicas: RaaldJma orWitowd processing, red -Ona data integration The City of Milwaukee, has Installed over 100 LUKE pay stations In Its downtown cwridorand recently placed an ordarforan additional 76 LUKE pay stations, "The LUKE maters v411 allow users to pay with colts, debit and oreditcards authorized in real time and theirnetworking capability will allow porkers to pay atany LUKE meter. The Oity intends to take advantage of the fait colored screen to provide the pubiie ussful Information on current wants in the area." Mllwaukeds pay stations are connected to an entetptiseversion of DPTs EMS, the online mansggement system that delivers a range of raalhtfine services that is hosted by the diY itself. The first of Its fend in the industry, the enterprise server op8on allows the city to maintain ilgfitar oontrof over its dais. Milwaukee intends to develop several new applications In -house using DPT Web Servlces, an data exchange xn'nt! assist in atreas�haas exchange dreaementtandd maalatenand ce party tecflncfagiss. This ii l.� .. t) igttafPaym' entTeebnoiogtos• �ttespousoto the City of Pod Lauderdale 22 i ? Req uestforpmposal for FgW .Spao.,P2ridnoMotars Chaf!'hobga Area Reglanal Trdnsfi AUthorlty (WTA) Kirk Sham Tel: 423443^4383 ' installation bate: 2008 ? Type of pay Stsilow LUKE and SHELBY Number of Pay Stafions:43 PaymentOpffonm Croditcards, colns, bft Conneotion Typo: CDMA EMS Servloes OnUne areditaardpmaessing, repoHtng, CARTA chose OPT affer'an extensive RFP process In early 2 ©O8. The rollout called for o"rest and anst reetpaysfa8oris spreadtilTOUghcuYthaCityufilhingPay- by-SpasaandPey- nd- display modes. i Aso" aisfembar2007, CARTA has dspioysd 29 on streat and 44 oft sh eat pay stations and is consianiy adding more ata rata ofsix ayeryfeWmontiis. GAS TAapprshtaias theabiti€y to consolidate at! its parking apam one under one system and has dras8aaiV retf as tI operational overhead. Cify 'Of WhIM P101rts, M' John Larson, Associate Director 7161, 914. 422 -7232 ext, 2404 Fax: 044422.1274 Installation Dato :2004/2005 7ypaofPaySfetfan: LUKE, AC-powered AlumberofPay Stations: 403 Payment Options: Credo cards, colas, b9h diange dfspanser Connection Type: Hardwired ADSL EMS Services: Real-time repprft reef -#me remote cariffgunWan, real-time credituard procasafnit, reap time monitorng end atamft, Pay by- phona, Web Services After careful review of all AM pressirtaifotrs and an evaluation of DPT's Strengths, White Plains moarded the'conilact to OPT in November PAD04 for the deployment of the LUKE pay station, White Mine has to date purchased and Installed 103 LUKE. pay staHons throughout the city that accept coins, bills, credit cards, and dlopense change. to 2007, the Gov installed an additional 80 LUKE pay stations and in 2008 an additional 40 White Plains also utilizes the remote IWS system to provide real-time reporting and remote conf�guration, real -time credit card processing and real -rime hardvlired monitoring and alarming through a ADSL network uormection. ChyofWhHe Rook, White Rook 80 NtatfhowGreen, PeyPark NrgMaasgor lei: .804544 -2284 I InstaitaLonDatw 2004/2008 Type of PayStatfon; LUKE, AC­ and solar powerod Number'af Pay Stations: 37 Payment options Craeowds, colas Connection Type: CDMA EIKS Sorvlees Roat -time cradltcard processing, add time atanypairsfatbn, Pay by -Rhona i OPT was awarded the Mb Rack contract after anPXF process involving the City of White Rook 1 t and the consulting arm of"MO. OPT began installation of the iftst of five phases in November 2004, Digital PaymentTechndlogiea— Response to the City of Port Lauderdale 23 I V 1 _ i .t i ,1 f . rt 7 t • , i itequestforpropoosi formuitl4paca Parking Were The totat implementation involved 37 LUKE pay stations configured In a Pay�by -Space mode to accept coins and onita cards. Nine of the units are AG powered and 28 are solar powered. Al at the units are connected wirefessiyvia CDMAeelhrfar modems to enable connectively to DPT's EMS service.'fhis real-time conned€v%f pravidea parkers in Whifa Rook with three key. benefits. 4. The ability to purchase a ttdcetand add time for any parking space in White Rock at any machine 2 EnabtQSreattimeauihortzafianofparksrs 'cradtoards 3. The ablilty to pay for parking byeall Phone. White Rock utilises three reef t ma EMS sesvloes- -real -time credifoard authdOzation, monitoring and afarming, and reporting and remote rata configuratlan. The LUKE pay stations are replacing current pay stations in parking tots, individual meters in parking tots and on skout individual meters. In 2006, the City of WhW Rock was recognized by the provincial govemmentfcrthe innovation of Its parking program and the use of the LUKEparidng meter. Tina City received theinnovative idea Award from the Government Finance OfficereAssoclatton (GFOA) of British Columbia In recognition of its watarkout pay pawing technotogy and practices. Gift' of Port Lauderdale, FL, Diana Atacam, Assistant PeOng Du'edor Tel: 964. 828.379.9 instellation Data: 200$ Type of Pay Sutton: LUKE, AC- and solar- powered Number of PayStatfons: s0 POW,!#Opffons: Gedifaards, coins, bills Connection Type., OW EMS Services: RsaWma oraditoard prwassrbg, repOit7ng, reef ftO updaW After an extensive RFP process, DPT was selected as the preferred choice for the Olty of Fort Ladderdalee orestlalous Los Was West Prolect Upon succassfki oomPletfon of a 90-day evaluation, customer seryloe. Features an nenance as wolf as more adw I played an integral rote in the Ujawmiffes prccass. r, mderaestbetfcs, meter networking, UnfvaYSiiy ofCatlfornfa atsanfa garhara, Santa garibam, CA Tone Lualdo, Assistant to the DlrantorofTfOnspottatlan rob 80"93-Ml Fax: ' 806-5933908 tnstallatlon Data: dune 2003 Type of Pay Station: LUKE AC- and solar- powered (switched MOM tntaffa -POYto LUM NnmherofPaysiafians:89 , Payment Option$- CroGdit cards, coins, buts, campus cards, coupons Connection rype: EthariretAN n awe Services: Pay-by- Phone, add time atanypaystafkn, revrOhis credlteard processing, campus cards t7igliai Paymar itysobnotoglee-rtespansotothe City of FartLauderdata &4 i ^ ! Mgeestfor proposal for muitt4paeo parking Meters UCSS ourreritty operates 89 AO. and solar powerad pay stations on its oampus with more ths'n 26,00a transactionsgenerated par month. The un(versly has aneiwoikadsystem thatencampasses agar 6,000pwktng spaoss that allow packers to pay for theirepaoe and add time to their current space kam onylocation on campus. Methods ofpsymantindude cash (bitisfootn), offilne credit card, „• offlinecampusaccesscard, bouponzfortheTAPprogram. andanintegratedcallphonepayment system. UOSE undertook eAenslve ressarch to evaluate alternatives for parking managementtoofinefogy. The Bnallets included tends. C^#tranilan Teohnoloilfes. ParImonl8ohiumberger and I)PT, OPT was eventually selected as it was the only company that could Integrate With the edsting parldng system and was able to customize Its software to meetelf the needs oftha university (for example, campus cards and Coll phone payment system). UCSB is currently adding more machines and migrating from the EMS monthly snfbuara solution to the hosted EMS model to eliminate the monthly reoccurring fees. Pafffotuta State LAnkeraiy, Long Poach, CA Aden Dunaway, Pianner/lsfjmator/Sobadukar Tot, 60522-6132 Alan M, oore, Assislent DirectorotParkfng and 7ransportaEion %t: 5624194847 lnstallaflon bafe: January 2005 TypoofPayStation. SHELBY, solar- powored Number of Pay ft flons: 29 PaymentOpffons: Credit cards, coins hNs, change dispenser, campus oards Connection 7ype<W -Fl EMS Saruloes: Real -time oredlf oard processing, oampus cards, reskima reporting, reaRtme updates CSU Long Beach has to date lnetaifed 20 SHELBY paystagons on lts campus. Tha universrlywont through an RFP process and DPTwas selected based Its product fundional fras and capabiNHes. CSUi Long Beach pay stations communicate on the university's Internal oampus Writ backbone. The pay stations accept payment in oredit card reaRlme, coins, and bills, and dispense change in a replantshLtg format, The university also has its own on site server that runs alt the real fto EMS features desccribed in the RFP response. Unfverefty ofCaltfoirrfe at Los AageCft, Los Angefe--�- CA Demo Carter OporattonsManager Tel: 5104694050 - . • lax: 310 - 828.8700 lnstalfafion Date. July 2004 7ypa ofPey Station: LUKE and 8:149W, Ac- and solar-powored NumbarofFaySEatinns: 38 - PaymentOpEkrns: Ore ditcardx coins bills Connection Type: ahamst EM3 Soruloett Reeklma credit card proceseing, rdaFtlme teporig I UCLAcurrerdiy has 36 LUKE and $149LBY pay stations deployed. The pay stafians'aomnwnioate Wa the campus intemetto enable real Ume ore It card processing. The university also utitfees DPT's EMS onitno access for real -time reporting and Rdstrigent dispatching. UCLA currently has several other looatfonsthat use existing pay stations from odtervendors With plans tl� replace all of these with pay stations from DPT. UCi A is curraritSj adding more machines and migrating from the EMS monthly software solution to the hosted ENIS model to, eliminate the monthlyre- osourring fees. Digital payment %chnotogtas— l7espanse to the City of Fart Lauderdaio 26 a I i t ' I ' i + r t?aquastfor PropnsatfarNfafti•Spaeo Pxrldrlg Metrtrs °Tab 12: Submittals Plaase refer to theappandicesfor broohures on the LUKE pay statlon, the 0088 and EMS software, and ""pia roports from the pay station, BOSS, ehd EMS. The LUKEtpsta!laifon Guido and LUKE Maintenance Gufda can be provided to the My upon awarding of thecordraat• pigmPaymord oohnotogres-- Resp *hsetotheCityofPormauderdate 20 I . r • i RegtWtfor PmposalfOrJWuldSpaco AuWrig Wlem Tab, 43; Warran ieslExiend'ed Maintenance and Software Suppoit , Ptoass mferto AppendixF —LUkE W9.Vkrranty Ptan fora dotoilsd ovemew otourwarranty plan. prgitaE Paymntttisnhnotngrea— Aaspansein thn 04 o€Pnrt Loodordato 97 �k i.r i :i ;7 �i I .:r : ;i ,.x i ,1 r t2equsst fdr prApoaai for iHWB+Spate Pa ndng flitetare Tab 14: DeWed List of Offering in summary the following is being proppsed! 32 LUKE Pay stations capable of Accepting Coin, 6111, Credit cards, 5martCard& • Tha.1 UKE pay statleds are to bH powered by Solar Pane). m V Prtpisr AbilityfoacaepY1? aardS • AN to eocept Frs 8a ' Resident Card Ah'Rty to accept Paraxtnart cards. All necessary Soiiware for tha Pay stationstoallowPSSandlpf AD opptation > CaSM Madams (`f -Mobue or Cingular as a oarder) br COMA modem(Verkon) depending an who offers betterservioa. if 842.11b is required, pricing can be provided. o pePvery aqd installation of Equlpinent t 24hoiarsafon- si1eira1n1ng • 2 years•of Hardware and Software worealywith on site Tier 2 support • All 1 the necessary Sack Office software and licenses • UoNi fled access to gMS software for unlimited number of users for a Beat Pima CC hansaations o Pool tme R4portzrig o Real.rhe Alarming • Ali the necessary keys • Handheld device for off -line eommunil;.ation • An additional collection (coin and gag) cargster fbr!~AICH pay station. • MuitflatrguageCapati ty-- Softwarefa'ature .. (pption itio$uded) All Pay stations are constructed of Stainless Steel. The following equipmarri isdesmed apttana! and is available for additionat charge, • Pay By CMt Allky —Software feature pf&al Payment Techtnologles-- Rasponse to the City of portGaudordate , 28 r. e e f r r ! .a �!I . r .Ir i . . :c „ jr ! ;i 1., Requestfor proposalfor Muld Space Parldny getters Tab 45: Cast Dlgltat AaymelrtTschnologbs— Response to the City of $oriLauderdale 29 3 , .pw+M1i ■ 1pvwpy r'fRt1tik<ritlt�ar> H, ri65A'NetLINN:>� i 1 r I i 1 I ,I . Yt� .1 k ICOYnP�OYI ""F ate Sams Sams Y 16562 Cdy: C(HN'PwY2LNUt0rdaiB t tna rea»+ m ED at .. F�.YiBfgl�d . t O n7dandednm* �+j �y{Artx lrSnny/ara 3 5odar6RtitEPa�y�01(ao n OOtaR0A0d6Man, tnttadCne: S 45,888,80 6 8,78088 18 S tfll,27s4.20 indud0d 2 AY OW 00IIAdatw(SBWnatcsJ t 3 DVAtACOBPtar(n1GenlMMe0r0} oaatftoL Waded molded HdCdad Indtaapd Indudpd 1s 14 78. in WOO ladudBd 4 UdeY(NB6StCPetSmABddadbt+tp) 6 Payata8arr4kW7aa Y Ut UM to $alluded 8 08M A4odBm tndaMd 444 Ir„tud0d to tded 7 SotarABaet2DWattW (relaaaaampUDela l Bd. ' 5Ukta}�S lndadod 8�••^.:8�89+t0 ,,,16� „�,,,., _,,,,,_„ Oroo4 .. 20 $ 1 ASIA. fOrP� . A 42AVACtriI{ EPeyaWHwi (Cmdtia'BBdSteai}.fndttdtng: $ 14,858,84 S B,16&18 14 S t14,9de,(0 e AOIVW da pT(1DW Doiaa) ndudod ndad d 14 Wood ' 18 Obh7AxaptdrpWOaMstar} indudea AWPldad 14 tndudd4 • 11 Oual(;_,4 R r(MaSSMPa7Sra>SeddedONO u7dttded Waasd 14 (nduded 12 PaYsteaoaY.4”. Adudad IWUded 14 ladudad 13 '3e6Uadam tnd98ad Wubd 14 tadaded AO Pwor „__Ld ad wU44 " Sp iaroYPW Y nn ;8'•, • . 8,Ygu8SA S (: ' 4A51D 6dmM0a Sp&wgraAttt7J,{dj'dwBre 18 tUKEHfWrBDKOPamleoftxOro S 269,00 S 260.00 % AaotdBdeAmrad(NroadYPatthaesd} 18 LFIi( S84 SSSoth4dfe- AavBiMndSPdiJOStmd $ 1.088,00 8 t,!1a0.00 i &a0tk9drdiYeYBd(Nr9&dpPuRfi8s9d) 19 OYeditOardSpbup $ I'sa R $ 1A00,oP 1 Botge deavBrad {AtmadYPUrckaBad} 10 P*MWKroYa(aatatto) 8 28,P0 $ 19X8 4 $ sSA4 18 OdlecdoAKa1(OBn{aWTRemov4 $ $8.00 S 18,(S 4 28 W4V(pArv(OagWrA05eas) $ 1080 S SA 4 $ 2Rbe 21 0014t90u7faY(SrtlRemaval) S 1Q00 S 5,50 4 1 @at A0de8tremd(AhaedyPardWnadJ.,.. 22 0ape4a0xay (BAIRcOaau) S 98.08 $ S,6a 4 taotbdde9wxad{Nready Purahasso 23 SMPplaA 8 200.00 S 280.08 92 $ 6.400.00'.. 24 AISAdo*n r� @# D $ o"a $ 500,88 82 $ 10,808,00 26 tavarW mywWWOr25t64mtt S MAD $ 600.00 32 $ 18,008,00) 20 AddWMVI:xt�omld l YBar0Wlra*0" Year Z S 780Aq $ 766,08 82 S 21,008,08; 27 AdditlrnWS%teldedlyeBYiTar2aa eSWsuPpoitQaYeaT2) $ 20080 $ Zzo 52 S e,aaU,Otl 28 7is1af00(PkatUW) S 2.000,40 $ 21=4 1 S 2,90aAa 29 Wni V (Adar,9 0W COY) S &00.00 $ 80000 2 $ 1,000,00 30 6pam,00100ealow kIOA @A $ 6ba.1W S 880.00 82 $ t0,mw 51 Spars,Sflslacka,L5,1.Uj(E , t00allola S 300.90 s 186,90 32 $ 6,290,00 n 32 RspwBdA (M TP H6Ma0tt a aMj $ a0D $ CWCalatodtAaM dY 95 09pq(pera {alluded titdudad t4*d CafwtaSCdMo0ti1(y oyMtFp9Tm0an '84 MotIIMPnOUndAfam9nA (Per PpYSlitmrParmoWC) Mo*o1meantiA YadUded iaOArdad CWau{aWdPBaaSfit2 i` ' :r' ..' :.' Ovt+ t9t3 {P�z�+Si@!'.t7itit'i'i4G9.., �u.'� ,.: ', - .$ •:•-."�1',�1:{.�t' ' " .. ":,. • bverattPer'ACUniE�+ � '.:.,' $ � 0' ®82:6G' ,... as staMssSeW0a51nata W pedvWUpamde $ 8,14000 s 082k8 ,, �Y"u�•y • •• 1, �.s \,,. ,4i.: •)m"S'.',yr'•��•u.%,.�• jn •'�� n, k,,•�.� �Ft�.,l,.l• ^;'. -£:hi• ���^5��"t a:. '. S -.p )9Cyyy5� rR`.,;tac.� . s: •,,:., {; :. »y.•!vvm • .,,';_,""'���'�x:Q��n���:.:,.;: h 'Ais�u(rns ?� ^'�::1�i�,Q�aY;�parr�es jai,:,; ;(ia�....,. e� -:•:' O+` ••• cay';2�'rFVS...,•^>Y}��t ✓n✓v<5., ,.','''+.':,. .»:(.;. M •:.t, `�i,.f' ¢• r•4 .•yf'•,• .:S:i' Nt'•fa�•L`. �•r..^��A, • `. .i!:.Y -: .5 y,_ • •.:• .r.•. ;;,YEw.. :'F... ... n'77Cb. �.' '���G.�y�. .��9f; ::� .`�`. ° "' %:.'•4 i;' c.e`[.r�". n[•S,'.�4�t, j��Qj}p"`� ' rT`4i ":y;ir '7~� «F.;F�?P:: 9 ::• ;•`7. +,4 ^: ;.° c. �:`�:': i.';:„t'� I ^�•�y� °, „•: :�,� fiai. ;f' :2.; PrOpoed city))FSCOoot a,t "a,:. 4''���d!;� a "{c: li5r Sr „r ,'S5 j 1 yin ii .,r request foyProposafforMt9tFSpaceParkingI etora Tab 16: Non- Ctallusion Statemsr# Ufgiia! Psymerftaachnatogtos— Raspaase iafha City of Port LaucfafUe 30 I I PROPOSAL RESPONSE PAIGES - PART 11 s T1w HNICA1r PROPOSAL FtFt' NO, 504 -10442 OPENS 01/18190 MZ000AL RESPONSE PAGES r PARS" 111 C3N400 1 itiS1ON TATEiVtEN C By signing this offer, the vendorlcoptractor certifies that this offer is made independsntty and free from collusion. Vendor shaft disclose below any City of Fort Lauderdale, FL officer or employee, or any retative of any such of losr or employsa who is an officer or director of, or has a materiallnterost in, the vendor's business, who is in a position to Influence this procurement Any City of Fort Lauderdale, FL officer or employee who has any input into the writing of specifications or 1 ' requirements, solicitation of offers, decision to award, evaluation of offers, or any other activity pertinent to this procurement is presumed, for purposes hereof, to be In a position to influence this prcourement For purposes hereof, a person has a material interest if they directly or Indirectly own more than 5 percent of the total assets or capital stock of any business entity, or if they otherwise stand to personally gain If the contract is awarded to this vendor. 3.3. City employees may not contract with the City through any corporation or business entity in which they or their, immediate family members hold a controlling financial Interest (e.g. ownership of five (5) percent or more). ' 3.4. Immediate family members (spouse, parents and children) are also prohibited from contracting with the City subject to the same general rules. Faiiure of a vendor t6 disclose any relationship i4escribod heroin shall be rbason for debarmant in accordgnce with fba provisions of the tatty Procuremorit Code. NAME �tA rtESNSHtPS In the avant#be vendor does got indtoate any names, the City shall interpret this to mean that tko vendor has indicated that ho such i'elationshtps arts& . i ``. f�C;Cr•1escJefrJaC�G�.. .Y .E t ' � f e� i .. i i is i 4 •' I �t ®ynestifar ProposmCfaYkTGiki�Sgaca paHcing IV(efers Tgb 17: Propossl.516natyre Page t)RO(w papmentTeth"OTOgteo.- moponee to fire City of Fort Lowaidato si t .: IPROPO&AL EdWONSE PAGES K PART IV w BIDIP90POSAL SIGNATUPE PA I Hats to sul mj2i bidslproposalst It is #sreferred that bidsiproposals be submitted electronically at Id•,syr�c , uniCSS niherwise stated in the bld paat<et if mailing a bard copy, NO be the sole responsibiirgy of the Stdder to ensure thatthe bid reaches the City oi•Fort Lauderdale, City Hall, Procurement Department Suite 619, 900 N. Andrews Avenue, t Fort Laudardate, FI. =01, prior to the bid opening date and time listed. Sida /proposals submitted by fax or small will NOT he accepted. Plans, refer to Part V1E for speoft mstMotions for this RPP. The bqI* signed hereby agrees to furnish the following adida(s) or sergicas at W pdoe(s) and terms stated subjeotloati ' Instmotions, conditions, spacsHoations addenda, legal advertisement, and conditions contained in the bid. I have read all i attachments Fnstuding the speolfloations and fully understand what;fs required, By submitting this signed proposal t will swept at contract if approved by the CITY and such acceptance covers all terms, ponditians, and speoitications of this bidlproposa), elp ft t!ot% If responding to this soituitaifon'through SMSyno, the electronic version of the bid response wilt prevail, ,Unless a paper version Is clearly marked by tht bidder' In soma manner to indicate that a VAR supplant the etewonio i version. 3ubrnitted (signature) (date} . .. Name {pdntedJ l�sr+.bk'EvJ �cet I7"' title „G'frr�a �X�.^.r- r•riv� Dwnrce•^.e:. Company: {Legal Registration} 77fs {rzfx P s+.wt�vr % nu ie e Address: 3ei - 09,40 sr' lti ✓e . • City .�ir,e ,�Y Stale:�2lp..,., V'SC.._E!iC.�, _ Telephone No, bd¢_ _:..dM= &� FAX No. boo .. ¢a�aP� spa 29 "AIL, M—Mre rrror_6h&, eaA tZ, Delivery: Calendar days after mosiptof Purchese Order (section 1.02 of•Generat Cbndiflons): PaynientTerms(sactlon1.03}, 621 Pd A Total Bid Discount(secdonl.04): .S'sg Does your firm qualtfyfor MBE or wale status (section 1.08). MSF WBE ADD,FIMOUM,ACKNOWLEDO MENT- Proposer acknowtadgas that the following addenda have been received and are akrdad iri tho proposal: A tldenduM NM• D a is d • 'r''xtds7' FPN'tiswrs,R;t 70 G'cI�'T7o..Fs ' VARIANdES; Sfa�e any variations fo speoiflcaitans, terms and aond[tions In the space provided below or re space provided below alt variances catMa[ned on other pages of bid, a#taahmehts ar bid pages. No exceptions By the praposarwpi be deemed to be park of the 6td sutanifted antsss such vadatfan or Pilo contained wlfltTn the b(d documents and referenaad to the space provided below. Ef uo statement Is aantaide 7 space, h is hereby impgad that your bidlpmgasal complies ydth the fait scope of this saticifatian. Ii�VE a VA LANCE O Ti S B B Eli MEIST C # dnt p V V ''. ENrCEpTidN t3 TArrl =nr TQTHE Sp(= CII~lCATiONS TERMS AND Cd i�t),,T10NS ' variances• revised FUR i.. z the or i i I PROP011 t PAGES PART U Spear 'nON I UIRI Nf> Ni800 IVlPLIbNGi Complies "Ab • , Spebifioation Ftequrretnonts A. 90.99L 1. Respondent shall usa a Iocal distrlbutbr to provide support for initial Installation, training, parts and warranty service. Ucar is defined as close enough fo the City of Fort t.atiderdale to provide twenty four (24) hour responses to software and hardware requests. Travel shall beatnoowtothecity. Y N„...,_ 2. Madlitnes must rempin fully functional to abnormal sheet cdndifions like excessive hea't•(trttemai Operating't'empera'tute of D "p to 140 °F) humidity, rain, hall, grtnie, vibratidns, saitwater splay, otc. Y 3. Ail meohines shall be constructed wlth new and unused, rugged materials and meet "Year 20OW compliance requirements. Y N 4. ' Respondent explain preferably In a Vista Diagram, how ifs computer network processes the flow of bn or magneto stripe a d microprocessor c s type $ma card n�� fllon from ft pay stations to and from the OPT uses two methods to process creditcard data; batch (oftne) and real4me (online). ... 5. mealtime (o illne) prdcros g ' PAtch (online) processing! Respondent must be prepared to agree to a 9b day trial period with at toast four (4) fully functional meters to be tested in at least two (2) .different locations in the City before the remainder of the meters are fthW tied for Installation. Y N Respondent describe, to detail, all ofthe equipmentyou propose to use. OPT is proposing the t,UK9 pay station for the City's on- street application. Details on the equipmentand saftWarefindude: lhtordwaro end Software Components The M sobatlon and Its options oonstst offour hm- 6mr0soft ere Components: f � , € Tbia LUKE FayStation The LUKE pay station is ralsingthe bar for parting revenue management equipment in terms of user frlondthtess, technology soph€stl ation and flexibility, and overall appearance. ` LUKE', unique appearance is designed specifically for multi -space on-street parking meter use, but it can also r , b used in off »street locations. The them eforthe inechankaI design is &tr" spire d, co The remit is a look which is instantly recognizable os parking related, but with ail the capable tries required for modem, on- street: parking including a0 numeric keypad and a standard full color "0 x 4811 resolution screen. The LUKE pay station also includes capabilities such as Fay- bySpace and Fay- an<Wispiay operations, a very flexible rata configuration capabill* networked operations through muitiple communication options and i ease of use for both parker, and operators. LUKE is defivedngon the promise to solve the growing challenges in municipal parking- More details on the LUKE pay station can,he found within the Ri~F technical responses andwithin Appendix- A. LUK9 Orochupe. .. BC1w"�$pfiwalm.. BOSS is a Wfndtiwsbased software program that resides on a desktop orlaptop in the management offices of the LUKE operator: The FOSS interface allows operators to configure all operating aspects of their LUKE pay stations and to retain and query the LUKE transaction database through the reporting capability of the ' software: More information about the capabilities of the BOSS software can be found in the technical responses and within xlppendiz B — SC15'$, Boss Vatd Key The BOSS Data Key Serves as the manual communication conduit between the BOSS software residing atthe main office computer and each LUKE pay station, The BOSS software and Data Key contain 2448 -bit RSA encryption that enables manual updates and retrieval of information from each LUKE pay station. Data e *hange is a simple process of clicking a button to transfer information to the BOSS Data Key and then inserting the key into the LUKE pay station to upload the information. The LCO display on the LUKE pay station then provides password - protected access to all features available with the BOSS Data Key. Remote configuration data transfer is accomplished using 128- bit•SSL encryption. .. Pd4S EMS is a real tltrie remote management system engineered specrficaity for the parking industry. The EMS Server is remotely hosted at a co- location fatuity In Vancouver, B.C„ with OPT acting as ao ASpi however, die Cary may -wish w consider a kicaly hosted service as wail. Communication to the EMS network can he done either wireless via 80111b1g (WI-pi), GSMIGFRS (cell phone network) or hard wired using Ethernet, This sets the standard for reliability, data integrity and operational capabilities that no other existing solutions can matoiu EMS and the OPT pay stations also work with the latest technologies in metro VW-H technology as demonstrated by our successful deployments in Houston, TIC, Redwood City, CA, and Brookline, MA, where all pay stations are networked over either a Tropos Networks or Stria Systems Wi -fi network. • ' Specific EMS features and benefits include! t v Real -Ome non auh transaction processing w Real-time reporting z • Remote configuration 0 proactive monitoring and alarming i • Configuring coupons numbers More information abouttho capabilites of EMS can be found in the technical responses and within Aopendbc 0:.. EMS Erochure Respondent also desorkte in detail your plan for pay station auditing and reconciliation procedures that traol<ele"Wo revenues from the pay station to the flnenotal doaringhouee, lira ciearinghouse system must conform to 4rdemaliorrai Standards Orprilkaflon (180) standards for authorl2atlon I ; ; massagam. The 160 standards, 6s amended from time to time, are deemed as lising.inco'rporated by reieranca Ueretn. All electron& pr000Wng must tdffze an 86L gafkiy, pr6lds at � minlmurd 128 C F 3 data en6ryptfar(, and conform to 611 Visa and MasterCard requirements. For the processing of credit card thnsactions, LUKE currently supports the following credit card processors- * Alliance Data Systems « First Data EFSNet First Data. Nashville (in February 20 10) + First Horizon + Payment Processing Inc. (PPI) — formerly Paradata Faymentech r: Additional processors may be supported through the Authorbm.Netgateway. These processors include: a Paymentech + East Processing Platform First DataNashville (Envoy) + first Data Omaha + First Data PFSNet o First Nationat Merchant Solutions (SFC) o ,GtoW Payments (NDC) a Nova _...... _.......... _. o Fay by Touch Psymen Solutions + RBS Lynk Wal Stiftvsare charges associated with credit card processing Include the EMS fees included in our proposal as wail as the.transaddon fees associated with the credit card merchant selected. These fees will vary by processor, but typically average five cents to seven cents per transaction for real tlme processing applications, For businesses needing to accept card payments from clients, card processors such as First Dam offer a. "single point of contact" for Visa, MasterCard, American Express, Interac direct paymentand all Point of Sale solutions —from In -score to mobile wireless to e•commerce. Reconciliadon of transactions will be relatively easy as ail transactions will be processed directly into their bank account without any bad cards. The client will then have full access to pay station data in order to do the reconciliation themselves or outsour a that reconciliation to a third- party. • Credit card Information at each LUKE pay station and on the BOSS software is stored Vith 2048-bit RSA encryption, communicated with 128 -bit SSL encryption and Is operatw co4gurable to have only the firattwo and last four numbers stored. ' 8 The vendor Mpst have a toll flee suppori number for troubleshooting both sofiwaret •and hardware including a contact number for after hourstroubteshooting). Y 9. Any software and hardware backups needed shall be available within jwenty -four: (24) i oyre. ' N 10, P& newly Metalledus, the City of Fort Lauderdale ParlOng and Fleet, Services 1�apartment reserves the right to Install 11te base and i F the lariat dlstrfttor will supply a fully aparaifbnai payrstaiion at lire CiKy of Fort Lauderdale Parking and Fleet Ssrviois t eleoted location. Oliy,of Fort Lauderdale Parking Services wlil take pbssessfon of new units at the PON of Installation. Y N._•._ WKS will perform 80 transactions a day for a 14 days on backup alone when sleep timers are enabled. On- street deify transactions are typically lower, thereby enabling- operattans beyond ono week, Each pay station is continually doing seEf diagnostics on the pay stadon operation. If problems occur, proactive alarm notifications are sent to mclividuals assigned'by the City to receive these notificatons and each of these alarm notifications has a data and time stamp. One of the alarms triggered that is sent to pagers, mobile phones and e•mails is Battery Voltage tow 6. 4Viing power outages, all ma&1riss will operate In a sband -alone capacity and store acctamata €ad data in rr smovi, Y. N .,._.., Ali Information is retained In 256 MB of non volatile memory in the event of a main power loss.' 6. A separete, backup battery must be supplied to sustain the block, Calendar, audit Information and PAM in the event of a main backup Y N t systsm failure or during battery replacement. Y. Machines shag have options) language capable of being programmed at tha machines. Y 11. Machines must have the capability of being converted to pay- by-space. Dssortbe time ftmme, and any costs to the My. Y -wr i "there are no costs associated with or extra time required to convert a pay station to Pay- by -Spsce mode. The WK3 can function in ddw Pay- by-Space or, Pay- and - Display modes. Svlitehingfrom one mode to, the next can be effordessly enabled with a simple mouse -elide in DOSS. iri addition, ii the modes can co•wdst on the same machines atthe same Cone. 8. a S C as—TFM REQUIP.S ENT 1. Systeme,must be capable of functioning as a single unit or operate In a networked environmsnt with the application and database Installed Y an a server end controlled uslrlg back offlee software. 2. The software shag facilliato the management of cominunlgations, rates, maintenance, collections and audit functions, which Iran be oommunipated to the meters, remotely, using a back office .computer. Y • S. Machines must be able to run, off solar with standard locally procured batteries. 8a. What type of batteries ar`e required for your produot2 • The pay station is powered by 1 x 12V 35Ah sealed gel -cell battery that can be trickle charged using an AC powered charger or a 20 -wait solar power panel. If greater capacity is required, an additional 12V 35Ah battery can be connected With the main battery , 4. Vendor should specify Machines minimum trajisactlorfs on bapk -up power, without error, WKS will perform 80 transactions a day for a 14 days on backup alone when sleep timers are enabled. On- street deify transactions are typically lower, thereby enabling- operattans beyond ono week, Each pay station is continually doing seEf diagnostics on the pay stadon operation. If problems occur, proactive alarm notifications are sent to mclividuals assigned'by the City to receive these notificatons and each of these alarm notifications has a data and time stamp. One of the alarms triggered that is sent to pagers, mobile phones and e•mails is Battery Voltage tow 6. 4Viing power outages, all ma&1riss will operate In a sband -alone capacity and store acctamata €ad data in rr smovi, Y. N .,._.., Ali Information is retained In 256 MB of non volatile memory in the event of a main power loss.' 6. A separete, backup battery must be supplied to sustain the block, Calendar, audit Information and PAM in the event of a main backup Y N t systsm failure or during battery replacement. Y. Machines shag have options) language capable of being programmed at tha machines. Y .i The language options displayed on the pay station are programmed in advance In BOSS. The standard menu screens can display up to four ] languages at any Ome. English, French, Spanish, German, and Vietnamese character sets as wail as simplified Chinese are currently avollable for all prompts. The Respondent shall explain In daWl the ability of pay by- kppaoe meters to pfovido kiformaifon tin paid and, /or unpaid polking spaces In pay -by -space lots by obtaining a listing from the meter, e i vet;- i based program or other opilans that are compalibie, with current devioes used for parking enforcement Upon the enforcement officer prompting the pay stompri, LUKE will print a report showing either VALID or EXPIRED spaces for any range of spaces that is requested regardless.ofthe payment medlod. Itw3l show all the spates can early expired or going to Wire. Stall reports can also be obtained from the Web med EMS V the pay station is online, Me pay station is not capable of communicating, it will Inform the officer that only a local report Is available, This Information will enable the enforcement ofllcer to avoid issuing citations ura communlcattons. are restored. DPT Web Services, incorporated Into EMS, allows for third -party technology integration, such as a handheld enforcement device, to pull space expiry times from the EMS in real -time and so Improve quality of citations and efiiciancy of enforcement opemtlons DPT is currentlyy fntagraead with Complus Data tnnovadans, Duncan Soiutlons, ParkTrA and T2 Systems to provide tills service. S. ttiiaahinas shall display speclffo `out of order' conditions and should operate with the malfunctioning status, until serviced. X LUKE va'li display specific mes6sges to loatate faufts In different parts of the system. For VA"lo, if the biff stacker is maifuncdontng, the gay salon vAl alert the parker of the condition and request them to-use•an alternative payment method. . 10. MaehinessMil -have the ability to allow credit card tranedctfons willen communication is offiigo. While communication cap6liffy is offfine ' the machines wilt ;s(are all ogedit card information and process the transadloft fmmeflfately 44 communication figs been & &rod. In the event that the communication network* is unexpectedly disrupted, LUKE will store the transaction and then automatically forward it for processing when communttatson is re-established. Data may be marmaity downloaded from the pay station in ehs event of a lengthy communications faNure, a. customm ® rt6N 1.. " The, pay stations must operate, with coin hilts, cred t/debittsmad I cards arcd pay -by -phone technology, iii a manner that aifaws Y N ! : i customers to follow aim ,pple, prihted, digital and /dr verbal 01strucQ6 to ooujiplata the transaulian putckty: ' 2. Instructions should tell the, oustomer what to da f'i'rst, and then lead "r tFiei'n through the iansacoon in approxihiately 46 seconds. The fast Y !' mandefaiy instruction for the tray -and- display maohtne shall be to e0vise, the pusstomerto display the receipt on the vehicle dashboard. Easy to read Instructions and graphics are located directly belowthe LCD 13, CSR, 15 CV COEPTED 1. a ao0epf US currency ha denominations of $1, 4 $5, $1% & $20 biH$, nickel$, dimes, quarter$, 58 4 anti "Qoid" doiiar 04'05, magnetic slrlp0 0redit 0ards wifh and wRhout embedded amari Card chips and the Gify of) art Laud$rdals AP g 5$rvfess resfdsirt he fa card. Res are responsic ensure system cliMina hlity wtth ourrent single appiio . on pg 0ard. At! maoInes mupt be capahle of upgrawith US currency modifications. LUKE supports all of the currencies listed above as well as the major credit cards ava1able —Visa, MasterCard, American Express, Discovax, and Diners Club, In terms of currency upgrades, when new bills are issued, upgmdas to the bill acceptor may be made in the field using a flash memory Wdk. When new`co'mowvwrod, 0 pgradas to the coin acceptor must b made itthi- factory at the clws expense (` At this time, LUKE does not support the city's Resideut Beach Card i,PT can provide an alternate card wits the same fusictionality, butDPT believes k will bevery difficult to workwith parkcon to support the Parkeon card. Although iechnicallythe, equipment can support it; itwill require a lot of proprietary information from parkeon. As OFT Is a arem competitor to parkaon, OPT feels it omnot commit to supporting the card as DPT has no control over Parkeon's assistance in thid endeavor. LUKE has the ability to work viith custom cards as an alternative to the City's parking Services resident beach card, pfovidbsg exactly the same . ; ; RuN'cra"ossalitj. LUKE can also work with generic ID custom cards where the card number is included in the card's Track date. With generic id cards, packers can get parking receipt for a single pre- astablished rate. This enables parkers to get parftg thoutpaying cash at the machine, •por smart cards, the pay station currently supports the Bull Scots and Atmgl smart cards by POM as wall asthe city Card smart card from N V PARTIALLY COMPLIANT panel. These instructions can be customized to meet any of the City's spedric requirements, The instructions on the 1OD screen are also { extreme'y aasyta follow. 5 ' 2a. Approx. how many seconds does your prkdiUct lake to perform this fe>fiture? 1 : j The spear time taken to complete a transaction depends on the eomptaodty and dependency of external sources (as in real -time card processing). A very simpie cash transaction can take as hitte, as 20 seconds. 3. Explain tfie capability of the ppy sta" oh toaooept a "PIN" number When using a "Debit" or "6rsdle card, and if there is an additional corsric3uration cost for this option, what that cost would be. Checking account debit wards accepted will be only non -plhl "based cards Issued by Visa that do not provide credit capabliity. At this time, Introduction of Plitt based cards is cost-prohibited. 13, CSR, 15 CV COEPTED 1. a ao0epf US currency ha denominations of $1, 4 $5, $1% & $20 biH$, nickel$, dimes, quarter$, 58 4 anti "Qoid" doiiar 04'05, magnetic slrlp0 0redit 0ards wifh and wRhout embedded amari Card chips and the Gify of) art Laud$rdals AP g 5$rvfess resfdsirt he fa card. Res are responsic ensure system cliMina hlity wtth ourrent single appiio . on pg 0ard. At! maoInes mupt be capahle of upgrawith US currency modifications. LUKE supports all of the currencies listed above as well as the major credit cards ava1able —Visa, MasterCard, American Express, Discovax, and Diners Club, In terms of currency upgrades, when new bills are issued, upgmdas to the bill acceptor may be made in the field using a flash memory Wdk. When new`co'mowvwrod, 0 pgradas to the coin acceptor must b made itthi- factory at the clws expense (` At this time, LUKE does not support the city's Resideut Beach Card i,PT can provide an alternate card wits the same fusictionality, butDPT believes k will bevery difficult to workwith parkcon to support the Parkeon card. Although iechnicallythe, equipment can support it; itwill require a lot of proprietary information from parkeon. As OFT Is a arem competitor to parkaon, OPT feels it omnot commit to supporting the card as DPT has no control over Parkeon's assistance in thid endeavor. LUKE has the ability to work viith custom cards as an alternative to the City's parking Services resident beach card, pfovidbsg exactly the same . ; ; RuN'cra"ossalitj. LUKE can also work with generic ID custom cards where the card number is included in the card's Track date. With generic id cards, packers can get parking receipt for a single pre- astablished rate. This enables parkers to get parftg thoutpaying cash at the machine, •por smart cards, the pay station currently supports the Bull Scots and Atmgl smart cards by POM as wall asthe city Card smart card from N V PARTIALLY COMPLIANT , Parakmart, The POM card may be used at the pay station and purchase values are then deducted from it The pay station can also be used as a ` smart card reload station for the POM smart cards. 7 E. HOUSING AND PEDESTAL 4. Respond'arrts she i state the speclClaations of the pedssials and housings, spacdtca! Wetw hiakness, hafgh€, widih and depth h.inchaand fF+e weight in pounds omachines vuditout pedestals), tensifa strength and gairga afi mtat. kiesmuss rovide a daripticiii oY their prodact housing, Motudhtg materrats and thickness, and how the design sear the unit against aitamp €ao theft. The cabinet is madoof 12 gauge cold roiled steel or stainless steel. The LUKE dimensions areas follows. • 68A"' high (86.5" when height of solar panel is Included) + IQP'wide • 16" deep • 165 ibs top cabinet, pedestal, and all components installed (including battery but ekcludingsolar pane#); lei lbs flatly loaded with solar panel 75lbs top cabinet only There Is a single key access to the main LUKE door brat is covered and not exposed externally, This lock controls six locking points in the access door that tohnect the door to the main hotly of the cabinet There is a second .door located in the pedestal that also has a covered lock. This door provides access to the battery and coin bag The coin bag itself has a completely separate lock, An optional metal coin canister is also available. It is securely mounted in the upper cabinet Roth coin collection devices have separate locking mechanisms that secure them in the cabinet to prevent maintenance personnel from accessing any of the money stored within them, 'For the main cabihee and pedestal door, LUKE uses the MuI -T =Lack hurt 'security cylinder lochs that have a unique?tetescopic pin tumbler mechanism with I'nternai and external parts. This design, together with the lock's patented plug, delivers anti drifting and arii pick resistance. In addition, each look's three -m-one cylinder design enables the simple changing of your lock and key oombinatforts. The cabinet is mounted to the sidevmik or concrete using 518" bolts that are not exposed to the exterior of the cabinetand can only beaccessed through the locked pedestal door. Under a stand-alone operation, LUKE is equipped vvkh a 125dBa siren that MIJ acdvato based on the pay station sensing shock or vibration. Using DPi's Internet EMS system, notification of these alarms milt be sent in real -time to a -mall, sett phones or pagers for Immediate response by the appropriate authority: 2. The Respondept shah sts provide all results of te ihat have been performed to determine the durability of the cabinet; pedestal and any applicable ru tshes. i PARTIALLY commiimiw DPI' Is surront3y evaluating tests conducted on the LUKE pay statign'to determine durability. Results of these tests and any resulting recommendations can be made available to the Cky upon request 3. Provide thstailatfon drawings and speollicalions, WMPLiMT The LUKE lnswilation Guide can be prdvidedto the City upon a+wardfng of the contract. t 4. Descrlb'e how locks can be irdegrafed into eaoh unit 6 the cash box access dnrafs and prddlds you# seginte price fori4lj item E(Vhe city chases to uhitze ihis•feature (for InYerinailonai purposes only). • t COMPLIANT The coin bag, optional metal coin canister, and bill acceptor are all secured by separate locks. The coin 6agtcptional coin canister and bill stacker storing the money are secured by a double locking mechanism that includes a key that is used to remove the bagicain canister and stacker from insldathe pay station and separate keys to open the cash storage devices. Maintenance personnetwhbout treys cannot remove the Coln bagtcob canister or bill stacker. 6. Describe how casts'coilectlotts will bta performed showing colisollon and ineohanicaf access as separate areas and iuncYmns. rA "JA4LYCOMPLIAMT' White the coin bagfooin canister and bill acceptor are in the maintenance areas, maintenance personnel are prohibited from accessingthe collection devtcesthroto a dual tack mechanism. The coin bag, housed ht tAd LUKE pedestal and optional metal coln cantster and bill acceptor, housed in the LUKE cabinet are secured by separate locks. The Coln bagioptlonat coin canister and bill stacker storing the martey are secured by double locking mechanlsm that includes a key that is used to remove the b*wln canister and stacker from inside the pay station and separate keys to open the cash storage devious. Maintaitancepersonnel without keys cannot remove the coin 6*coin canister or bill stacker. 6. Corrtirm that the meters will meet the 10110M rig environmental standards: Y 9. Stainless Steel case 2. Sealed to prevent Internal moisture (as an option) 3. Si6aons gaskets, iF appiiotab)e, far soter panels Zino Primed pay stations are 4. Aft exposed and inteinal parts anti - corrosive proposed}. B. Protective dovering around exposed openings. 7. Confirm that the entire meter mechanism shalt be enclosed In a stainlosip steel, durable, weather resistant, housing constructed of Y carrOslon resistant non - brittle metal of such thicknees as to res'iOt tampering, graffifi orlebuse. ii. Palnt should be seal coated, higjs'quaiify and wealf* resistant, and provide a tough, scratch- tesWant and easily cleaned surface. Unit Y must also have a doOle4nc priinec Provide desbrlptlon of produf* to b@ used by Parking Services personnel for preventive PARTIALLY COMPLIANT matri Antinoo for optroslon of housing units, and mounting anchors and bolts: Although LUKE is currently not coated a double One primer, DPT is currently evaluating zinc mettallzinggaivanfc piiatectFon as a way of further protecdngthe pay station against: corrosive elements. *Me LUKE cabinet is designed to beweather- resistant under all types of weather conditions and have performed well on Las Olas Blvd for the past i 3 years. LUKE has apowder cost1hush that is resistant to scratches and chips. Cstaffid can be removed from the surface with readily available solvents, which do not impactthe pay station's exterior finish. Preventive• maintenance procedures are outlined In detail in our LUKE Md'ntenario2 Cul4a, which can be provided to the City upon awarding of ' the contracfi, ' �e c i i z P. Machine apertures such as, but not limited to, the coin return, receipt dispenser and card reader dust be designed and/or shielded to Y " _ disc& raga vandalism, insertion offoreFgn material or other eflorts 16 { deliberately jam the unit, All payment options hardware is flush- mounwd tothepay station discourage vandalism, to terms of preventing insertion offoreign materials, complete previrnlon is Impossible. This is because pay station users need r : to have uninhibited access to paymentelevices such as the credit card reader. However, DPT has Introduced new mechanical features that include a coin slot bmi that will limitthe ability to Insert foreign materials Into the coin slot. 10. Apsoure design should prevent damage''ftorsi the irsertion of any t : type of commercially available pyrotechnie device. Y 11. Machines shall'not allow any tampering with its internal functions, to prevent anytime to be given in any manner, otherthon the insertion Y of a valid coin or card. Fhysicai and dam security are key aspects of LUKE's design, For physical security, the main access door to the LUKE has a single key access that is covered and not exposed externally, This lock controls six locking points in the access door that connect ths.door to the main body of the cabinet, There is a second door located in the pedestal that atsi has acovered lock, This door provides access i'o the battery and coin bag: The win bag Itself has a completely separate lock. An optional metal coin canister is also avalfaW it is securely mounted in the upper cabinet. Both coin collection devices have separate Icddng mechanisms that secure them in the cabinet to prevent maintenance personnel from accessingany of the money stored within them. ' . For the main cabinet and pedestal door, LUKE use's the Muf•T Lock high security cylinder locks that have a unique telescopic pie tumbler mechanism with internal and external pins. This design, together with the lock's patented plug, delivers anti-drill Ingand anti -pick resisianco In addition, each lodes thrk&M -one cylinder design enables the simple changing of your lock and key wmbiaadons, • N — The data stored on LUKE Is also highly secure with all information at each LUKE pay station being stored with 2048 -bit RSA encryption and communicated to EMS using 128 -bit SSL encryption. Access to system data ' Is also password protected both at the pay stWon and the central office computer.. 12.. Wh @n installed, Metersshaii. meet applicable ADA re4direments. All ooin and oprd apertiira locations must Re compajbfe with Americans Y N with Disabilities Act (ADA) requiremoob, - the coiitdri•lne of controls\ ' e Than A0 inches (1,065 n) above t€i pedestrian shall i�e'no more t f acoess route. . 13.• Internal humidity should be controlled utli Whig a fan 4r other 'proven means. Y n f: i 1, • f "i , •YI L r ,Sa. What means does youyproduct provide for internal humidity? LUKE~ has been motansively tested and is operational is Nigh Humidity enyironments, including Las Olas Blvd, Additional humidity miti4a bon is , notgenerally required. 14. The Housing shall have a door alarm sensor sqt to at;t to when the Af fibril dooris opened Mr or more. Y t i 15. Housing includes high security mul4olnt looking bar. Housing locks shall be high security looks keyed with a proprietary combination developed exclusively for City of Fort Lauderdale Parking & Fleet Services, flit locks shall be high security locks with anti -drill protection. 17. Y For the main cabinet and pedestal door, LUKE uses the Mut T44ck high security cylinder locks that have a unique WascAplc pin tumbler mechanism with internal and externat pins, This design, together with the tocles patented plug, delivers and - drilling and anti -pick resistance, in addition, each lodes three -in -one cylinder design enables the simple changing of your lock and key combinations, For example, DFT Wit, provide the City with a spaefred number of green and yellow keys The City wilt use the green key to open the paystatfon. Should a green key go - missing, she City opens the paystatfon with the yellow key thus rendering. the green key obsolete. Slmllarty, once red key is used, the yellow key becomes obsolete. This enables the City to "rerkey" the locks quicidy and eifkienttytwlca. f,- r Machine housing should #iaue.separaYecompariments for maintenance and collections. Seporate keys shall be available to Y m prevent maintenance personnel from accessing the collection area PARTIALLY COMPLIANT and Woeversal While the coin bag/ooln canister and bill acceptor are in the maiutenance areas, malatenance personnel are prohibited from accesslogthecollec:00n devices through a dual lock mechanism. The coin bag housed In the LUKE pedestal and optional metal Cain cantsterend bill acceptor, housed in the LUKE cabinet are secured by separate locks. The coin ba&ptlon'ai coin canister and Will stacker storing-the money are secured by a double locking mechanism that includes a key that is used to remove the bag/eofn canister and smoker from inside the pay station and separate keys to open the cash stomp devieetc. Maintenance personnel'Wthout keys cannot removethe coin b4coin canister or bill stacker. There shall be no access to tll6 monaq in the cash boxwh�n the upper or lower housing is opehed for maintenande orooliaction. Y While the coin bW oln canister and bill acceptor are in the malatmanca areas, maintenance personnel are prohibited from�fng the colaction devices through a dual look mechanism. The coin ago housed loft LUKE pedestal and optional metal coin canisterand`blit acceptor, hodsed in the WKE cabinet are secured by separate locks, The coin bagtoptionat coin canister and bill stacker storing the money are secured by a double locking mechanism that includes a key that is used to remove the bag /coin canister `flee coin boxes shed b n protected by a tacking system only allowing access i the coinsQ411thec9rreotko Y _ N._.._,. 4. The eolleooaon boxes shalt have a handle for easy hbndang. C k kecttott hazes shall 6a sirorrg, llght+ereight and manageable. Y S. A closed coin path-shail direr i coitus to drop Into a focked Coin box. i” Y , f „ 7. t., The collector shaft not have access to the coins in the coin box during the oolledon prates. Y The collector shall `not have access td the bills in the bill Bax durjftg the•colection process. Y M— N— N— t and stacker. from Inside the pay station and separate keys to open the cash storage devices. Maintenance personnel fthout keys cannot remove the coin hagfcoln canister or Gill stacker. t a : 18. The vendor sign supply two (2) bill boxes and (2) coin boxes per j unit. Y N „___„ 19. The vendor will supply two (2) sets of access keys for each reeler. F. AEVENUE 1 LEC tl G Ni ) RS The following secutr(vmeasures, afthough not ftrrtltad fo, shell he hicluded wtih each bill orcofn box., ;1. The cageoliofr boxes shad have a security locked- keyed system j separate from the Machlne's other compartments. Y While the coin bagicoin canister and bill acceptor are in the maintenance PARMALLY @OMPI IANT areas, maintenance personnel are prohibited ftm accessing the collection ! .. dayices through a dual lock mechanism. The coin bap, bowed in the i.UKE pedestal and opdoml metal coin canister and bill acceptor, housed in the I„UIt cabinet are secured by separate locks, The coin bagloptional cobs canister and bill stacker storing the money are secured'by a double locking mechanism that includes a key that-is used to remove the bag/coln canister and stacker from Inside the pay station and separate keys to open the cash storage devices. Maintenance personnel without keys cannot remove the obit bagicoin canisterorbill stacker. i 2. Tj e bill boxes shall be protected by a locking system only allowing I access to the bills with the correct key. Y N `flee coin boxes shed b n protected by a tacking system only allowing access i the coinsQ411thec9rreotko Y _ N._.._,. 4. The eolleooaon boxes shalt have a handle for easy hbndang. C k kecttott hazes shall 6a sirorrg, llght+ereight and manageable. Y S. A closed coin path-shail direr i coitus to drop Into a focked Coin box. i” Y , f „ 7. t., The collector shaft not have access to the coins in the coin box during the oolledon prates. Y The collector shall `not have access td the bills in the bill Bax durjftg the•colection process. Y M— N— N— S, corn box should hold a miniriiurh of $500 worth bf U.S. coins. lob The coin bag currently supports approximately, 1,200 coins while the optional metal coin canister supports up to 1,800 coins. r t 9. The bill boxes should have a maximum capaolty of at least 9,000 i bitfs. Y M 10. gill boxes must mechanically stack notes when accepted Y N- il. The removal of ths• bill stacker shalt tugger the neording 6f an audit report speoltioio the bill collection, Audit reports are manuailygenerated at the pay station when cash is t collected. These reports are then automatically communicated to EMS for td ongoingon(Fneaccess. 12. Give description of available colors and materials used, Irlciuding Materials Safety Data Sheet (MSDS). The default colors for the LUKE are light gray on wrinkle brom (darkilmy). A wide range of custom colors is also available upon request. DPT can provide LVKE In almost any color the City may selectorwil€ iind an alternate color that provides a close match. Picric note that custom colors can impact lead times for orders, depending on the colors selected. For a copy of the Material Safety Data Sheet, please refer to Appendix 0 Powder Coating MruteAal Safety Data Sheet. 42. Resistance to cotrodton. Y 4t N_ G, Ei0 SPLAY .. i.l�pondants- describe - tile- capabiiltiesof# hed[ sptaad. screendtsed. it? yourpaysiaFion ___,__..,._....._.., _. _.._ rPOMMANT With its full color 640 x 480 resolution ad pen, LUKL"s screen instructions are bright and easy to read in various fighting conditions and view anglas. The soii.ware also features time of day controls to sutomaticaliy svfth from a blue texiMlik e, background mode, which is cedar to read in bright TWng conditions, to a. white texd6fue background mode, which is easier to read in low tight conditions. The sleep timer ran be enabled in BOSS to determine the duration of the pay station's LCD screen to stay on with fail power. The LCD serean also has backlit capabilities- to-determine when the bactdiight is acdvated to save energy. ' %neral f oduc:toryand dosinggraphlcs for the LCD screen maybe programmed Into BOSS and communicated to the pay station. The Introductory screen may be used to provide messages to assist the public with using the pay station. The City can program how long an introducwrygraphic appears and whether ati Exit Intro Screen On Key- Press operation should be enabled so titatthe parker can quickly getto the rate setection screen. Tice introductory k graphic may be changed at any time by the City as the graphic is a simpie'.BMp fife loaded onto the pay ste on, .t A 1 t i .2. Respondents explain language choices available for display, must include but not limited to English, Spanish and Ptench, and how language(s) are selected, � C4�t'IPLtAA9"I' • i r ' The fangaage options displayed on the pay station are programmed to advance In BOSS, The standard menu screens can display up to four languages at any rime, Erdish, french, Spanish, German, and Vietnamese character sets as well as 4 simplified Chinese are currently available for all prompts. Rdditional language character sets will rquire software development which can •be considered if OPT is awarded the contract for the five language sets currently available, . h when the parker goes to make transaction, LUKE will have list of languages from WhI6thay can choose.AR4that all of the system prompts will be in that fanguaga. The City may also have tiekats printed In Spanish or French when these language choloes are selected. I .. 3. Pay station displays shelf be backlit. Y N_.__•• d. The unit must have a LEp ssreso truth high- toeoluton display, which _ Fe easy to read in vaious lighting aandffions including bright sunlight Y With its full color 6443 x•484 resolution screen, LUM screen Instructions are bright and easy to read in various fighting conditions and view angles The software also features time of day conwolsto automatically svrltch from a blue textlwfhlte background mode, which is easier to read in bright fighting conditions, to a white textiblue background mode; which is easier to read in low light conditions 6. The soreen must be prolected by a security cover, vandal resistant, vfeatfier proof and oprrrisfon resistant Y fd IN The sorifen sbduld be modular and ewfly priplugged and replaced With basioiools for easy services, Y 7. The display sbbuld be We to accommodate custom messages, � . , • • :winch earace.prpgrarntnad anei•frausniitted to #ha meter rema#ely • —_ y_�.- .•...M.. _,_.___._ •... ______ .using bank 6ftioe sofi+rtare. , The Introductory and closing pay station display messages can accommodate alienwpedfie messages. The introductory message can accommodate opdonaf photos, graphics, and fl*bte screen formatting, Afmoseaif prompts on the pay station can be customized usingthe BOSS software and updated femotely using EMS. 8. Messages should be updateebie through the supplied back office sollware and downfeadabla ib fndl ilduol'br multip p units via biro way Y N communication. Almost all prompts on the pay station can be customized using the BOSS software and updated remotely using EMS. i s ' 9. Machine display should include time a day, increments df payment, ! amount enterad and time purchased and p Indianfioti the time of Y EJ_ i day when the amount of time paid for vu�li expire. H. ELECTREGAL AND ELECTRONIC COMPONENTS 1. the V615- assemblies of t e meters sh @ii he'uiadutar in construatlon to provide easy servicing OdWh oh site p1446 reptacstnent of Y N parts. . 2, Respondents shall explain how unit components are prdected fr6m moisture, due€, lightning, saltwater, adverse weather, and other factors Met might pause an operational failure of a component orthe Machine. All internal component's are stored within the LUKE cabinet and pedestal. LUKE has been designed with an internal rain guard and weather stripping to seal against moisture and dust To protectagainst lightning, proper grounftg "a grounding terminal is recommended. Correct grounding Is enabled by connactingaground cable to the electrical boxor an earth ground. Proper grounding techniques are covered in our, LUKElnstallaGon Guide and will be performed by the local distributor chosen for Implementation. Addidonal protection for AC Implementations will be provided by Installing electrlcat oudets with surge suppressor specifications. The controller box has 255 MS of non- volatle flash memory and 128 MS of SDRAM volatile memory. 3. All assemblies shall be electronically grounded and compliarit with kxml. codes for eleetdoaltelestronlo equipment Y LUKE is designed to meet UUMSA requirements, Proper grounding techniques are covered in our LUKE inswflatton Cwtda to be provided to the City upon awarding of the WMtacr, and Will be performed by the local distributor chosen for Implementation. 4 All almilt boards and Wemal components are to be environmentally seated,'hlghly avatar- resistant and bpeMto iri dbnditlsiris bf over 951% Y humidity, All assemblies shall be electronically grounded and oompiratitwittr S. AB eteatronic connection plugs shovfd be physically differentlated and must QW. fit orie way. Y All*wiring connections are made with phased connectors to ensure ease of W"ArIng connection poiate and avoid interconnects. In addition, all cabling is labeled to Identify the plug This means its Impassible to plug a connecdon into atoing except the connection point for which it's Intended. yhouid have a minimum of 160- dedbel local, VibratiortrOTamper atanxi Installed, with an alarm to P /C, and automaflc alarm paging Y I cap*llties. The sensithilt y of the alarm moat be adjustable and all a)arins mint W trapsmitting via the back office software, otpail PARTIALLY COMPLIANT andlor atjfblri W phone notillbation 'I While the pay station alarm meets the CWs minimum dedbol = virements, the alarm is preconfigured and cannot be configured otherwise. 2. Respondents may describe giber message oappbilities that may be available on their product. COMPLIANT Each pay station is continually doing selklagnostics on the pay station operadom If problems occur, proactive i alarm notiiflcatians are sent to individuals assigned by the City to rowlva these notifications end each of these alarm not cations has a date and time stamp. These are activities the viouldtrigger an event iogrmessage. Piaase note that if any of the payment options are notavaiiahle, the machine will notify the user and will prompt them to pay in other metbods. Alarms that are seat to pagers, cell phones and is-mall Include: ` • Alarm On *. Low Power shutdown * Shock Alarm * gill Acceptor jam +... Sill Acceptor Unable to Stack * Bill Stacker Trull * Coln )am * Battery Voltage tov✓ * P omr Not Present * Printer Paper Low * Printer Lever EYmengaged + Printer Paper Out The alarms that are sent to the pay station for updating Items such as system status, but do not necessarily' generate an alarm to a pager, cell phone or e-mall include: * Coln. corptorjgtrr * Coin Acceptor jam Cleared * Coln Acceptor Not Present + Coin Acceptor Present * Coln Acceptor beset * Bill Stacker Fill Oared Sill Acceptor Unable to Stack Cleared r Bill Acceptorjam * Bill Aoceptor jam Cured Bill Acceptor Not Present + Bill Acceptor Present + Card Rmlar Not Present Card Poader Present • Printer Not Present i + Printer Present * Printer Paper Out Printer Paper Out Cleared • , • Printer Paper Low i E A feature is being oon §tdered for futraro development. i Printer paper Low Cleared ; a Pay Station Low Power Shutdown Off - e pay Station Low Power Shutdown On t : a pay Station Voltage l o Pay Station Door Opened PI. o pay Station Door Closed Low ba"ry a Pay Station Shock On _ w Pay Station Upgrade Y 10. Powerfailure 44achlnes shall be able to Redd alarm hofirloaWhs 16 Wrefess for all of the foNdw109 reasons, within 30 seconds of each oaourrenoe" N,__._. S. Dash box status f EMS shows the number of coins, stored in the coin bag and bills stored in the bill stacker, however, no alarm is provided when the coin or bill PARTIALLY COMPLIANT levels reach a certain point. This'featuro is part of the product development roadmap and will be made available on a future release. i If the coin acceptor Is not workmg. an alarm will be sent to ' maintenance personnel and the screen options will automatically change so that parkers are not even coin payment as an option. 4. Alarms (VEbrationlTiit) Y N 6. Attempted theft of Machine 6, Machine- out of order EMS has a number of alarms it can send out dueto pay station problems; however, it is unable to send out an alarns should-60 PARTIALLY COMPLIANT controller box or modem fal. 71 Open door , Y hlodileWon of doors being opened Is provided using avisual notificatton on the EMS Walb site, EMS will record when a door is open, PARTIAL, Y COMPLIANT ,_. ^- w......__..�__hur,�twi11- not- pKaact; xeiy- sendoutanEMS. alasra.in_thissituation.�:iais� _�.._.__� feature is being oon §tdered for futraro development. 8. Paper supply tow Y l PI. 9. Low ba"ry Y 10. Powerfailure Y N,__._. f 3. The bill acceptor will be capable of accepting rtasr varslans of'U.$. bills through simplidoftwars ripdates. Y 4. It shall acpej3t bills in any possible direction and be oapabie of recagnizirg obuntsrfeit curretiLg Y N� 5. 8. .. 7. E.. CounterleAN detections shall W updated as required at rio cost to. the City Y the meter $hall be stored in a locked Machine wilt transmit to the server via wireless tmnsWdtat methods every time collection boxes ara removed. Tlie pay station transmits an Aactt Report that is generated during a collection process. N The pay statlon does not currently transmit notification that Collewou box has been removed, however, this feature is belog actively cansMered. E.i 11. Card reader out of order if the card reader is not working4 parkers Will not be given credit card z paymentas an option on the LCD screen, There is currently no alarm sent out for this kind of problem, This alarm is being considered for future software releases. Notditcadon of the card reader pot present is provided usirga visual nodfimtlon on the EMS Web site 12, Coin 4hute jelnmed Y If the coin acceptor is notworWng, parkers will not be given coin payment as an option on the LCf? screen. There is curre ady no alarm sent out for this Wnd of problem. This alarm is being considered for future scimaro rrateases. Notification of a cnln jam is provided using a visual noghtion bn the EMS Web site. 13. Makhjnes must have Oultt-In dWrloatios software that record's and f stumps date and time of all operations events twarning$, machine Y failures, resets, low battery, maintenance nottons, eto.) for N I •• reports to the.communioations center. J, BILL CCEPT 1. Mac roes shall accept any combination of the following denbmtnailon's of currency: One, taro, five, ten and twenty - dollar, as Y N Well as newly issued U-$ Cufrency 2. The bill denomination adbi. ptanos shall be programmable. Y N 3. The bill acceptor will be capable of accepting rtasr varslans of'U.$. bills through simplidoftwars ripdates. Y 4. It shall acpej3t bills in any possible direction and be oapabie of recagnizirg obuntsrfeit curretiLg Y N� 5. 8. .. 7. E.. CounterleAN detections shall W updated as required at rio cost to. the City Y the meter $hall be stored in a locked Machine wilt transmit to the server via wireless tmnsWdtat methods every time collection boxes ara removed. Tlie pay station transmits an Aactt Report that is generated during a collection process. N The pay statlon does not currently transmit notification that Collewou box has been removed, however, this feature is belog actively cansMered. 8, `ih0 bill ooC eptor shall be easily removed for seviaing or replacement. Y 9. It must also transmit all audit information via wireless, as Weil. Y 1• 10. the accepior slot should have a plastto cover to prsv @rd weather qt intrusion. Y M<_.._. K> DES ITICREi' LT CARE OP9 tATiciN 1. Respondents iilerdity and itemize all supporting equipment to support in -house oparaiton and maintenance of a creditisfored value card system. o Credit cards are inserted into LUMs credit'card reader and removed by the parker so that no inpstion of the card takes place and access to the card is always in control of the user. This fact provides a higher level of comfortto packers considering usingtheircredit cards. LUKWs craditlsmart card reader is hush - mounted with no part of the reader protruding outside the cabinet, i.UKVs creditlsmart card reader W modular, unplugs easily, and can be replaced in less than two minutes. For security purposes, the credit card reader roads Tuck I, 2, and a of all magnedestripe cants In order conform to the ISO 7810 and 7811 Magnetic Stripe Card Standards, o Credit card information at each LUKS pay station and on the WSS software is stored widt 2048 -bit RSA enoryptlorr, communicated with 128- bit SSL encryption, and is operator ccmiigurable to have only the first two and last four numbers stored. For rate pts, LUKE is configurable to display only the last four numbers ofthe credit card. « Credit card data is communicated by GSMtGPRS, 802.11&/9 or 8rhernet coMmunicadons in an encrypted fgrmat to a transaction . service profider. F The service provider does a real -ttme check on the card, generates an aufteb adon number, and communicates this information back to LUKF. The authorization information isthen printed on the tkket. « The same credit card reader can support magnetic-stripe and chip- based smart card's such as the POM But) So#5 and Atmet smart cards and the City Card smart card from Parcxmart, �. , --- •.•• --»-- Access- taetsdlt. card• Stan' sacrtandatx .c?n.Bt,�SS.and.F�S.i protected: The user access rights and passwords can be established by a system adminisuatar If the credit card ruder is Jammed, the pay station will continue to accept payment in coins. . 2. i . i., Fkspondanto masf provide a card reader system: That reads and accepts sppsaved megne8c aWp credit cards with and without embedded 3maKCard chips Y Phase note, POM and Parcwnart are the two currently supported chip - based cark other cards are not supported a IN$ time. N,,,,._- N- I I .i 8. - That am-pfis ttie City of Fortlauclardale Resident Beach Card. i ftespotlBenLs fs.tdspemsfbls to ensom sys€eiii hompafWIty with current paring card sysiem. c , : At this time, LUKE does not support theCtty*s Resident Beach Card. OPT can provide an alternate card with the samefimcdonality, but DFr believes ftyAl bevery difficult vo Work with Parkeon to support the Nrkeon card. Aldtnugh technically the equipment can support ft, kwill require a lotcf proprietaryin €ormation from Parkeon. As DPTis a diroctcompetitor'to Parkeon, DPT feels it cannot commit to supporting the card as OI T has no control over Parkeoes assistance in this endeavor. LUKE has the ability to work with custom cards as an alternative to the City s Paddng Services resident bestih card, ppoviding s*actty the same .: ' �anctfoaafiiy, LUKE can afsowork with generfeIDPImtomcardswheratiie •car3number ' ls'irdWed in the card's Tradc2 data. With generic ID cartL% packers cat ' gdea parking reeelptfor a skWe pre, established rate. This embtes parkers to get parldng without paying cash atthe mactitne. 1 oP smart cards, the pay, station currently supports the Bull Scant S and Atmelsmart cards by POM as well as the City Card smart card froth isaroonart The POM card may be used at the pay station, and purchase values are then deducted from it. The pay station can also be used as a smart card reload station for the POM smart cards. That accepts the Pa'rcXmart Card Y N 5. Credit card traction data shalt be authdrixed, real -time and sent to a remote server• for processing as per bify of Port Lauderdale Y N Narking & Piet,t Services established communications media. 6. if opprafing In Off -}ins mode, transactions may be cgnsidered based on soifwam oapabilydes to set purchase tmu% Y N 7. • fisspopdant shalt visa Identity the ability to prgpare aiidd6ad lists of cmdit bards Biattfie, Madliithe wits lyist artrppt "Ofack LLAs" vta.C'rty y , .. of FSri Lati�ta'rdate Parking & E<Eset &enitces estaijtisited . aommunicaiions for ase when the machine communications are off- line and the o4ait card transactions are being stored for later processing. Bad cards are rejected in real -time. if the communications systinn is down for same reason, tro actions are stored to cat ly and -drx automatically forwarded when communications resume, if communications are down for an extendetf period of time, they may be manually downloaded from each LUKE pay station and then manually Imported into BOSS so that offfine i . credit card processing can take piece. Any iced cards ldentMeti at that time are tracMd in EMS and may then . be downloaded back onto the SM ' Data Key. Thest, bad cards Will dren be updated onto each paystation during the net manual download of a transacdoo. Atthfs stage, ifthe bad card is used again and the conumWcations system is down for some reason, the card will be checksd agatnstthe bad card list stored locally and • 'then reected: I f EMS also provides the ability to manually create a list of known bad cards that cannot bowed attbe pay sexton. i t 8. Respondents must provide tjre number of card's that cat4 ba 'black # of cards that can be t listed", and nuM4erof cards Machine can store in memoey. #lackl kitad -- 7„ 6,d •0 ? ` ' # of cards that can be stored in mentory M 9,,,G U8it l., CI:Efl1T AND SMART CA i3 EAf1Eit 1. if the cefif 4tot is`jainmod (inoperable), the machine should still accept cninstbIlls forms of payment. Y N ' • • 2. Unit Ord reactors shall be equippbd with S3AM's capable of ' accepting multiple smart card schemes, such as VizsterC,ard and t Visa. Y Current Visa and MasterCard produMs do not require using SAM technology. Chip-based Visa and MasterCard payments are not currently supported at the pay station, 8. Thane programs tvIll include the concept of cooperative use of cards among bay slatons, and single spaca motors In City of Fort Lauderdale. Y in ihecase where the meters accept either POM (Butt Scot 5 orAtmel based) orParmnart cards. M. COIN C ^P'fi P 1. The cpi{t am plor shall ice efectiordoally operated and shall register of no lass than 98 "k, of valid coins. Y N 2. 'Coin r4stratlosi bhall.bq Locally programrgable by City of Fdrt Lauddidate Parl'sing & Fleet Services personnet. Y N 8. As each coin is jnsarted and passes thip6gh the rlshl aceeptar•, its value and time purchaead is registorda on the display. T es machine Y si}ati them record Uri tninsaction and secure all coins Ka looked coin compartment constructed of a rigid mateilat and tocated in alr area PARTIAL1 011111 LIAW separate frpm the ma6hanicatcoritponsnis of the meter. While the coin ba and optional moral coin eanistorare in the maintenance areas, maintenance porsonnut are prohibited from acoessutg the collection devices through a dust lock mechanism. The coin bag, housed In the LUKE: pedestal and optional coin ci miste4 housed in the WKS cabinet are secured by separate jocks. Ilia coin bag and coin canister am secured by a double locking mechanism that includes a key that is used to remove them from inside the pay station and separate keys to open tit art: Maintenance y personnel without keys cannot remove the coin storage devices. r • 4. Cojn regognitkin shall include nickels, dimes, quarters, and dollar t coj e. Y _ N i 11. All coins shalt be accepted through a single 01p Rejected coins, foreign coins, slugs shall be immediately returned Ail the coin return outlet. Y N t r, : j 6. Thers shalt be a prpmpt men'ns to clear bent coins and oountaifeit ' Y ? material that may fam•the coin. acceptor, Y N i 7. Coin acceptor must have an anti -pull back mechanical feature In coin. bills, cledit or smart card fglms of payment. chute. Y�� N _ N. At2iNT EtRfVAP machines shall contain: S. An automatio Gothh shutter, -which will open for coin insertion, buthot N for piasilc, woad, cloth, end all non�:Wai objects. The coin slot sbaii t , , have means to prevent tnserttelrj cif foreign objects. Cie DPT may supply an alternate non shutter coin bezel, which can provide -paper path. Y resistance to the threats tdantMed. 2. ..r '9. The coin mechanism should be able to reject foreign coins and slogs. ' Y N Machines shalt be able to accept at least k different uasr donned coins through seffware parameter change only. Y N• �,,.,•, 10, Machines shall have a built -in feature that prevents coin and debit N card transactions used for testing purposes from registering in the total revenue register. LUKE does not currently have a built-in feature that prevents these payment methods being used for test purposes or prevents them from bung recorded on the total revenue register. 11. All coins shalt be accepted through a single 01p 12. Removal, replacement, or repair of the coin slot should take less than two minutes. The coin slot must meet all ADA:repuiremeriis. Y N ____ 13. if the coin slot is jammed (Inopsiable), thb machine should still accept ' bills, cledit or smart card fglms of payment. Y N N. At2iNT EtRfVAP 1. Molars must utflze thermal or non thermal printers (no riblions) with hmifsci moving Pills and with Immediate scaess for cleaning the Cie -paper path. Y N _- 2. The printer shall be easily removed for servicing .s 3. Prlcifar iutehsity should be adjustable. "Cho printer shalt bo non-proprietary and available at the City's Osoretion from an Independent source. Y Although the printer is of non-proprietary nature, the City is discouraged from alternate sourcing it as it will Vold the warranty on the pay station. N I i 5. Respondents must provide specifications of receipt paper Y i r Available upon request However, use of non•-DPT r p supplied paperwtl vokl the € i printer warranty. r 8. . Receipt paper shall be a continuous single roil or stagk of amot paper. Y r E T. Receipts shall print within fen secopds and shah have a high degree of quality and IV blirty. They must remaln legib,a after ierriairung Y 1V inside a vei;f in direct sunlight and heat for 24 hours. ra 8. Respondents state the appraAmate number of customer transactions par roil br slack of raGe">pt paper: The printer currently has an average capacity of 2,200 receipts in pay and- Dispiay operation and 2,900 receipts In Pxy-by -Space opemidon Wore retiEling, DPT is also testing larger, paper rolls that could accommodate a higher number of tid<ets in the Ntura. g. Reoeigfs shall be available wiih custom prinfingigraphl6s as desfgkied,by the Clay, Y N - 90. Receipts shall display "RE8iDEN r along with the card'aumber when the City of Fort Lauderdale Resident Beach Cards is used Y . If. DPrs version of resident card is used (see abovefcr discussion). tit. brionl s ' 1fAes ' Nb iiasslNa I. ' All transsaflons shall be stpr. In a password pr'otesled too" :database fife form4fwiih authofted user Impor(lexpart c dpability. Y The database must be dither SQL. server or Oracle. PARTIALLY COMPIJANT. Each LUKE pay station Service Menu, the BOSS software and EMS online Web portal have, password protection that Is set up and controlled by the City assighod AdmUstrator. However, the database does not allover for user ImpordeVi0ort caps r rts9 de`sr WWS au– ""ort`si%ySL2" Transaction dm can be accessed through EMS, Data can also he exported through CSV fifes, Transaction data can not be importad as per pCL regulations. 2. With d minimum bf 120 encryptIDA respondents shall state any methbds of anclyptio'n or other . • seoynhy measures Taken to meet IN minimum of 928 en*jkoh. . i COMPLIANT All data stored on the pay station and sofnmra is encrypted with 2048 -bit RSAencryptio%Ail data ' • transferred between the pay station, EMS Server, and the processor's server ft done using t28 Ut SSL. Additionally, airy encryption schemes in place by the Internet Service Provider (via Wi•pl, CDM& or i.t r 0 i ! GSWGPRS technologies) further encrypt the data transmission. 3. Transactions shall be tracked and Identified Via sequedithuy numberedperies. Y N W s 4. Trar#goqllons, diagnostic data and security access exceptions shad' be stored In sograte and prctecfed meiltory areaq in MdVolatita memory. 'Phis data shall nbt he irrdnlputatsd• with Y N system soffmra S. system power loss shall not cause the loss of transaction history. N•__.. S. Respondents shall state tho average number of transactions capable of being herd ih mefnory belgrO oVerruli oaburs. Y Each pay station is capable of securely storing datafor a j minimum of IOADO credit, debts, and smart card transacdom. 7, Vansaotioh history shall nclude Individual, hourly, daily and monthly trarlsactionat history reports. Y At g. Provide 0* ability €b automate the tratisl'ar of meter revenue data to an extetma! system., Create a CSV file of revenue data, sumtnadzed by meter #, collection date and currency We (coins, Y N v _ hilts, credit card, sfnartcard, paY-by phone, eto,) 9. The system fihall utlike a minimum 0 three transaotion- processing modes, on -IlAe, networked, and bff:line, . Y I 44. All transaoitbns reports with the Resident Baaoh Cartl•shall Indfude the card qutnber. Y Provided PPT's version of the card is used (pteass sae disutsslons above). P. 4MMUMMECLOCK 1. Ths- ete shall. autorpah'u�ally adjust for daylight savings time mrs . , acco mg a rn d'i�'iiiT'�s�rip`2D09 . � —_-•.----- 't�.-•�.--- ----- ----- N,_....., 2. The meters shall Oe equipped v6ith a programmable time of day dlook that is accurate to So sauohds per month. Y N The clock shall operate cvnunuously and shall` Olso track tbayear, thonth, day, and day of the week. Y 4. The clock wilt remain operational during battery changes and N_ power tosses. Y ... Respondents'sliall *W the following: a Meters prima* ruff an solar powleand solar power Is used to charge the battery, Meters run pilrbartiy on solsrpavaor and the battary, lathe backup power source. . The solar powered machine ixitfst have the capabifky td complete at least two hundred (200) transactions per day-without requirement to recharge the bafteri i C01 i0LIANi LUKE is powered by x 12V 38Ah sealed get -call battary that can be triode charged using solar power panel. The length of time the battery remains operational is dependant on the number of dally transactions and direct sunlght provided in solar operations. in non solar Installations, LUKE will perform 100 transactions a day for six days on backup alone In a two.battary configumdon. On-street daily transactions are typically tower, thereby ambling operations beyond one week.. 2. Rospondettts shall state battery configuration (type, size, voltage, tooaton and number), normal baftery field life and expected transactions when running on battery only. The length of time the battery remains operational is dependent on the number of daily transaUions and direct sunlight provided In solar operations. in non -solar installations, LUKE will perform 80 transactions a day for tic days on backup alone In a two - battery cordiguration. An- street tinily transactions are typically tower, thereby ambling operations beyond one week. TYPE- Sealed gel -cell battery SIM 178 mm x 198 mm x 130 mm VOLTAG1 t 12V 35Ah LOCATION: Inside the LUKE pedestal Y 44P NUMBER, In an AC ponfouration, LUKE requires one hattety- In solar ; conflguratioo, LUKE~ supports two batteries. R. hgpP RTS I Desktop reports shall be available to system managers by form fill qusdr�sarsimplequeries. Y N-.- -- 1 e repo s so a s ou prov' repo ca Nl on ail' " - irrt'ixmation gathered Y ..,.... N__-_. Deport propedles should bo ussr d0lia.We. TheYshould dontatn the fallawlpg: 8 cumulative totals of p11 cash and card transactions N YM„k d. Type, dede,trmearrdtype of all alarms N.......... Y 6. bate and time of a0 niatntenarfoe trans @coons Y,_._, N Malotertance logging is not currently available at the pay station, but plans are in place to rataase this capability in the future. 6. Me tnterrairce activity by Iodation number Y N i.. I Maintenance activities are not currently logged at the pay Sutton, but are being considered for a future release, 1 7• Maintenance activity and operational status • ? A report allova operators to see the operational staves by pay station. n The operational staves of each pay station can abso bevtwed in EMS. Maintenance acdvwes are not currently togged at afie pay station. but arebetng conMered for a futom reteasa 8. MaMlAiiancaIAMltybytype Y— ti Maintenance activities are not currently togged at the pay station, but are being considered for a future release. , 9, gate and time of col1g?gtlbn Y N s 10. Machine Identification ..^ Y N.,_._. ' 11. Mawhe location + N 12. 5eclpenllal collection number k+ N 13. Total amount of money in tho collection , Y N 14, Total card usage Y N ....,... . 15. Total cash in bill container (real -dma) N- 10. Total cash in aahi container (neat -time) N 17. Revenue by lbcalfdWnumber , Y N I& Revernm by goliection area w– N Y "19. Revenue by maintenance route N Y 1-7 20. Total number of tiokets-iesued N ___,_ 21, fotat number, value, and type (credit card andtor starmd value Y N caq of card transactions. Y 22. Usef tog an j Iatory and activities N _ 23. Exception rep Olt for unHsnotmpaired Y N ------ �s�ark- nt<•i<ai�s- pradaee- raadrnap: a- featureptan- has•been- made -w add extensive maintenance togf4ngand reporting for paystatlan activities. Part of this plan bndudes an excepttonxeport for meters not r�raired i ?el�a rc date fss, �tnly nan3n place far_ii od'don ofthts i , fmtura. i'' • . • 24. Operational sfatps by uO1( 25.; daily collection ` raport with location numbers and audit I 1. . ? 27. C xceptlon report fdr;Units ne - collected Y N 28 provide the ability t(r automate; ilia transiox of nipter revenue data' .to an external system. Grda$ a 0311 file of revenue data, Y � N 'summarized by meter #, Wleotio!n date and currency type (cons, bills, credit card, smart canj pay,by call, eto ), 3. C t)MMUNIG DN4Y8 EM MANAGEMENT Q TWARE VWREL+• S& 1. Reepondents must describe in datafi, all of'fbe equipmstat they propose fo use and the sectrcify measures employed to p tpof data a0m and infegrity. The LUKE paystation can provide remote communications capabilities through the following technologies: Direct Ethernet connection GSMtGPR$ cellular ' a COMA cellular « 802,11b15 Wratess « MetroMesh WkFI (for example, Tropos Neiwort<s or Styx Systems) if GSMIGPRS Is selecwd.as the preferred networks the pay station may be updated at a later data With WI -FI technology,. The upgrade process involves she Instalia#on of a WI -R modem, cabling, and bracket, Only software configuration changes are req uired as the staridard'software supports both GSMIGPRS and Wi -Fl. In rbviawingaltarnative proposals DPTwould highly recommend the City ensures all vendors have proven field Integrations with a broad range of network providers. DPT has installations that may be referenced to support the pay stations' ablky to work with all of these network . configurations. • Credit card information at each LUKE pay station and on the SOS$ software is stored with 2048 -bit RSA encryption and communicated vifth 128 -bit SSL encrWdori, and is operator- configurabieto have only the first two and last four nuenbers;stored. For receipts, WKE Is conligumble to display only the last four numbers of the credit card Additionally, any encryption schemes lapiace by the Internet Service Provider (viaWl -F), CDMA, or GSMCGPRS: technologies) further encrypt the data transmission. DPT's products contain public and prhwb-- keys, which protect and encrypt stored data. Secure password features have been enabled, complex passwords are now enforced, Cardhotdar data cannot be stored on a server connected to the Internet, that i% clients cannot host public Web servers or Web applications on the same networks., Oar multi -space meter to the City,. Using LUKE's EMS remote management system, LUKE Mll °push' information out through these remote connections i rather than require operators to "pull" Information by dialing up each pay station. Asa resuik�each transaction Is sent from LUKE as soon as it Is completed, which ineans upaoahe-second reporting rather than historical dam only All of I this Information can be found through a password - protected Internet portal containing up-to -date status iniarmatlon on every paystation in the field. This means that City personnel with password access can obtain information about i the status of their equipment-from any Internet-enabled computer in the world. i - in addidon,through the remote communications infrastructure, LUKE has the.option to do real -time credit card processing WAh direct deposit Into the Chy'a bank accounts when LUKVs: EMS remote tranagementsystem is put In place. This capability would eliminate any credit card fraud and potential revenue losses. LUKE's transaction time for 3•` ' t , I I Internet credit card processing is approximately five seconds. With the remote communications option, the LUKE pay station also has the ability to send out a number of proactive atarmsto pagers, mobile phones and o--mall -m The cost to the City will be $30 /pay atatianlmonth. . Respondents shalt explain, average time of repair and audit krdnsacttciris, under normal operating cttndiiiens, for both wiretess, two -way and hand held dommunica£fo,, For credit card transactions, If real-time credit card processing Is enabled, credit cards will be processed as the transactions are occurring and will be deposited In the bank by the transaction processing company. All real-time transaction data will also be available online through Ilms. 4. iNirejess two -wy oommpril'cation mdgt be operable In the City's garages Y 6. Machines shall be.&pable of vY+retess Iwo -Way oommuniaalion to a remote eolrimunieallon enter to transmit financial and acit�itt/ Y 7 N mpo'r€s and unit •status. S. The' clearinghouse system must conform to International Standards Orgenlzation (ISO) standards for authorisation messages. Y N 7. Access to City of Fort LoudbMale Partft Services data shall be secured, at a rnlrimum, by password protection and shall include - mult€•Ievelao essOhtro) Y- 8. The software must supply reports for revenue, mamlanaro, and/b"r spats usage, information that must be transmitted includes, but is not limited to: 9. Cash box status (tower limit warning when coins reach a programmable aniount, and an upper limit warning when the Y. Mauh(ne shuts down) PARTIALLY COMPLIMT EMS ShcYws'tite number of coins stored In the coin bag and bills stored in the bill stacker; however, no alarm is provided when the coin or hill levels mach a certain polar. Thisfeatum is part of the product development roadmap and may W made available in a future release. if the twin acceptor is ,not working, an alarm wig be sent to parkers 0 ' 40. Alarms (attempted theft of Machines, Machine out of order, door open. out of paper, sta.)' Y i 49. Managdment data consisting of purchase of Jima (occupancy}' time' bought Intervals (duration] type of trarsaogons'(eoin•and Y card with dMounts paid) etc. i PARTIALL.YCgrAPLiANT r ca I f ' OPT is in the process of developing a rate report in EMS that vtili allow EMS to receive and store rate name lofornmdon from the pay station such as time !ought intervals. The pay station does communicate Wormation on occupancy, types of transaWans, and expiry time, : .. Machines siiali: V. it shall racord mW store the number bf VAW coin, bill and card transactions aYtd shall be accurate to 98% of actual deposits. Y . N v,,.•• IS, Transmit data to remote oommunicatidn center cash box status management We (occupancy, dintion, etc. ' Y w-- c, 14. Make multiple attempts if reception of the transmission Is not contitined by the communications center Y • N The communication center shall: 15. make.multiple attempts If card payment does not clear 16. Transmit expircdAnvalld card Rate to units via two-way oommunWah If the pall stations are online, an expired fist is not necessary. 17 The software will facilitate the management of communications, ra #es, mainthnano% collections and audit functions. Y N 18. Group units for common messaging - assign Machines to pmdetsrmfned groupings Y N -_,-_, - parades and, other commuhity events 1' - - T. SYSiPNi thlt Cn 8N f9 . A E 1. State all Methoae of i nbryption Ond other software seourdy feature's: °,' "'"":�"�1i�a�'3rb"�e"d-ss�efie' pay' eta° ktona7rctsofitwafvw ts' ericryptertwFtirf?Q�rB <blt#G��rencryption;AiFda9a transferred between the pay st -Won, EMS Swver, odthe procossoer, server is done using 128-bit SM. Additionally, any encryption schemes in place by the Internet Service Ptovider (via WI.R COMA, or GSMIGPRS technologies) further encrypt the data transmission, 2- All .oredit card re cuts, from fhe back office -software,, should "balance to fha.afasring pause transaction reports daily Y N 8. Nfaohines are fuIV programmable. Fick# programinmg is to be ' aocornplished by City of Fart taud9rdafe flMMrking SariftCes Department s , using any of the foltowind for all parameter atlanges: 0 f . � (�rP.teS&twp N(c"�j'F tran5m1S51pn . f Y a Hand field, and laptop using Infrared, RP, & Efuetooth protocol Alaptop or handheld device Is notrequirO co update the pay Y . ' station. All pays€aefons connected to EMS are updated remotely PARITAF LY COMPOANT using 2 wap communications (wireless or wired) the through BOSSfEMSsoftware or by using a simple USS key (DOSS Data Key) vilth all configuration changes downloaded from the BOSS computer 4. The System management software shatf be oonfrgurabie in a sfngte station and/or nsiworked fashion. Y N _ b. It should be hj4i 10m, o4nvenlent, and easy to uae. f Y M—, 6. Data stored in the software papkagp •shall be designed to allow for i the easy import and export of an hecessery data to fully integrate Y N t the system Into otber data tides systems, ' r 7. These and all features of the software must be password oenfralied With asaa tevets assigned by City of Fort Lauderdale .. Park'sng•Ssrvfcss dsetc�nated System Adminfstratpr. 7 he System Hcst)f)asjcfap Ntanagamer+$Saftwara should: 8. Ailopv'user tc selscl op)Ii+ns at the and of a rate pedal to include: afEOwlnot pllgw prctaass of time, excseciin§ the shiftirate maximum, altaw loci allow puCCitase of'trcr+e elapsed at the end of a rate /shift period, alfrnn /net a{Ww user to purchase time through a Y spsdifasd shift down fime at nn dhatge, aiksWlnof ago* purchase j of time through a closed day at ho charge, I N 9. Allow the user to select the-rate for each individual day and have the ability to designate adfay olosad, or"fte paddndldpy. Y N i 10. Allow user to con'llj ure a Woendary daily rate strudure tp be ° activateri by aspebifled day. Y N _ 11. .Allow time to be purchased at a minimum of 155- minute blocks or by Y the minute. N_.,___ 12. Include at feast 6 rate tables far edfffng. i 13. lncit)de a minimum of 3 shifts per rate fable.; _ 14. (date tables allow user to select from the following options; select N the time of day that each individual shift will begin, set ties Y ' maximum amount of Money thaf will be aixepted hi a given Aft, set the Ox Ira R time a given shit, allow the purchase of mulkipte, days, allow multiple day purchases to b€s •either 24 hours from :.. purchase date or 24 hours from expfrad time of a shift, allow jO a Oirriod of thine during a shift that the system will shut down, able to. -dot a per minute rate, able to selectthe number of 15 minute a 0 t blooks per hour and the rate to be thgrged'fgr the 95. minute , hiccks, and is able to automatically print a receipt. The rate table must bee of being adjusted remotely using the back ethos 16. i software, AHow rates to be edited by the hour. Y N- 16. Allow amhnhnium time purchasetobeset. V. Configure length of time the audible alarm anhl sound. Y The audible alarm is onfigured to sound for 30 seconds pay station prec and calmot be, configured otherwise, if this feature M deemed a necessary requirementby the City, DPT will consider adding it to its c ` product development roadmap for availability in future software releases. 18: 'Set the start of a day. y 41 N- 19, Allows for an option to pflntlnot print feeehpts. 2M Set a matcimuin number of tickets to be sold In a day'. Y N 29. Set an amountthat no bills above that amountWiill be accepted. 21 get the maximum amount of money that will be accepted. Y N� N Y Y *kW - 23. Select what to do during a pftnter error. _ Wft 24. Sellmodify credit capil parameters to include; E>labtelnot enable N,.._,.,.. credit cards, acospp,Wot accept American Expiess, MskterGard a credit card whin off-line, set Y and Visa, accept/W accept or"&bmlmaxlmum oredit amounts and set a defauit amount. 25. Accommodate a minimGm of 50 spaces per machfne. ' ,Y N _ 26. Vary rates by stall range. 27, Set an.e*lration window to shtiw expiredlgorng to expiry statls, enforcement rapop, �` Upon the enforcement ofterprompt ingthe pay statron, LUKE will 111ARTIALLYCAMPLIANT print a report showing either valid or eicpired spaces for. any range of spaces that is requested regardless of the payment method. It will show all the spaces currently eVirad or going to expires however, the City will not be able to enter a time exp melon window 28. ,Set an edorosment acdess code. Y f N F � __,_ 1 ' 29, i Set an Inactwity time orif fer the bacldhghtloverhead tight Y i U I t <� 3". i�- Syfitpltpnlp�anj4 "atlpXr8.yp3iyUar�shnrrld• , 42. ?'. = $0. Modify theprintedrecelpts. password protected. Y 7 All processes used by PP,r equipment-to autbonte credit card data are 31. Satan "out of service phortp number. Y I $2. Preset chats@ for special rates, which can be remotely updated audited by' a third-ptfty to ensure these pracdoes have been met. DPT first received off dal compliance as a level t Service Provider €n April I C by using the beak atffCS software. - Y .j 33. Does ndt alipw for user manipulation of audit historical data received otfi W validation under PO's Payment Application Data wiihoGt an auifil trail of rfianipulafion. Y 34. All remote programming must by ailoweO using standard commuriicaUan protocol. Y ! 35. Machines must have built-in diagnostic software that records dates and 'Ome stamps" all opgratlon4 e0n#s (wit failures, Y ' resets, tow baffery, etc) for reports to the command center. X upon oye[ng ihrcuah the diagncsffo mode, Machines shall be able to'update the display status; display appropriate rfiessages, Y and send diagnosto reports to the communication ceniet. 37. Self.-diagnostic triode shoWd be friYerrupted if a higher priority task is queued (a customer at the unit paying for parking has the Y highest priority). Self dagnostio results on optionally be sent to the communicatiop Center. 38. The system wilf report the stahra of each machine to a central server indiosting status and pfatin conditions (main#enance needs and taut -of- -order conditions). The communications system shad also provide realnine not ficatfan of callaotions, utaintenance, alarms, rgvenues, and individual patron trarisaoltons to -the City of Fort Lauderdaie Parking Services. Nom,..... N Fay station alarms for 'coQecilons are currently not avaliabte, but reports may be viewed online in real -time to determine how many y coins and bills reside in the pay station. Plans are in place to release alerm notification on collecdo n s Cn the future PACM A i t i Y "^Ahftt N • A $9,. City of Fort Lauderdale Pilddgg tu'ervfces shall be able to modify rates and hours of operation via the communloadon W6446 and Y N upload this now conligurallon to individual meters or any oompjhation of.ne#worked teeters. __ T_ �T_, �.___._ 3". i�- Syfitpltpnlp�anj4 "atlpXr8.yp3iyUar�shnrrld• , 42. Be PCt compliant for tfansmisslon of Credit Card data and password protected. Y 7 All processes used by PP,r equipment-to autbonte credit card data are destgoad to follow the latest practices as specified by the PO Data, Security Standard. Both equipment and company servli es have been ' audited by' a third-ptfty to ensure these pracdoes have been met. DPT first received off dal compliance as a level t Service Provider €n April ' + 2007 after completing an audit by a qualified setur`itymsessor (QSA). Dpi` completed its third annual audit in May 2009. DVrs products received otfi W validation under PO's Payment Application Data Security Standard (PA-MS) In December 2007 and Its latest major I I i Y N� 55. Cornmunloallon� soltwars Is able to add time to a salecied $14 i software release was validated In May 2009. Confirmation of DPVS Cain not be dons -through ` VISISOSS sofa are, but' can be ,,f status racy be found by reviewing the lists of Compliant 5erytce Y_ E:, N,,,,_• optlonal pay -by phone functionality Providers and Validated Payment Appiim'dons on Visa's Web site at s&, Communications software is able to cbdck the status of a sefectsd, tJ•ti9%��Yi�,�C+it*�• :tali. Y i : r 43, Communications software includes the fallowing options, 4181 N frrdWe which terminals are Currently on -line or off -Ilne, modem, hang -up modem, and Walt For call, receivekegd audit Y N_____ commands and lot for Ofons. • • 44. Accesses to vital oninmunicaticns areas are password protested. All Y N, 45. All systeri::phone numbers are held in a phene direefolii for ease of accessing phone numbers. Y 46. Has the ability to hang up the modem via the communications ' software. Y _ N _ 47. Able to set software to a wait tnooming calls from a remote site. 43. Able to process all transactions, and bagkup, exception log, ff diagnostics. Y N _ 49. Reoofds seourhy hdormgtion to include. - Moor opentdoor ctosed, "Cash oontalner In", "cacti Container ouV. Bate, time and machine Y number is rmciardedwith each entry. PARTIALLY CCDMPi,.fANT There Is no automatic notification of cash box removal. This notification Is tracked by the time and date of an online audit report that is manually printed at the pay station during a Coto collection. 5o. Wintem a l49 of ell transactional events. The tog Informalion includes: •individuel.purchasesi reosipt bombers generated, power Y N outages, system resfaffs. 51. commud atforis software is .abla to recafvp pr000ssor conffguratlon tables. l N $2. Comrn4nicattons software is able to set and send tonttguraugn tables and diagnostio leyeis. Y 53. Communications soilware-fe able to sdrtd a bad'credit card fife to update Credit daids that art to be rejected. 141A .. tDiT3- sUltw�rci t�arnr�cu a�iti crirsuarer tow rune. Y N� 55. Cornmunloallon� soltwars Is able to add time to a salecied $14 Cain not be dons -through ` VISISOSS sofa are, but' can be ,,f performed by the parking public using any pay station or through Y_ E:, N,,,,_• optlonal pay -by phone functionality s&, Communications software is able to cbdck the status of a sefectsd, :tali. Y N 57. QRihmt:rri ions sia ttiare 10 abie to view network sta%W and N frrdWe which terminals are Currently on -line or off -Ilne, Y 68. • Communications software.- to able to remotely monitor the follow#tg areas; status, o� box, audit, power, and version. Y $9. Communications software Es lible to view the ag'mant audit totals M and current grand totals to include: cash, credit, cash card and Y N overpayment;." 60. Qdmmunlcat$ns software Is, able to view the =90 status df ft 2flowhv iief0s: Y a. SIR.Aoceptoit "disabled ", lammed"/ "not jammed" b. Bill 8tackerrc °fulr l "riot full" c. Coin Acceptor "anabiOd"/ "disabled" and "jammed "P'not jammed" d. Cited Reader: "prese4ft "not present' e. Cksh Container: "•installed "/"not Installed" f.'Door. "open "!"dcR dd" gmaintenance and Collgot'ion) g. tuck, "open "`�'ciossd" {matnte}tance and GoAeciEcn) 1 h• Power status E. Alarms 61. Communications software Is able to alert users to alarms via emaiE; and back office's6ftware. Y i I U. gg ISTI QM C MENTS 1. Respondents -shall provide to the =City of port Lauderdale PaOft 6aririces a schedule, of individual component prfoing, including a pricing discount on all maintenance and repair materials, parts and supplies, and a residual value on modular components returned for repair or remanufacture. This pricing Is for all pdditionat parts and components for future repairs, et t.-• rtgt co nents roV ked for initial product.61fered, and Is to be submitted for infomrallonal purposes on - wit riot be f'ac'tored into award ctttekls cost considerations. ' Please see prldng sheetin Appeadix G. 2. Rbspondents shall supply pricing for the purchase a single mater 'to Include ail pmts Y N i f Respondents shat{ provide eMlablOW and pricing for additional parts end cotripoYtenfs. $ years after tire .erld of the warranty Y period 31 Machines shag WO iratemaE components designed as i interdhangaable modular, parts. Y N ? 4. Respondents shag explain what #obis, if ariy, are t>eeded to I rapt* modular comporr'ents. AN internal devices are modular and are constructed to provide easy : servici8g either 69lwnd or vfith a kw tools.'rhe onh/ tools utitized to » s .. remove components are a Philips #2 screwdraver,'fh"ead 03 screwdriver and a nut driver 08. ti All rr �pIacement components shall Be read/ available from a local istrifiutor, Irl the event tttat the local distj'ibator Is teinpor°adly out Y . of any domponent; addilioonaf oomponanft shalt be available within Mty- four (24) hears. I i i l OPT maintains an inventory of spare parts for units Covered under our direct warranty coverage. As staged in our warranty contract, these ° parts are delivered from our head *face withia 48 business hours of i receiving notification of the need, If OFT works with a local distributor r in the area, these distributors are reyuired'•ea maintain their.own invencory of spare parts to support installation base in the area, Delivery times for distributors vary depending on their capabilities and i the location of the clients they serve. 6. a. Estimate costs to design, install, support and maintain a Wretess infrastructure, if appropriate. The wireless infrastructure will be supplied by either T Mobite or Y N'— Vernon. b, Identify wlio will provide local support of the wireless irdastriicture. What is the Longest titre to recover Vein network or ftardware,damage due io severe weather? The wireless provider and the local distributor will provide the support forthe wireless network V. itifiLNTEtSANCE 1. ' " Macpines shajl'he constructed sp that Indtviduaf components can be easily rehryved and sub-*sssYnblies be changed withgVt major Y N ' ' dismentYng. 2. Respdndent shall provide training on the procedures of changing end replacing of sufx asssmbllas. Y N 3. Describe procedures of. changing and replacing of sub- assem6ile% Training that your company witf provide of no additfohM charge! AD Internal devices are modular and are oonserueted to provide easy servicing The only toots Utilized to remove components are a Philips 02 screwdriver, plat Head 03 screwdriver, and a nut driver M. DPT "U provide training on the €.TIKE pay station and all DFr products. The maintenance people who should attend are listed below; .. fdardwarerevlew— attendedisya limo7meaaacepersonneG• e Keys and locks Keypad "oiq.arcepior - - -• . e Powering o Remote connectivity O Printer 4 Entering the Sdrvice Menu Reports at the station .. « BOSS Data Key Operations a t•oading now Tales r Obtaining transaction data . e Maintenance ' Changing paper Cteaning grin €Eir i • i Colt ectlonsrevW •- attendedbyalcollealonsPommel. 1 + Collecting money t ' ! • Entering sprvlce mode F 1 t Audi€reportgeneragon Eajomrdent review! - attended by all enpomement personnel: • Entering service mode w Generating and reviewing Pay-by-Space reports } ' ' 4. Pkovide eliectronic copies of recommended t ; ; rhainteiianceprocedures add Supplies. Y N 5. Fiaspondent shpli provldo foil tra"no of sollware application and usage to City of Fart {.adderdale Parking 5Urvlces mAinienanoe Y N staff. 6. Modaies shall Be replaced with minimum use of fools. t jy 7. t7esotlbs software appyoation and usage training that your company will provide at no additional charge: DPTvdll provide software training to be attended by any paystation adminisumrs responsible for crmt6rg pay station oonilgurat?ons and rates as well as processing credit card payments and ge »eratt »gaccaunting reports Boss and > Sokw4re Overview Sof imre insi Itattorn • installing safiware - a' Bacmng up data Software overview and can&wedon setup: s Review BOSS menu structure it Setup of uw permissto»s w Setup of global settings f • Create basic lot setting n LCD screen messages s Headprond footer messages • Payand- 61splay >Pay^bySpace' ' ' Fraymerrtoptlons + Machine setup Rate tables: + Rate table configurations !' • Houriyrate , Dally rate i * Add time functionality s : ; Mounting iia repaWro • Reporting r • Itansaceion reports � ' ' iBVJS: + Access ng the application f • Settirrgup wars and nodfkarlons { I.. • Reviewing EMS features r S. Cfiy per$. priei will perform ail rouiine.and daily; rriaintenanoe on ' these machines. All product pricing will be based bn that Y N w i � requireinsrft. ' . W g f}F' TALL TI0,N I. Packading dW shipment shall be the responstblgi or the Proposals shall include freight afid be FOS destination. in ifte evesrt #hat the delfuery andtor Fnstatiaflon of units are not cAml >IeteQ accdrding to s;tty of Fart CauderdaCe Parkifig Services specYffoa#ion$ and agree tapdn scidule, City of Fort Lauderplafe Fadfing Sarvfas wfft fmpdse ilqutciated damages iq the afriout>ti of`Bhte Hundred dotN�rs (ti00 }per unit per day. These cirargss era ffrtandad to obi as pU lricesffive for the Carlttaafarto perform m full complian withtha speozodflons. AaCa7oivCdgm�nt and agfeeinefat tp given by both parties that the amount herein above asf Fs na# fflterfdsd fa Eie, nor Wall be deemedto be, In thq nature of a penalty. 2 Delivery shall ba made tg a designated address, as deslgriafed the.CIty within sixty (60) calendar days following execution of the Y corrimot. The delivery dates for the three phases of installation may opt be simulteneous, 3. The suocpssiul Respondent $,frail complete installation within fifteen (Ira} days following delivery ofthe units or as speoffied by Y N the City of Fort Lauderdale Parktrq Services, 4, Respondents shall include a desaritiiien of any pre- Inataita6on andtor instriilation work to be completed by City of Fort Lauderdale Perking i`'ervtces. Pads for the pay stations will need to be poured by the My. OPT can have the pads poured for an additional charge of X SYSTEM IMPLE#NSNTAT #ON. I. ,Tlie sys%fd shelf IddUde all ftardwsre and software required for communicaling with, programailog ar rnonitorind any of the Y . N,_._.• "polled units. It is tne'Respondehf s msporielbiiify to incorporate all of the above and td establish the communieWions between the units and the cpfnri U6tcatlofii center. F he t UKE pay s ti can be enabled wieh rest t me two way wmmuntcagians using a namher of differeutwFred end ' v irelsss ceehrwtagFes —dtreu Cthernet connecNan, GSMtCaPRS CT7Mfi 8Q2 F fbtg wfreFess, and S9etroMesfs yYi -Ff (ter example Trapos Networks or 5trixSy�tems }. tfSMIGPK5 is selected as the pre%rred network tie pay srr�tinn inay ` . i>eUpdated eta Later date wftltYJF.I'i technoFogy. The upgrade process tnvoives lira FnstaNatton of a'Wi -Fi modem, y • = cabling and bracket. Qhty software cony iguratfon- eiranges are required ss the standard saftv7ara supports both s GSMiGPRSandWf -Ff. ' Thevdreless provider (commereWly available such as T Mobile) rvdl be responsible for providing maintenance ofthe i•. wireless network i I j Y. IRAINING ThOu&cessrw itespondent shall provide, at no additional gfi'ige, a minimum of eighty (Sri) hours of tMnln at a designated City 6f Fort Lauderdale Parking Servloes facility for each City employee to develop expertise in the nifttenangs acid repair of theirproduct, Includlnd, 'bui not [6 1ted to; ,I i (. Instaffoi�n , _., 2. NI�liifenanRe tax Trogbieshpating repairs. 4. operations- programming, inventory 5. Collections r 2. Responders •shall provide a thorough outline of the training both saffware.and hardware. The schedule shall irictude Inciuding, but not limited to, emphasis on partioUlar areas of t Sorvlces' choice and upgrades of software iddfor hardware. All maintenance and user information oumpiete with wiring dlagrams This must be provided at no additional charge. Y content and provide a training schedule for la reftesher training (oontinuirrg education) ns City of port Lauderdale Parking &.bleat operating manuals that support installation, and specifications shall be in English. The specific training schedule will be.determined by the number of people and functional areas Involved in the overall management of the paridng operatfonv. The general oud ae, of the training amities includes: rpstatrat ;an • Ftnefixe pay stad6n site selection and Pay-by-Space numbering sequence • Test wireless or ceilehr coverage at site locations ? RatetabiedecisionsM lmpormottodeterminebeforesignagecompieted r Signage preparation r Pinafrze communications methods and costs « Obtain quotes on AC power installation and booty dates 4 Credl� card merchant account processor setup 4 Payby Space numbers painted on all spots —every space must ham a unique.humber when considering all tot under use y Documenting employeeproceaures for operating Ujolar account set up • Site preparation for Installation — concrete pack, conduit • Pay SWOOP on -site • Pay stations installed • Ali appropriate signage is installed sublexto Council- approved communicati6ns plan. signaga covered until go live Training drill be attended by any pay station admintstrators responsible for crmtinfrpay station configurations and rates as well as processing eredlt card paymarus and genemdng accounting reports. sorowe k4wifodory Ins ailing softwai m Sectdngvp.deta. • goftvtare overvtew, dad corrl?gdrnuon setup: i Review SM mans structure I •' Setup of userpermiisslons • Setup of global settings I create we tot salting r LCD screen messages * header and footer messages t i Payandaisplay, Pay bySpace, m Paymentoptions Hachima setup Rate tables: a Itatetable:configurat % ns m Irncad rate i ? Haudyrate w Daily rate Add ilme functionaW i Aoxini tng on repardag., a Reporting r Transaction reports EMS: a Accessing the application is Setting up users and notiffeations z Reviewing EMS features t UO Hardware overview The people who should attend are listed below. Hardware review -• attended by all maintenance personnel.' Koysamd Locks Keypad Cain acceptor > Powering ® Remote connectivity ® i'rinter • ` + Enteringthe Service Menu . , , Reperrs attha station a BOSS Data Keys a Operations • Loading new rates O Obtainingtransacdon data s Maintenance e Changing paper « Cleaning printer agections review — attended byaiicotieatansPersonnel: 's Collectfngmoney Entering service mode a' Audit report generation brorcament review • - .attended by all enrartemerd personnel• i nterhng service mode �.. ai merating and revfewiag pay- bySimce'reports m Any items that require further review are handled during this time period. A detailed schedule for admiult wring the training program and ongoing refresher training grill be determined in consultation with the City and may result in additional costs, DPT provides regular product.maswal updates and online ' Webinars to educate clients on the features. contained In new releases. In many cases, these free Webinars and manual t .. updates provide clients with additional training required. However, in situations where staff changes are necessitated, additional training can be arranged. ' Z, iNgRLAN'EY Respondents Imtst guarantee, for a period' of Wo (2) years from the date of insleffWan, to repair andlor replaco any. Pa. - ar V modular component delaWned to be defective in matefiial or i ; z. • i . x �•• 3. 4. udorkmanship unddr normal use and service at no additional cost to the City of Fort ! ouderdate Parking .arid Fleet 'Services. Peepbndent shall also ice solely responslble for the cost of slopping and retunt shipping of warranty •parts during theUb (g) year warranty period'. Raportdents shall also fitavide tite City of Fort lauderdaie Paridiig and Fleet Services free of charge with any tfoo software releases for a period oftuiro (2) years. The local distributor shall maintain an. adegadto supply of replacement components (eq. cutters, cord readers; etc) on site X at the City Offiirt Lauderdale Parking Services meter shop. Payment and, warranty :previsions f6r replacement components shag apply fre}ti tho date of instailMon of the module. The warranty period for all installed meters In each phase of purchase Will begln on the last date after the last to has been Y accepted by the City Verwritten acceptance. The Clt)i of Fort Lauderdale €carting and Fleet Services shalt have the option of extending the warranty period within 90 days before Y the end si the odsttng warranty period. The Respondent will provide quote'forthe exfendedvviTe Stywili N, The Respondent W1IIt providg. quote for the extended warranty detailing,the cost per meter, period of coverage and what will be Y N covered under the warranty • KK. VAMA tic' Ili 4 iii i. 'YClirYilsH 1 aLILiiCL Ktl47UC Items not included In your proposal -• Discuss ! expiatn.a r requirements of the RFP that are not included, in your. proposeL — AR items that you indicated 'i _' are to be explained here (ro be Indexed and submitted in the order listed) - C. CUSTOMER OPERATION #3x 7dK&7t r the capability bfthe pay sWfon to accept a "PiN" number when using a "Debit" or "Credte rase, god ifthere'ls an ac!414onai configuration cost fog• thts option, what that costvvouki be. Checking account debitcards accepted will be only non•PIN -based cards issued by Visa chat do not provide credit capab9ity. Atthis time, introduedan of PiN based cards is toss prohibited. k.1f;EVji SiJ , COLIJiCTION CANI[MR.6 01 L The rermnval of t'he iaill staakershall trigger the recording of alraydit repogtspecific to the bill Audit reports are uxtnuallygsireraled at the pay station when cash is collected. These reports are t el& automattca y communicated to EM for ongoing online access. J.13ILL A40CEPTQR IM t4aeliina will transmit to the server via v4mless twXnstnitial methods every oinks eallection boxes are removed. The pay station trarmmits an Audit Report that is generated during a coffecdon process. The pay station does not currently treasonnWfkadori that a collection box has been removed; however, this feature is being acelvety considered. ! ' ' if ChfM RATlS90 Vii: TW accepts the City of Fort Lpitderdalg ttes!&Rt Reach Gard. Respondents is respoosible to i • . enswe system compatibility wifli current parking cafe systeni. , "i • i At this time, LUKE does not support the City's Resident Beach Card. OPT can provide an alternate card with the same functionality, but OPT believes it will be very difficult to work with Parkeon to support the Parkeon card. Afthough technically the equipment can support it, itwill tequtre a tot of proprietary information from Parkeom As DPT Is a direct competitor to Parkeon, OPTfeals it cannot commit to supporting the'card as OPT has no control over ParMon's assistance in this endeavor. :t ? ; ; t.UKE has the ability fioworkwith custom cards as an alternative to the Ctty"s parking Services resident beach card, providing exactly the same friuctinn'ality WKE can also work with generic ID. custom cards where the card number, is included in the cards Track data. Wdf f generic ID cards, parkers can get aparldng receipt for a single pre - established rate. flits ena6tes porkers to get parking without paying cash at the machine. For smart cards, the pay station currently supports the Bull Scot S and Atmei smart cards byPON as well as the City t Card smart card from parcxmam The POM card may be used at the pay station and purchase valaas are then deducted from it The pay station can also be used as a smart card reload station for the POM smart cards. M. COIN ACCEPTOR #8-.,An automatic' oin shutter, which will open for coin Insertloo, but not for plastic, woad, doth> aiitl all non -metal objects. the loin slot shall have means to prevent insertion of foMlgn objects. OPT may supply an alternate tson shutter coin bezel, which can provide resistance to the threats Identified. .. #Eli: Machines snail have a bnh[t -in feature that prevents coin and debit c.*d tiraninzctians Eked for taw ngpurp0soa fro m teilstertng in tha toldl rove aue registers l.t o does not currently have a butit"&s feature that prevents these payment methods being used for test purposes or prevents them from being recorded on the tots€ revenue register. N. ORBNT OR ¢ND RECEIPT PAVER 0: Printer Intensity stwuld be adjustable. pilot €ntira ft is not currently adjustable. R. IWOOTtTS WS. bate 4nd time of all romance taansactioils. $'lialmanance logging is not currently avallable at the pay station, but plans are in place to release this capability in the ' futurre. . ¢f¢ Maintenance 4thrity by location r;dmber. A report allows operators to see the operational status by paystation. Theoperadonal status of each pay station can also be viewed in EMS. Maaintenance activities are not: currently logged at the-pay station, but are being considered for a future release. #B: Mnir4tenanceactivityiiyiype . Mainteriance activities are not currarstiy togged at the pay station, butare being tonsidered for a future release. #x 3: Exceptktii report for Tkriits not repalrod As part of OPrs product roadmap, a $satureplan has been made to add extensive maintenance logging and reporting for pay station acti'vitim part of this plan Includes an exception report for meters not repaired. A release date is currondy not in place for the addition of this feature. s i i 0271a Exception mpor6forunitsi oat cell "teal. OPT pay stations cannot print: =option reports for units not collected. } S. COMMUNICATIONISY'STEM MANAGEMaNT sOFTwARE (W1R7 gss) ! If the the pay station$ arpe online, an expired list is not new two-W4 torrnrt uti €catiein 'F 1i -i i .s ,r Tr SYVM M MAMAdwEr4T soPfw�•kn ill T Configure length of thne the audible alarm wtlI sound,: The pay staxhin eadibiealaim is preconfigurea to sound for 30 seconds and cannot be configured otherwise, If this feature is deemed a, necessary requirement by the City, DPT will consider addtngltto its product development roadmp for availability in future software releases. 020- dotarr+axitntlmtithmbeC ofd`cketxtid be sold In aday. DPT pay stations cannot set the maximum number of tickets to be sold in a day." . ff2�: Select rjrjaak to db ifuring apkintar error, • While the pay station Will display a prhtter error, )twill not specify whatto do in such a case. 1. set an "amt of seryw' plioite nufnher+ LME will not display an "put of Service" message or phone number. ]to pay station is out of service on she block Wharethe motorist Is parked, the motorist could pay for parking at another machine nearby. 055a 4pbmmoolcations softward is able to add tirrre, to aselected stall, BOSS and EMS cannot add time to a stall. Other Standards Used • Gist in detail, any additional standards•andtor piaofices that you consider worthy of codafderation by the Evaluation VornMinee In evaluating your proposal.- lndioated any additional fga.Wres that Lath product has that may no be Indicated abova, or any afiditlonat enhancements to requirements we may have lleted above (fobs indexed and submitted iia the order loted) CQ14PUANY DPTis the best qualified vendor to provide the City with mufti -space paystatiorisfor its ragviremems due to Dir'f's successful track record for developing high quality and innovative parking products that service clients well today and into the fu UM DPT has'amassed 12 years experience In the design, mamractur% and distribution of highly advanced mull- space i parklFrg pay stations and software management solutions. DPT products art widely used throughout North America by numerous cities, universities, parks and recreation facilities, transportation facilities, and private parking operators. 444 vendors claim to support the technologies and standards outlined within the City of Port Lauderdale REP, but DPT is one of the few manufacturers that hats proven success v1 A all of the technologies the City is Interested in supporting either now or in the future. Specific examples include;. WI.F..1 support— Installations successfully operating in 14guston, TX, Redwood Clty, CA, Srooldine, MA, and the yniveisity of Californta, am Barbara • ' Ethornet support-- Numarous•dtont installations where direct Ethernet support has been deployed. References avaTa6le upon ;ei uest %"° fi, T'�'r`:'..�:.....�...i"c..x��re :...".�::. �.t.. »e..:ri.. "�: �aw....a"'"a�a:':.`.�'.. "a.._� x:..•: �'C�'w1 �� Ftpt:. ..nvvvwrY,.' .7 .. �,....,.,. s:r�«Z.,..ra�:•nb. �„ a. �. r......, N. �... �,,. r,, �... i. �:ra�:.. >x�r:..�u:w.war.F�,M1aP. *i'.h..._. `i �;; •. �', "s.ti7i�sa!�ikiil;'�6„ SIB, nth' cEirJ twv+ ui:His'aacotvJsisw:Ele�S�sae.A• efidbc;bbrl!�iS'�IFite:.E'i! tai ay- -Ihir« tgration w DP3 bas extensive experience In integrating its technology with third -party cell phone paynienttadmolo�ias DPT pay staticros are currently in operation with Verrus systems. Transaction data is Fetvad from the Verrus system and this information Is then provided in real tune for enforcement, transaction, and revenue reporting i' Iitror partybaxdware. agdsoftwareintegrfytToa- DPT' sVYebServta: s has enabled cReritstointegrateOMS datavy both theirhandii4denforcementdevicesandBanneraccountingsystem .Bnforcernemmanufacturers such as Complus Data Innovations, Duncan Solutions, ParkTmk, and T2 Systems bave already developed f Integrations with OPT EMS data on theirhandhefd devices. o Erhatformfortthef4wro— LUKEisbustontheWfndawsCEaperatngsystemthatenablestheproducttotake aifvant age of industry standard technologies that can provide newfeatures in the future such as multi - screen advertising that may provide new benefits to the Cfty, Most afternatfve suppliers have btdittheir products on proprietary platforms that Ilmitthe ill ty to tafteadvamage of new tachnofoges that may emerge in the market. OPT also knows that the key to any new multkspace parking meter project is asuccessful Implementation. implementation includes prednstalladon planning, meter placement, Community! public relations, signage, rate structures •+ thatworkfor the public , and orqioingmonitoring. FAME? OF SFOMON .r .i ; i U3 RequastforPropoW iorftltl•5paae Parking Wtam AppendixA —LUKE Brochure MOW Paymen2Teetumtooes— Reaponsetothe City *VF(At Laudardate 31 s$ � ♦/ Pal a� �� MUM �a i �e g Fy 6 �t s� .� B.'�fi. � G: t$1 d b58` � •.WC � G ie .� C w $d� y;.= Qx..s w.., Sir a•- We Irv@ all 2 ' a 8 3 9 g 0 s� E m-$g w 2yy g] ..4-a4 q� ° jw ,G'��v 0 U sW~m �.6W M <aaI. I pG L Is Uy $x �U y� P } d s � n .Q A w a �ODrIUp0B0WM101. lDnGiYOI (CMI(IW4(tlD�CyWM0Iy1PDpOp 01GYDMV.(DW ptlx pW4Dlptlf a�e4�Ip4tl OICp N(( 4pp1A1 B({( W %V1p4j.V�pp1COdJDpRgwp�ID4ugpkp M�m1(DDM6pppp�M1WQ4j (Uj1V0VS3D15 ;paja ma rn�a :ateaaas 1�L0 /O6lQG :13180UO!JBD!Ignc upaai:wvwF Lnwos dtl AAA'J :evoZia5ed� nPb LOES065S0 aegwnN uo9�esusj g 1�fltfiwRfly{�i,±��.1 :awent wain LOP.z00558 :ra9wnN PN QIVAJrt (i4 ..W:.,P