8To:
Via:
From:
Date:
Subject:
CITY OF SOUTH MIAMI
OFFICE OF THE CITY MANAGER
INTER-OFFICE MEMORANDUM
The Honorable Mayor & Members of the Cty Commission
South Miami
2001
Hector Mirabile. PhD. City Manager ;{l
Orlando Martinez DeCastro. Chief In ~c ice
November 9. 2011 Agenda Item No.: ~
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.
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 20 I 1/2012 fiscal year budget with a current balance of
$144.000.
The City is recommending upgrading to the new model. Luke II. Digital
Parking Systems newest multi-space parking machine for an additional
Background: $12.331.
Luke Base Amount
Option I
Option 2
Option 3
Capital Improvement Program
12 New Pay Stations
Account 301-1910·521·6430
Total Budgeted Amount $144,000
12 Digital Luke Machines
Luke II Pay Stations
Spare Bill & Coin Collectors
Additional Spare Parts
TOTAL Cost of 12 NEW Digital Paystations
$113.669
$12.331
$4.557
$5.054
$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
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
16
17
18
19
20
21
22
23
24
25
26
27
28
29
30
31
32
33
34
35
36
37
38
39
40
41
42
43
44
45
46
47
48
RESOLUTION NO.: ________ _
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 II, 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 201112012 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. __________ 20 II.
ATTEST:
City Clerk
Read and approve as to form,
language, legality and execution thereof:
City Attorney
APPROVED:
Mayor
COMMISSION VOTE:
Mayor
Vice-Mayor
Commissioner
Stoddard
Newman
Palmer
Commissioner Beasley
Commissioner Harris
~: arker Systems
Oltnglng the \va(the world iooks at parklr,g .. .orle system at a time
November 9, 2011 (Revision of Proposal Da.ted November.7, 2011)
Mr. Alfredo Riverol
City of South Miami
6130 Sunset Drive
South Miami, Fl 33143
Subject:. ProPGsal -Upcoming Parking Needs
Dea.r Mr. Riverol:
USing a contract with the City of Fort Lauderdale as a basis for a piggyback
purchase, we are pleased to submit our proposal for your kindconsidera.tion:
Expansion of EXisting Multi-Space Pay Station System:
(12) Digital Payment Technologies "Luke" MlIlti-Space Parking Pay Station,
equipped exactly as existing 38 units.
MATERIALS, FREIGHT, & INSTALLATION: $ 113,668.80
(pricing includes l-year factory warranty and l-'year Tier 2 Support)
Monthly Services
(12) Monthly Services; including T -Mobile CeHular Service, Real-Time
Credit Processing, Monitoril)g & Alarming, Reporting, and PaY-13y-
Phone Integration. The services andpricihga.re identical to the
other 38 pay stations,and will be billed at the same time.
MONTHLY UNIT PRICE PER PAY STATIDN: $ 55_00
12938 Mallory Circle Suite 1021 Orlando,FL3Z828 Office: '107-482'8006 ToUFree: 1-866-65.8-PARK (7275)
Proposal
Page 2
Purchase. ora Recommended Spare Parts Inventory For Luke Units:
(1) Lot Spare Parts for Pay Station System,to include 1 each of the
following components: V3 Radius Controller (List Price = $3,250,00),
Lexan Display Protective Cover'. (List Price = $35.00), liquid Crystal
Display Screen (List Price = $780.00), Thermal Printer (List Price =
$1,420.00), Coin Acceptor List Pric.e= $655,00), Bill Validator (List
Price == $1 , 82 (). 00), Alpha Numeric. Key Pad (List Price = $290.00),
and Card Reader (List Price = $555.00).
MATERIALS & FREIGHT: $ 6,163.50
Additional Tier 2 5u!)port for Initial 38 Pay Stations:
(1) Extension of Tier 2 Support from October 20,2011 through
September 30, 2012 for the initial 38 pay stations purchased.
ANNUAL UNIT PRICE (Based on Ft. Lauderdale Contract):$
EXTENDED PR.ICE FOR 345 DAYS X 38 PAYSTATIONS:
250;00
8,979.45
QQtions
1. To substitute Luke II pay stations for Cjuoted luke Classic units,
please add $12,331.20 to totill price, including materials; freight,
and installation (Price based on Ft. Lauderdille contract.).
2. If Option 1 for Luke II is accepted by the City, we recommend the
purchase of 6 each spare bill stacker (list Price =$485.00) and
spare coin canister (List Price =$600.00) foreas", of collections.
To include these items, please add $4,557,OOtototill price.
3.
Proposal
Page 3
Options (continued)
4. If Option 1 forLLike IIjsao:;cepted by the City, we recommend the
pun:hase of 1 each ofthefollbwingadditional spare parts that are
spe.cific to the Luke II model: Luke II Controller (UstPrice =
$3,250.00), Thermal Printer (Ust Price =$1,420;00), fmi Validator
(ListPrice = $Z,200.00), and 3s-Key Alpha Numeric Key Pad (Ust
Price = $350.00). Total price. for these additjbnal items is
$5,054:00.
Remarks:
A. Ta>( iSM! included ..
B. Freight isFOBshipping point.
e. Delilleryis 3 weeks after. receipt of order,jforder is pre~paid.
D. Preparation of conCrete mounting pads for new PilY stations is not
induded.
E. Please make purchase order outto: Parker Systems
341 ESheridan5r. 5uite 306
Dania Beach, FL 33006
Attn: Jeff Harrington
jeff@oarkS!Isystemspla.ce.com
Thank you for the opportunity tacontioue to beofservice.
Respectfully.
Jeff Harrington
. Regional M;wager
PAYMENT TECHNOLOGIES
Multi-Space Pay Station
Public and private parking operators are realizing the benefits of mUlti-space pay stations: increased revenue,
reduced opemtional 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 II is a highly secure,
flexible pay station suitable for on-and off-street deployments. LUKE II fulfills customer service expectations and
delivers superior performance and significant contributions to operators' top and boltom line.
LUKE II Features for Consumers
Range of convenient payment options, such as
coins, bills, credit cards, smart cards, value-; cards,
campus cards, coupons, and even Pay-by-Pl1one
Contactless payments for rapid parking transactions
Large color screen that is easy to read
Prompts in multiple languages
Abmty to pay for parking or extend time at any pay
station in the system
COin escrow refunds consumers' money upon a
cancelled transaction
3a-key full aJptl<3nUmeric keypad for easy
license plate entry
Easily recognizable design identifies machine to
consumers as a parking pay station
LUKE II Features for Parking Operators
Separate maintenance and Goneetion compartments
for enhanced security
Theoft-resistant design to protect coins, bills, and
internal components
Enliance<i iocl,:lng mechanism and electronic locl<
support for added security
PC! 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
Hernote configuration of rates and policies saves
time and rnoney
Integration with leading parking technology partners
for a complete solution
Flexible rate structures, diverse payment options,
and the ellminatlon of 'piggybacking' can enable up
to an 80 percent increase in revenue
Reduced maintenance and collections costs
Real-time credit card processing to reduce
processing fees and eliminate bad debt
Reat-time reporting and aiarming
Complete audit trail and rlch analytlcs
Digital Payment Technologies Phone 888.687,6622 Ernil!llnfo@digitalpaytech.com Web www.digitafpaytecil.com
PAYMENT TECHNOLOGIES
Digital Payment Technologies
Integrated Parking Management
Parking is more than just pay stations, and Digital Payment Technologies (OPT) believes that complete
and integrated parking management yields superior results. To that end, OPT has built its solutlons
around an open system architecture that allows integration with complementary best-In-class
technology partners. A complete integration with leading space sensor, Pay-by-PllOne, 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.
LUKE II SPElclficati.ol1s
Cabinet 12-gauge zinc-coated cold roHed steel. Stainless steel optional
Payment Options: Coins, bills, credit cards, contactless payment, smart cards, value cards,
campus cards, coupons, Pay-by-Phone
Card Reader: Cards am not ingested -no moving parts. Reads Track 1, 2, and 3 of aU magnetic
stripe cards conformIng to ISO 7810 and 7811. Reads and writes to chip~basecJ smart. cards
conforming to ISO 7810 and 7816
Note Stacker; 1 ,O~~-bill capacity
Printer: 2" receipt width
Display: Color backlit LCD \Nith 640 x 480 resolution
Keypad: 12-or 38 H key alphanumeric with tactile buttons
Locks: Can be re-keyed twice without removal of lock cylinder. Electronic locks optional
Access: Ser}arate doors for maintenance and collections
Communications Options: GSM/GPRS, CDMA, 802.11 big Wi-Fi, Metro Scale Wi-Fi , Ethernet
Environmenta! Requirements: Arnblent range: -40" C to +60Q C (-40" F to + 140~ F)' Relative
humidity: up to 95%
Power; AC 'i 20 V or 240 V. 60 Hz for charging battery or 20 W solar panel
Operational Modes: Pay-and-Disp!ay, Pay-bYHSpace, PayHby-License Plate
Multilingual Support: Up to four languages using rornan or non-roman characters
Audible Alarm: Senses shock and vibration
Color: Sliver on gray. Custom colors optional
Standards: UUCSA approved, ADA compliant, PCI compliant, PA-DSS validated
Phone 888.687.68-22 Email info@digfta!paytech.com Web www.digitalpaytech.com
" b1G.TA!..~~
, .. ~~~, n'~,...to1>to"'~
lO<!t .... ~~'~I~t' ~O\I~l-1>~~"
Florida Door Control and Tech Print date: 19-Jan-10
Quotation
Valid for:
Delivery ;
Cilyof Fort Lauderdale Same Same
Cily of Fort Lauderdale
It.
Extended Price
LUKE Pa~statlon Hardware and Software
Solar LUKE paystation (Cold Rolled Steel), including: $ 15,888,00 $ 8,738.40 18 $ 157,291,20
2 Bill Validator (1000 notes) included included 18 included
3 Coin Acceptor (w/Canistef) included induded 18 included • Dual Card Reader (Mag SlripefEmbedded Chip) included included 18 included
5 Paystation License included included 18 included
6 G8M Modem included included 18 included
7 Solar Panel 20 Watt Wireless Compatible
8 120VAC LUKE Paystation (Cold Rolled Steel), including: $ 14,853.00 $ 8,169.15 1. $ 114,368.10 • Bill Validator (1000 notes) included included ,. included
10 Coin Acceptor (w/Canister) included included " Included
11 Dua! Card Reader (Mag Stripe/Embedded Chip) included Included 14 Included
12 Paystation license included included 14 included
13 GSM Modem included included 14 included ,. AC Power
Common Software and Hardware
" LUKE Mobile Key and software $ 250,00 $ 250.00 III not be delivered (Already Purchased)
16 LUKE BOSS Software -Advanced-Site License $ 1,000,00 $ 1,000.00 III not be delivered (Already Purchased)
17 Credit Card Set-up $ 1,000.00 $ 1,000.00 III not be delivered (Already purchased)
18 External Keys (set of two) $ 25.00 $ 13.75 4 $ 55.00
1. Collection Key (Canister Removal) $ 33.00 $ 18.15 4 $ 72.60
20 Collection Key (Canister Access) $ 10.00 $ 5.50 4 $ 22.00
21 Collection Key (Bill Removal) $ 10.00 $ 5.50 4 not be delivered'(Already Purchased)
22 Collection Key (Bill Access) $ 10.00 $ 5.50 • I not be delivered (Already Purchased)
23 Shipping $ 200.00 $ 200,00 32 $ 6,400.00
Services
2. InslaUalion $ 500.00 $ 500.00 32 $ 16,000.00
2' 1 sl year Warranty and Tier 2 Support $ 500.00 $ 500.00 32 $ 16,000.00
26 Additiona! Extended 1 year warranty (for Year 2) $ 750.00 $ 750.00 32 $ 24,000.00
27 Additional Extended 1 year Tier 2 on-site 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
2' Training (Additional Day) $ 500.00 $ 500.00 2 $ 1,000.00
Collection Extras
30 Spare, Coin Canister $ 600.00 $ 330.00 32 $ 10,560.00
31 Spare, BiI! Stacker, US, LUKE, 1000 Note $ 300.00 $ 165.00 32 $ 5,280.00
EMS Pricing
32 Reporting (per Pay Station per month) $ 50.00 $ 30.00 Calculated Monthly
33 Real-Time Credit Card (per Pay Station per month) included included Calculated Monthly
3' Monitoring and Alarming (per Pay Station per month) included included Calculated Monthly
36
Proposed City Discount
, · ,
· .
i ~ · .
i .... , .,
i : i ,
· ,
:: ! 1
, . . , .
· .
· , . , ,
. ,
, ,
, .
: -j
: . !
RFP 50~10412
. JVjUl Tl:-S!!'ACE pJ,l.RKINa METERS
?RGPO$At., R8S.I?QNSE PAGES -PART I
COST INFqRMATION
BIDDER PROPOSA!.. PAGE
PROPOSERNAME~ ____ ~~~~~~~~~~~~~~_~a~~~c~?P~~~I~~ ________ ___
Proposer agtees to supply the products or sarvlces at the prices bid below in accordance With the
terms, ccnditions and specifications contained In this RFP.
Estimated quantltles shown are for information and tab\liation purposes only.
11EM QUANTITY
1. 14EA
2. 18EA * .
3. s:tEA
4. 32EA
5. 32EA
6. 32EA
7. 32EA
DESCRIPTION
Purchase and Install of
P~y-and.Display Multl.space
Receipt Dispensing Parking Meters
Purchase and Install of
PaY'bY-Space Multi-space .
Receipt Dispensing .P.arklng Meters
Year 3 -Optional Extended 'On-site
Maintenanoe/SoflMlare Support
Vear 4 -Optional Extended On.site
Maintenance/SoftWare Support
Y~ar 5'-Opti0I1~1 Sldended On-site
Malntenanoe/Software Support
Y/ilar G -Option!!1 Sldended dn-site
. ,Maintenance/Software Support
YElar t -Optional Extended OMite
Malntenanoe/SoftWare Sl.!pport
UNIT
PRICE
TOTAL
PRlCE
~11,531,81 So!arlEA (14) $161,445.34
mlO,!l6g.58 VAQfE(:; $ .
!l!11,531.g1 SolarIEA,(4) II! ~a,12Z.24
!l!10,962.56 VAC1EA (14) .II! 153,475.M
$ 250"" lEA $ 8000
$ 250** . lEA $ 8000
$ 250"-lEA $ 8000
$ 250*· lEA $ 8QOO
$ . 250*-lEA $ 8000
TOTAL COST TO CiTY $ 401.048.42.
I ; i >1<. Based on fue Gene.tal infonnanon in the RFP, some of the Pay-By-Space Parking Metexs will be installed in
i . i a garage. Ifis DPT's under~gthatfuose metef6 will be using existing 120VAe. We haw ptovided the
I ,pricing accordingly. j ••
I
I ., ** -Does not include extended hardware and software wammty ($7S0/meterlyear). Please see Appendix G fur
i " complete price breakdown. f -,'
. ,
PAYMENT TECHNOLOGIES
November 7,2011
City of South Miami
6130 SW 72 St.
South Miami, FL 33143
USA
Alfredo Riverol
Dear Mr. Riverol:
Serious Parking Solutions"
330-4260 Still Creek Drive
Burnaby, BC V5C 6C6
Telephone 604-688 w J959
Facsimile 604·687-4329
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 Techno 10 gies
,
I , ,
FINAL RANKING
2
3 "",TA' """T'
cITY OF FORT LAUDERDALE
Rl'P EVALUATION COMMITTEE TABULATION
RFP # 694010412
TITI.!!, Multi Space 1''''~lng Me"' ...
DATE, l11MI&10
~e~
SO SO 35
20 S $
SO 26.41 26.41
35
12
2eAI
TOTAl. POINTS 11.-"1t4:l:'.4i"t"-.... ..;6"'7'-'.4 ... 1_J.1_7..,3"'.4 .. 1-'1~20\\l5ii',2""3 .... lml6~$,~4tf;;' ~I
TOTAl AVER,I\GE
EXHlBIT2
CAR 10.0016
RFP#504-10412
SHEET
FIRM EVALUATED: VenTek International COMMITTEE MEMBER: Darlene Pfeiffer
Criteria
Weight
Factor'
Understanding oHhe overall nee~s of 5.0 X
the City and Proposer's approach as .•. "
presented,ln 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
·Points
Excellent 9 -10
Good 6-8
Acceptable 2 -5
Unacceptable 0 -1
2.0 X
'.r..
~ "
'"
,.y
,.0
.~ :
..
Point
Subtotal
/,2
o
Sf)... ,
~~~~~~
Committee 'MemberSlgnaw, r:_' ;-_ . ....,~""'.." . ./~."""''>''-'_. ____ ....,.. __ _
Date :;;~ "
.,'
RFP # 504-10412
Multl-8pace Paj'king Meters
EVALUATION COMMITTEE SCORING SHEET
. FIRM EVALUATED: .... P ... aj'k .... e,.,oo=-___ ---'COMMITTEE MEMBER: Darlene Pfeiffer
Weight '
Criteria Factor Points*
Understanding of tile overall needs of 5.0 X
the City and Proposer's approach as
presented in the narrative technical
proposal, required submittals, deliverables •
. tfmetab!es .. ; .
Experience, qualifications, and .P.~~t 2.0 X
ruillQrmance of the Proposer, Including' .
staff.1aaiJifles and resources, company
. profile, references.
Total Cost to the, City
Total Points Awarded
Point
Subtotal
'!>F 2z...w:: '2 t; , L/ /
;I .....
&1.4Ij~b~
RFP # 604-10412
Multi-Space Parking Meters
EVALUATION COMMITTEE"SC"ORING SHEET
FIRM EVALUATED: Digital Payment Tecli COMMITTEE MEMBER: Darlene Pfeiffer
, , ',.t •
" Weight
Criteria Factor : "Points'
Underslanding of the overall needs of 5.0 X III
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
'Points
Excellent 9 -10
Good 6-8
Acceptable 2 -5
Unacceptable 0 -1
2,0 X" ~
, , ..
'I'H!-~ "
"" " , ' : .' '.
Committee Member Sig'nal:ure~4-,.
' Point
' Subt01§!
'" ~~
= /~
SO
"Date _ ....... =.u....u::::'--_______ _
RFP # 504·10412
Multl·Space Parking Meters
EVALUATION COMMITTEE SCORING SHEET
· FIRM EVALUATED: MacKay Meters. Inc. COMMITTEE MEMBER: Darlene Pfeiffer
Criteria
Understanding of the overall needs of
the City and Proposer's approach as
Weight
Factor' ." :' Polilts' -rf(l
5.0 X %/['"
· presen1ed in the narrative technlca!
proposal, required submittals, deliveJ'!lbles.
timetables ...
· Experlenoe, qualifications, and past
performance of the Proposer, including
'. staff, facilities and resources, company
• profile; references.
Total Cost to the City
Total Points Awarded
9-10
6-8
2.0 X
,',
{. "
" (' . ~.
I,' i :
Point
SUbtotal -;;I
./.8"'5'
/0
o
/8
CommHtee Memper Signature.'-:l"-j;~7'" ________ _
Date ~41,/; 0
. RFP#504·10412
Multi·Space Parking Meters
EVALUATION COMMITTEE SCORING SHEET
FIRM EVALUATED: Digital Payment Teoh COMMITTEE MEMBER: Reina Gonzalez
Weight
Criteria Factor -.. Points'
Understanding of the overall needs of 5.0 X
the City and Proposer's approach alil
p resented In the narrative technical
proposal, required submI!tals. dellverables,
timetables ...
Experience, qualifIcatlons, and past 2.0 X
performance of the Proposer, Including
staff, facilities-and resouroes, company
profile, referenCes.
Total Cost to the city
Total Points Awarded
·Points·
Excellent 9-10
Good 6-8
Acceptable 2 -5
Unacceptable 0 -1
-.~-
Point
Subtotal
tfO
30
comments~D .. ~../ 1!~1t ~44e"" M 'Q.b1, ~'S 4r&k.....,,4,p"""J ••• J ~"".
GP 0&, .td&~a i<!U> //1!/'~(j?4Jt. h #,fiI.P >P~fJ>'b"(t+JCm.1'M.b c~ P#m (I,Md>
® 2M¢'('A dFP.fI¥Jt:ditmt<KM &..&6 .PHf)cwm ....... (P4'.l"/·Mc<#£rS$"""".a.-Vka0-#)
@~V .... uw<f!:1 r8et!¥ 0.1 .(3pt5.$.,,;;:y::>6-WV -rRl'!tm&Jl¢f ,p"d <'''6't 7'", @p'
~ If. -f' ~ "1 fa{t~~(JI.".I('M If")l.lf!r&":;"" ~ '* 4Zt .
@ ~ ~ it· . ...,;:,"" ~ ~. ~~2J~~~~::~::~G:/:n~m=~~n~.;t~~t:'Q:iu~.~::uw::~u~.2.ZuE.5,~~wv~.~·~~~~~~~~·~~~~~~~~·~·
. Committee Member Si9natureL:Z£ld...~1e!t:z:;~:":"' _____ _
RFP#504-10412
Multl·Space Parking Metern
EVALUATION COMMITTEE SCORING SHEET
FIRM EVALUATED: ..... P""'a""rk"'e~on"-____ C.OMMITTEE MEMBER: Reina Gonzalez
Weight : "
Criteria ~ Polnts*'
Undeilltanding of the overall needs of 5.0
the City and Proposer's approach as
presented in the narrative technical
proposal, required submittals, deliverables.
timetables ..•
x
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
'Polnls
. Excellent 9 .. 10
Good 6-8
Acceptable 2 .. 5
1 =
Point
Subtotal
73·l-11
Unacceptable 0 • 1 . . @ '.@ . Com~ents: litceee,..,/Prnyu~ '",4 r&:>qrcP{/f'7rJ;I ,(J~"'''; Az:.~~a/
L.t,U{?( k-Bfl!W? e,,**ekae""'.d.u,f;'~"""'''J <.1'>e",,,,,ari:t''''''' a=£/~4<'*,r?"l""'
H.J4W~ 9btWt". /£I 1(& ,J.¢; 1Z21t b<f'Zde.J Ph/2..e~e,"~l/"/)t""t4zrse ¢fe:;w",p ~ ... ~.
RFP # 504-10412
Multi.SPace Parking Meters
EVALUATION COMMITIEE SCORING SHEET
FIRM EVALUATED: VenTek International COMMITTEE MEMBER: Reina Gonzalez
Weight
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, dellverables,
timetables .••
Experience, qualifications, and past
performance of the Proposer, including
staff, facilities and resQurces, company
profifs, references.
Total Costto the City
Total Points Awarded
·Points
Excellent 9 -10
Good 6-8
Acceptable 2 -5
Unacceptable 0 -1
tI/ Q
2.0 X
Points·
. . . '
(Q ..
7 "
Point
Sybtotal
30
LLJ
0
L/ Lj
I
Comments: &Ie""" "" d"J(.i?e!U8H::. • /~q4 P;:u>,(; .Me /.J y p;'s , '2tM'c>/!,(,"''' <5 <z,.
e /Vd' w #' 1,,<'<4: ,0'/1&,&,(";; .11 ff'I"""Rd,flt<. 41'" .o4?.lo?<-l" .. ..;:.<W'.;..).., t&'.tt-<tJ.'UPy .v'aie .... y . ;
04 6dU (;« <UAm.,:.g, PO'(;,;; eM.; tlJII~?;;;;g,,!£ PgeyaY..,4"' ..... · ® <.<'~.v¥,,,= tr?6(e@~al e&O(.ll4/t 3 ~"mp 2":.117/1/::-.3 ~ 4?1ps A..4::f"' 4n£~ f~e~ tld~"u!!;"~~ M "'J)~4: ~S?k('(.~
0, ;¥-<e~ /l.t1&1 t:.AJ'J%t.a f~1 ~;~ff" IV&'1" ;eA~:t3z.. tJ) dwru£a (qA?U §~ .. ~ <f&) 4{<'1l!~ K'riretkd4q4n(Ct1-.wJ
a> (!te.Il~Ui'n.tJ/V I"'N~, ~"'t~~j "'I ~f(.~. $. fl/<:.. () MhW .. 4rfu,u.,.
Committee Member Signature·~~.AI;~osr:::...,~ _____ _
Date ______ ....,4p'b"-I.~'ft'_'_"('rl __
RF'P# 504-10412
Mulli"SpaQ~ Par~lnq Meters
EVALUATION COMMITTEE SCORING SHEET
FIRM EVALUATED: MacKay Meters. fnc. COMMITTEE MEMBER: Reina Gonzalez
Weight.
Criteria Fac:tor ' Points'
Understahdlng of the overall needs of 5.0 X
the City and Proposer's approach as
pres~nted ill the narrative technical
proposal. required submittals, deliverables.
timetables... .
Experience. qualifications, and past 2.0 X
performance of the Proposer, including
staff, facilities and resources, company
profile, references.
Total Cost to the Cily
Total Points Awarded
*Polnts
Excellent 9 -10
7 ..
PoInt
Subtotal
35
It)
W
o
Good 6-8
Acceptable 2 -5
Unacceptable 0 -1 (j) QJ . .
o>comments:~1'c" 6:rfoi .... A'.v.>; i~<tU k"lAlft "GJIIUo/"ewC'<d/t""'«b<!M<~P
41'= .:s;a~ /1.tt&:....e.Rk4&t.(. £)4Z4'C'¥t<"~k..6 /))e4"'~K s<#.ctea
tfJ ..
~ . (] n . .' I"'Y ... ""/,"'" I,)
Committee Member Signatl.l!'e':::Jk:f2::.~~~~ ______ _
RFP # 504-10412'
FIRM EVAtuATED; MacKay Meters: Inc.'
Criteria
Weight
~
Understanding of the overall needs of 5,0 X
the City and Proposer's approach as
presented in the narrative technical
proposal, required submittals, deliverables,
tlme,tables... .
Experience, qualifications, and past 2.0 X
performance of the Proposer, Including
staff, facilities and resources, wmpany
profile, references.
Total Cost to the City
Total Points Awarded
'Points
Excellent 9 -10
Good 6-8
Acceptable 2 -5
Unacceptable 0 .. 1
+i
COMMITTEE MEMBER: Jeff Davis
, ,
Point
Subtotal ~
o
Comments: '''''.s-s",,<.n. s:-"""~~~_:\'>. ,~,,, '" ""'" S»""_~ ~;,," ... ,,"iI'»-~
~ ~%-(,<,>~ 'r$n'AS '&"~,,"5c1>"'!s $;V$: ""bM ~.a< ~~\..$5e!>,,,.g"
RFP#504-10412
MuHi-Space Parking Meters
EVALUATION COMMITTEE SCORING SHEET
FIRM EVALUATED: Digital Payment Tech COMMITTEE MEMBER: Jeff Davis
Criteria
Weight
~
Understanding of the overall needs of 5.0 X
the City and Proposer's approach as ..
presented in the narrative technical
proposal, required submittals, deliverables,
timetables ...
Experience, qualifications, and past 2.0 X
performance of the Proposer, including
staff, facilities and resources, company
profile, references.
Total Cosfto the City
Total Points Awarded
'Points
Excellent . &} -10 .
Good 6.-8
Acceptable 2'-5
Unacceptable 0 -1
"
Point
Subtotal ',Yl . . ~,O"""
Committee Member Sig~ature~._......;",,~""'I: ~.;;:; .. '="t. ... -------
Date . '. '$::>..~ '§;>
RFP # 504-10412
Multl-Space .Parklng Meter!;!
EVALUATION COMMITTEE SCORING SHEET
FIRM EVALUATED: ..... P"""ark."a""o"'n _______ C.OMMITTEE MEMBER: Jeff Davis
Weight
Criteria Factor 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, dellverables,
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
'Points
Excellent 9 -10
Good 6-8
Acceptable 2 -5
Unacceptable 0 • 1
2.0 X (l~:b\()
.. ~: ). : .. :~, :",
. ' '1: ;:, ~i~ ~{ .
Point
Subtotal'
~C
" ~,.b .. "\O
~
" ~.1 ::ll~
<'{\I., • \;\. '\
gY·16
Comments: I?;.'w".I.-e.s>: ~~~..;s-.; *"" .... (' >''''''~'''Nj!t>'''''S. "'£$'!i;$'tt\
'$) '~"1;; :srs:>~";"g;te SS:etS:t--"'1>."X~:... ~~~""¥a-~~ 1)p .....
. ~ ! ' ,
Committee Member Signature,_·----_.:::!ilIliiil~II';::......,.~:st-&'--______ _
Date ."~~
Rf"P#504-10412
Mum-Space Parking Meters
. EVALUATION COMMITIEE SCORING SHEET
FIRM E;VALUATED: VenTek Internalional:.. COMMITISE MEMBER: Jeff Dayis
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, referenoes.
Total Cost to the City
2.0 X ~
': ..
. ,~i. !. ,.: b'.: .
,0:,," ,', :,', •
• J ••
=
Point
SubtQtal
\\),0
o
Total Points Awarded ?:>s. ' ()
'Points
Excellent 9 -10
Good 6-8
Acceptable 2 -5
Unacceptable 0 • 1
Comments: ________________________ _
,
Committee Member Si9~ature,~_~ . .::SlIi~IifI"l>~~ii!li''I~; .. ~·»'"'-------
,Dafe ~'-~~
City of Fort Lauderdale
Solicitation 504-10412
MUlTI~SPACIE PARKING METERS
Mar 3, 2010 9:27:46 AM EST . p.1
CIty ofrOr't Lauderdale Bid 504-10412
Bid 504-10412
MULTI-SPACE PARKING METERS
81d Number 504-1041:t
Bid TI~e MULTI-5PACE PARKING METERS
Sid Star!: Date Dec 10, 2009 S:57,OG PM EST
Bid Ene:! Date Jan 13, aOl0 2,00:00 PM EST
QuestionS<
Answer End Dec 28, 2009 2:00:00 PM EST
Date .
Bid Contact AnnDebra Dlaz
Procurement Specialist II
Procurement
954-SZS-S949
adiaz@fortiauderdale.gov
Change. made on Dec 21, 2009 8:43:17 AM eST
New Documents Parking carel sample.pdf
DesCription
The City of Fort Lauderdale, Florida (City) Is seeking proposals from qualified firms, hereinafter referred to as the
Contractor, for the purch.se and installatIon of multi-space parking meters for the City'. Parking and Fle.t Servl",s
Department, In accordance with the terms, conditions, and speclflcatlons contained In this Request for Proposals
(RFP).
Mar 3. 2010 9:27:46 AM EST p.2
Mar 3, 2010 9:27:46 AM EST
City of Fort l~uderc:lale
Request for Proposal
504·10412
MULTI-SPACE PARKING METERS
Opens:January1~2010
2,OOp,m.
City of Fort Lauderdale
Issued for Parking and Fleet Services Department
by the Procurement Services Department
AnnDebra Diaz
(954) 828·5949
ENmail: adiaz@fort!auderdala,gov
Visit us on the web at www.fortlauderdale,goyJpurcbasina
(954) 828·5140
Sid 504-10412
p.$
City Of" Fort Lauderdale Bid 504.10412
PART 1-INTRODUCTIONJINFORflllATION
01. PURPOSE:
The City of Fort llluderdale, Florida (City) is seeking proposals ITom qualified firms, hereinafter referred
to as the Contractor, for the purchase and installation Qf 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., utilize
the question I answer feature provided by Bid Sync. Such contact shall be for clarification purposas
only. Material changas, If any. to the scope of services or bidding prooedures will only be transmitted by
written addendum (See addendum section of BidSync Site). No 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 famillartzed himself with the nature and extent of the work, and the equipment,
materials, and labor requirad.
03. ELIGIBILITY:
To be eHgible to respond to this Request for Proposal the proposing firm must demonstrate that they, or
the plinoipals assigned to the project, have successfully delivered, installed and have operational,
system instellations running on equipment and software similar 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 cther client
Instal!alions 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 avanable, as proposed, by the proposal
due date. Each product must be available for evaluation and be complete with documentation. The
department reserves the light 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 SldSync (www.bidsync.com) to distribute bids and proposals. There
is no charge to vendors/contractors to register and participate In the solicitation prooess, nor wUl any
fees be charged to the awarded vendor. Refer to www,bldsync.com for further information.
Mat So 2010 9;27:46 AM EST p.4
City of Fort Lauderdale
PART II -RFP SCHEDULE
RelesseRFP
Last Date for Receipt of Questions of a Material Nature
Addendum Release (If required)
PROPOSAL DUE (Prior to 2:00 PM)
Evaluation Committee Review and Short
listing of Proposals -if regulred (Estimated)
Oral IntervIews with Finalists and Selection
Of First Ranked Proposer -if required (Estimated)
City Commission Award of Contract (Estimated)
Mar 3, 2010 9:27:46 AM EST
Bid 604-10412
12111/09
12/28/09
12130/09
01113/10
01/20110
02/01/10
02116110
p.5
City of Fort 'fo~'lfll
City of Fort Lauderdale
GENERAL CONDITIONS
Bid 50<1-10412
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 parjicular contract by indicating such change in the Invitation to Bid (ITEl) SpeCial
Conditions, Technical SpeCifications, Instructions, Proposal Pages, Addenda, and Legal Advertisement. In this
general condlUons document, Invitation to Bid (ITB) and Request for Proposal (RFP) are interchangeable.
PART I BIDDER PROPOSAL PAGE(S) CONDITIONS:
1.01 BIDDER ADDRESS: The City maintains automated vendor address fists that have been generated for
each speCific Commodity Class Item through our bid issuIng service, BidSync. Notices of Invitations to
Bid (ITB'S) are sent bye-mall to the selection of bidders who have fully registered with BldSync or
faxed (if applicable) to every vandor on those lists, who may then view tha bid documents online.
Bidders who have been informed of a bid's availability in any other manner afe responsible for
registering with BldSync in order to view the bid documents. There is no fee for doing so • .If you wish
bid notifications be provided to another e-mail address or fax, please contact BldSync. If you wish
purchase orders sent to a different address, please so Indicate in your bid response. If you wish
payments sent to a different address, please so Indicate on your invoice.
1.02 DELIVERY: Time will be of the essence for any orders placed as a result of this ITB. :rhe City
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.
1.03 PAYMENT TERMS AND CASH DISCOUNTS: Payment terms, unless otherwise stated In this ITB, will
be. considered to be net 30 days after the date of satisfactory deliVery at the place of acceptance and
receipt of correct invoice ,at the office specified, whichever ocours last. Bidder may offer cash discounts
for prompt payment but they will not be considered in determination of award. If a Bidder offers a
discount, it is understood that the discount time wlll be computed from the data 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 deduoted 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 vlrtue of bidding, that the bid and the prices
quoted tn the bid will be firm for acceptance by the City for a period of ninety (90) days from the date of
bid opening unless otherwise statad In the ITB.
1.06 VARIANCES:' For purposes of bid evaluation, Bidders 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 exoepUons by a Bidder wlU 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 speolfications.
By receiving a bid, City does not necessarily accept any Variances contained In the bid. AU 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 thaI is deolared, by the City as conditional.
Form (3..107 Rev, 11108
Mar 3. 2010 9:27:46 AM EST p.6
City of Fot! Laud&rdale Bid 504-10412
1.07 NO aiDS; If you do not intend to bid please indicate the reason, suoh as insufficient time to respond,
do not offer product Of service, unable to meet specfflcations, schedule would not permit, or any other
reason, in the space provided In this ITB. Failure to bid or return po bid comments prior to the bid due
and opening date and time, indicated In this ITB, may result in your firm being deleted from our Bidder's
registration list for the Commodity Class Item requested in this ITB.
1.0S MINORITY AND WOMEN BUSINESS ENTERPRISE. PARTICIPATION AND aUSINESS
DEFINITIONS: The City of Fort Lauderdale wants to increase the participation of Minority Business
Enterprises (MBE), Women Business Enterprises (WBE), and Small Business Enterprises (SBE) In Its
procurement actiVities. If your firm qualifies in accordance with the below definitions please indicate in
the space provided in this ITB.
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 Natlve·Amerlcans.
The term "Minority Business Enterprise" means a business at leas! 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. For the purpose of the preceding sentence, minority group
members are citizens of the United Stetes 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 percant 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 (SBE) "Smail Business" means a' corporation, partnership, sole
proplietorship, ·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 raclal groups of Africa.
WHITE, which includes persons whose origins are Angfo-Saxon and Europeans and persons· of Indo-
European decent Including Pakistani and East Indian.
HISPANIC, which includes peraons 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, Aieuts, 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. While the City does not have
any preference or set aside programs tn place, it Is committed to a policy of equitable participation for
these firms. Proposers are requested to include in their proposals a narrative describing their past
accomplishments and intended actions In this area. If proposers ara considering minority or women
owned enterprise participetlon in their proposal, those firms, and their specific duties have to be
identified In the proposel. If a proposer is considered for award, he or she will be asked to meet with
City steff so that the Intended MBElWBE participation can be fonnalized and Included in the
subsequent contract.
Form G·107 ReV. ii/OS
Mar 3, 2010 9:27:46 AM a"," p.?
City of Fort Lauderdale Bid 504·10412
Part II DEFINITIONSlORpER OF PRECEDENCE:
2.01
2.02
BIDPING DEFINITIONS The City will use the following definitions In II's general conditions, special
conditions, technical speciffcatlons, Instructions to bidders, addenda and any other document used In
the bidding 'process:
INVITATION TO BID (ITB) when the City Is requesting bids from qualified 8idders.
REQUEST FOR PROPOSALS (RFP) when tha City Is requesting proposals from qualified Proposers.
BID -a price and terms quote received In response to an ITB.
PROPOSAL -a proposal received in response to an RFP.
8lDDER -Person or firm submitting a 81d.
PROPOSER -Person or iirm submitting a Proposal.
RESPONSIVE BIDDER -A person whose bid conforms In all material respects to the terms and
conditions included in the ITB.
RESPONSIBLJ;: BIDDER -A person who has the capability in all respects to perform in full the contract
'requirements, as stated In the ITB, and the Integrity and reliability that will assure good faith
performance.
FIRST RANKED PROPOSER -That Proposer, responding to a City RFP, whose Proposal is deemed
by the City, the most advantageous to the CitY after applying the evaluallon 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 8idder or Proposer who is awarded a Purchase Order, award Contract,
8lanke! Purchase Order agreement, or Term Contract to provide goods 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 ail types of agreements, regardless of what
they may be called, fer the procurement or disposal of equipment, malerials, 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 Seller; Contractor or Consultant; Contract, Award, Agreement or Purchase Order.
SPECIAL CONDITIONS: Any and an Special Conditions contained in this ITB that may be in variance
or conflict with these General Conditions shall have precedence over these General Condittons. If no
changes or deletions to General Conditions are made in the Special Conditions, then the General
Conditions shall prevail in their entirely,
PART /II BIDDING AND AWARD PROCEDUR5S:
3.01 SUBMISSION AND ReCEIPT OF BIDS: To receive consIderation, bids must be received prior to the
bid openIng date and lime. Unless otherwise specified, Bidder's 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 initialed by Bidder in ink.
AlIlnformation submitted by the Bidder shalf be printed, typewritten or filled in with pen and ink. Bids
shall be signed In Ink. Separate bids must be submitted for each ITB issued by the City In separate
sealed envelopes properly marked. When a 'particular ITB or RFP requires multiple copies of bids or
proposals they may be Included In a single envelope or package properly sealed and Identified. Only
send bids via facsimile transmission (FAX) if the ITS specifioally statas that bids sent via FAX wlll 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
publio, and City staff. Bidders and the public are Invited and encouraged to attend bid openings. Bids
wilt be tabulated and made available for review by Bidder's and the public in accordance with
applicable regulations.
Form G·107 Rev. 11/08
Mar 3, 2010 9,27:46 AM EST p, e
City of Fort L.auderdale Bid 504-10412
3.02 MODEL NUMBER CORRECTIONS; If the model number for the make specified in this ITB is
incorrect, or no longer available and replaced with an updated model with new specifioations, the
Bidder shall enter the correct model number on the bidder proposel 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 prices. Give both unit price and
extended total. In the oase of a discrepancy in computing the amount of the bid, the unit price quoted
wlll govern. All prices quoted shall be F.O.B. destination. freight prepaid (Sidder pays and bears freight
charges, Bidder owns gcods In transit and fltes any claims). unless otherwise stated In Special
Conditions. Each item must be bid separately. No attempt shall be made to tie any item or items
contained in the ITB with any other business with the City.
3.04 TAXES: The City of Fort laUderdale is exempt from Federal Excise and Florida Sales taxes on direct
purchase of tangible property, Exemption number for EIN is 59-6000319, and State Sales tax
exemption number is 85.8013875578C·1.
3,05 WARRANTIES OF USAGE:: Any quantities listed in this ITB as estimated Of projected are provided for
tabulation and information purposes only. No warranty or guarantee of quantities is given Of Implied. It
Is understood that the Contractor will furnish the City's needs as they arise.
3.06 APPROVED EQUAL: When the technioal 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 featuras desired and acceptable to the City. In such oases, the City
wlll 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
Sidder must state clearly In the bid any variance from those specifications. It Is the Bidder's
responslblJity to provide adequata Information. In the bid. to enable the City to ensure that the bid meels
the required criteria. If adequate Informat!on is not submitted with the bid. it may be rejected. The City
will be tha sole Judge in determining If the item bid qualIfies as an approved equal.
3.07 MINIMUM AND MANDATORY TECHNICAL SPJ':CIFICATIONS: The technical specifiostlons may
inclUde Items that are considered minimum, mandatory. or required. If any Bidder is unable to maet or
exceed these items, and feels that the technical speCifications are overly restrIctive, the bidder must
notify the Procurement SelVlces Department Immediately. Such notification must be received by the
Procurement Services Department prior to the deadline contained in the ITS. for questions of a material
nature, or prior to five (5) days before bid due and open date, Whichever occurs tlrsl If no such
notification is received prior to that deadline. the City will consider the technioal specifications to be
acceptable to all bidders.
3.08 MISTAKES: Bidders are oautloned to examine all terms, cotldltlons, specifioations. 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 condlt,ions imposed In
the contract
3.09 SAMPLES AND DEMONSTRATIONS: Samples or Inspection of product may be requested to
determine suitability. Unless otherwise speolfied 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 retumed withIn thirty (SO) 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 looation. Failure to provide samples or demonstrations as specified by
the CIty may result in rejection of a bid.
FormG·107 Rev. ii/OS
Mar 3. 2010 9:27:46 AM EST p.9
3.10
3.11
3.12
3.14
3.10
3.16
City of Fort Lauderd~!e SId 504-10412
LIFE CYCLE COSTING: If so specified in the ITS, the Ctty may elect to evaluate equipment proposed
on the basis of total cost of ownership. In using Life Cycle Costing, faotors SUOh as the fo!lowing may
be considered: estimated useful life, maintenance costs, cost of supplies, labor intensity, energy
usage, environmental impaot, and residual'value. The City reserves the right to use those or other
applicable criteria, In its sole opinion that will most accurately estimate total cost of use and ownership.
BIDDING ITEMS WITH. RECYCLED CONTENT: In addressing environt1]ental concerns, the City of
Fort Lauderdale encourages Bidders to submit bids or alternate bids containIng items with recycled
content, When submitting bids containing items wtlh recycled content, Bidder shall provide
. documentation adequate for the City to verify the recycled content. The City prefers packaging
conSisting of materials that are degradable or able to be recycled. When specifically. 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.
USE OF OTHER GOVERNMENTAL CONTRACTS; The City reserves the right to reject any part or all
of any bids received and utnize other avaflable governmental contracts, if such action is in its best.
interest.
QUALIFICATIONSIINSPECTION: Bids will only be considered from firms normally engaged In
providing the types of commodities/services specified herein. The City reserves the right to inspect the
Bidder's facilities, eqUipment, personnel, and organization at any time, or to take any other action
necessary to .determine BIdders ablllty to perform. The Procurement Director reserves the right to
reject bids where evidence or evaluation Is determined to indicate Inabnity to perform.
BID SURETY: If Speoial Conditlons 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 seourlty wUl be returned to the unsuccessful bidders as soon as practicable after opening
of bids. Bid security wflf be retumed to the successful bidder after acceptance of the performance bond
or irrevooable 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.
PUBLIC RECORDS: Florida law provides that municipal records shall at all times be open for personal
inspection by any person. Section 119.01, F.S., the PubliC Records Law. Information and materials
receiVed by City In connect1on with an ITS response shall be. deemed to be pubiic records subject to
public Inspection upon award, recommendation for award, or 10 days after bid opening, whiohever·
. occurs first. However, certain exemptions to the public records law are statutorlly Provided for in
Sect10n 119.07, F.S. If the Proposer believes any ofthe 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 applies shall be final, and the Proposer agrees to defund,
indemnify, and hold harmless the CIty and the City's officers, emp!oyees, 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.
PROHlsmON OF INTEREST: No contract wnf be awarded to a bidding firm who has City eleated
officials, officers or employees affiliated with It, unle\ls the bidding firm has fully complied with current
Florida State Statutes and City Ordinf;1nces relating to this issue. Bidders must disclose any such
affiliation. Failure to disolose any such affiliation wl!l 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 G-107 Rev. 11108
Mar 3, 2010 9:27:46 AM EST p. 10
Cily of Fort lauderdale Sid 504-10412
'contalned in bids, and minor irregularities In the bidding process. The City also reserves the right to
award the contract on a split order basis, lump sum basis, Individual item basis, or suoh 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 specifications of the
ITB and whose bid Is considered to best serve the Clty'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 skU! of the Bidder to perform as required; whether the Bidder can perform promptly,
or within the time speoifled. without delay or interference; the character, integrity, reputetion, judgment,
experience and efficiency of the Bidder; the quality. of past performance by the Bidder; the previous and
existing compliance by tha Bidder with related laws and ordinances; the sufficiency of the Bidder's
finanolal resources; the availability, quality and adaptability of the Bidder's supplies or services to the
required use; the ability of the Bidder 10 provide future maintenance. service or parts; the number and
scope of conditions atteched to the bid. .
If the ITS provides for a contract trial 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 nex! ranked bidder, If that bidder has succeSsfully provIded servlces to the City in the past. This
prooedure to contlnue until a bidder Is selected or the contract is re-bld. at the sole option of the City.
3.18 LEGAL ReQUIREMENTS: Applicable prOVisions of all federal. state. county laws. and local
ordinances. rules and regulations, shall govem development, submlttel and evaluation of all bids.
received In response hereto and shall govem any and all claims and disputes which may arise between
person(s) submitting a bId response hereto end 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 shall not constitute a cognizable defense against the legel effect thereof.
PARTIV BONDS AND INSURANCE
4.01' PERFORMANCE BOND/IRREVOCABLE LETTER OF CREDIT: If a performance bond or Irrevocable
letter of credit is required in Special Conditions, the Contractor shall within fifteen (15) working days
after notiflcallon 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 a mount 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 submltted to the City
thirty (30) 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, it 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 the City of Fort Lauderdale, Florida. If a Bidder wishes to use a non-local bank. he
must have prior City approval of the requirements to draw against the Letter of Credit.
Acknowledgement and agraement is given by both parties that the amount herein set for the
Performance Bond or Irrevocable Letter of Credit Is not intencled to be;> )lor shall be deemed to lle In the
nature of nquldsted 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 properly to perform work or services as a
resullof ITB award, the Contractor shall assume full responsibility and expense to obtain all necessary
Insurance as requirM by City Of specified In Special Condltlons.· ..
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 G-107 Rev. 11/08
Mar 3. 2010 9:27:45 AM EST P.11
City of ~ort Lauderdale Bid 504·10412
any activities under this contract. The Contractors insurance Is sUbject to the approval of the .City's
Risk Manager; The certifioates must list the City as an ADDITIONAL INSURED and shall have no less
than thirty (30) days written notice of cancellation or material change. Further modification of the
insurance requirements may be made at the sole discretion of the City's Risk Manager if circumstances
change or adequate protection of the City Is not presented. Bidder, by submitting the bid, agrees. to
abide by such modlflcatio!]s •.
PART V PURCHASE ORDER AND CONTRACT TERMS:
5.01
, \'
5.03
5.04
5.05
5.06
5.07
COMPLIANCE TO SPECIFICATIONS, LATE DELIVERIES/PENALTIES; Items offere~ may be tested
for compllanoe,to bid speolffcatlons. Items delivered whioh do not conform 10 bid speclfications may be
rejected and returned at Contractor's expense. Any violation resulting in contraot terminatron for cause
or delivery of Items not conforming to specifications, or late delivery may also result in:
• Bidders name being removed from the CIty's bidder'S maliing ilst for a specified period and Bidder
will net be recommended for any award during that period.
All City Departments being advised to refrain from doing business with the Bidder.
All other remedies In law or eqully.
ACCIOPTANCIO' CONDITION, AND PACKAGING: The material deiJVered in response to ITB award
shall remain the property of the Seller unl11 a physical Inspection Is made 'and the material aocepted to
Ihe satisfaction of the City. The material must comply fully with the terms of the ITB, be of the required
quality, new, and the latest model. All containers shall be suitable for storage and shipment by
common cerrier, and aU prices shall include stendard commercial packsging, 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.
SAFETY STANDARDS: All manufactured ilemsand fabricated assemblies shall 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 resutt of this order must be aocompanieo by a completed
Material Safety Data Sheet !MSDS).
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.
OTHER GOVERNMENTAL ENTITIES: If the Bidder Is awarded a contract as a result of this ITa, the
bidder will, If the bidder has SUfficient capacity or quantities available, prcvlde to other governmental
agencl~s, so requesting, the products or servic~s awarded in accordance with toe terms and conditions
of the ITB and resulting contrat!. Prices shall be·F.O.B. delivered to the requesting agency. '
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.
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
sUp'ervlsionby the Contractor, and not as officers, employees, or agents of the City. Personnel
Form G·107 Rev. 11108
Mar S, 2010 9:27:46 AM .ST p.12
City of Fort Lauderdale Bid 504-10412
policies, tax responsibilities. social security, health insurance, employee beneflts, procurement policies
unles$ otherwise stated in this ITS, and other similar administrative procedures applicable to selYices
rendered under this contract shall be those of the Contractor.
5.08 INOeMNITY/HOLD HARMLESS AGREEMeNT: 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 ali losses, penalties, damages, setllements, olaims, oosts, charges for other expenses, or
liabilities of every and any kind including attorneys fees,. in oonnectlon 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 Statute, ordinance, administrative order,
rule or regulallon, or decree of any court shall be Included in the Indemnity hereunder.
5.09 TERMINATION FOR CAUSE: If, through any cause, the Contractor shall fall 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 written 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 tM City
by reason of such default and termination. In the event of such termination, any oompleted selYices
performed by the Contractor under this Agreement shall, at the option of the City, become the City's
property and the Contractor shall be entitled to receive equitable compensation for any work completed
to the satisfactIon of the City. 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 time as the
amount of damages due to the City from the Contractor can be determined.
5.10 TERMINATION FOR CONVENIENCE: The City reselYes the right, In Its best Interest as determined
by the City, to cancel contract by giving written notice to the Contractor thirty (SO) 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 contraot Into a subsequent fiscal period Is subject to appropriation of funds. unless otherwise
authorized by law.
5.12 RECORDS/AUDIT: The Contractor shall maintain dUring the term of the oontract aU books of account,
reports and records in accordance with generally accepted accounting practices and standards for
records direclly related to this oontract. The form of all records and reports shail 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
for a minimum period of three (3) years beyond the last day of the contract term.
6.13 PERMITS, "TAXES, LICENSES: The successful Contractor Shall. at their own expense, obtein all
necessary permits, pay aliltcenses, fees and taxes, required to comply wfth alllooal ordinances, state
and federal laws, rules and regulations applicable to business to be carried out under this contract.
5.14 LAWS/ORDINANCES: The Contractor shall observe and comply With aU Federal, state. local and
municipal laws, ordinances rules and regulations that would apply to this contract.
5.15 NON-OISCRIMINATION: There shall be no dlscriminatiol1 as to race, sex, cOlor, creetl, age or national
origin in the operations conducted under thIs contract.
Form G·107 Rev. 11108
Mar 3. 2010 9:27:4S AM i!ST p.1S
City of Fort Lauderdale Bid 504·1041~
5.16 UNUSUAL CIRCUMSTANCES: If during a contract term where cDsts tD the City are to remain firm or
adjustments are restrioted by a percentege Of CPI cap, unusual circumstances that couid not have
been foreseen by either party of the contract occur, and those circumstances significantly affect the
Contractor's cost in providing the required prior items or services, then the Contractor may request
adjustments to the oosts to the City to refiect the ohanged circumstances. The circumstances must be
beyond the control of the Contractor, and the requested adjustments must be fully documented. The
Clty may, after examination, refuse to accept the adjusted costs If they are not properly dooumented,
Increases are conslderad 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 Clty wilt reserve the following options:
1. The contract can be canceled by the City upon giving thirty (SO) days written notice to the
Contractor with no penalty to the Clty or Contractor. The Contractor shall flit all City requirements
submitted to the Contractor until the termination date contained in the notioe.
2. The City requires the Contractor to continue to provide the items and services at the firm fixed .(non·
adjusted) cost unln the termination of the contract term then in effect.
3. If the City, In its interest and in Its sole opinion, determines that the Contraotor in a capriciOUS
manner attempted to use this section of the> contract to relieve themselves of a legitimate obligation
llnder the contract, and no unusual olrcumstanoes had occurred, the City reserves the right to take
any and alt action under law or equity. Suoh 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 oftlme.
If the City does agree to adjusted costs, these adjusted costs shall not be Invoiced to the City untU the
Contractor receives notloe tn writing signed by a person authorized to bind the City in such matters.
5.17 EUGIBIUTY: If applicable, the Contractor must first register with the Department of State of the Stete
. of Florida, In accordance with Florida State Statutes, prior to entering into a contract with the City.
5.18 PATENTS AND ROYAL TIES: The Contractor, without exception, shall indemnify and save harmless
the City and Its employees from liability of any nature and kind, Including oost and expenses for or on
account of any copyrighted, patented or un·patenled invention, process, or article manufaotured or
used in the performance of the contract, including its use by the Clty. If the Contractor uses any
design, deVice, or materials oovered by letters, patent or copyright, It is mutually agreed and
understOod without exoeption that the bid prices shall include aU royalties or costs arising from the use
of suoh 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 wllhout
the prior written consent of the City. 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 CHy
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 stete 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. 11/08
Mar 3, 2010 9:27:46 AM EST p.14
City of Fort Lauderdale BId 504·10412
PART IV· SPECIAL CONDITIONS
01. GI:NERAL CONDITIONS:
Ri=P General Conditions Form G-107 Rev. 07f07 (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 specifications,
the number and extent of variances taken wlil be considered In determIning proposal responsiveness
and In allocating proposal evaluation points. See Section 1.06 of GO.
03. NEWS ReLEASES/PUBLICITY:
Newa releases, publicity releases, or advertisements relating to this contract or the tasks or projects
associated with the project shall not be made without prior City approval.
04. RFP DOCUMENTS:
The Contractor shalf examine this RFP carefully. Ignorance of the requirements will not relieve the
Contractor from liability and obligations under the Contract.
05. PROPOSERS' COSTS:
The City shall not be liable for any costs Incurred by proposers in resPC!ndlng to this RFP.
OS. RUl.ES AND PROPOSAL.S:
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
person(s}, company or parties submitting a proposalj 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 Al. TERNAT!: PRODUCT PROPOSALS:
The Techntcal Specifications contained in this RFP are to be used as a reference only and are not to be
considered of a proprletsry nature. These specifications represent a level of quality and features that
are desired by the City of Fort lauderdale. The City is receptive to any product that would be
considered by qualified City personnel as an approved equa!.
The proposer must stste clearly In his proposal pages any variance to the specifications. If proposing
an approved equal or alternate product, It wm the proposer's responsibility to provide adequate
information In his proposal to enal;>le the City to ensure that the proposal meets the required orileria. If
adequate information is not submitted with the proposal, it may be rejeoted.
The City of Fort Lauderdale wUl be the sole Judge in determining Ifthe product proposed qualifies as ,
approved equal. The City reserves the rIght to award to that proposal which Will best serve tile interest
of the City as determined by the City. The City further reserves the right to waive minor variations to
speoificatlons and in the bidding process. .
08. CONTRACT PERIOD:
The Inttial contraot term shall commence upon date of award by the City and shall 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 conditlons and specifications remain the same, both parties agree to the extension,
and such extension is approved by the City.
In the event eervices are scheduled to end because of the expiration of this oontract, 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 eXistirlg
Ma, S. 2010 9:27:46 AM EST p.15
09.
10.
, 11.
Cily of 1'0IlL~ud~tdale • Bid 504·10412 contract. The Contractor shall be compensateCl ror the service at the rate Ih effect when thIs extension
clause ls.invoked by the City.
PRICING:
All prices quoted shall be quoted F.O.B. Delivered. Fort Lauderdale, Frorida. To include
delivery, installallon, testing, training, minimum two year warranty, and all other requirements
of the specff!cations, terms and conditions.
INVOICES/PAYMENT:
The City Will accept a lump sum invoice payable upon completIon of the final inventory of each phase.
Each invoice shall fully detail the hourly costs and all related cost and shall specify the status of the
particular task or project as of the date oHhe invoice in regards to the aocepted schedule for that task
or project. Payment will be made within thirty (30) days after receipt of an invoice acceptable to the
City. If, at any tIme durl,ng the contraot, the City shall not approve or accept the Contractor's work
product, and agreement cannot be reaohed 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 toe City. This negotiated payment shall oe based on the overall task or project
breakdown, relative to the percentage of work completed.
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 supject 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. Dep~. of Labor, and shall not exceed five percent
(5%).
The yearly Iticrease or deorease In the CPI shall be that latest Index published and avallable prior to
the end of the contract year then in effect, as compared to the index for the comparable month one year
pr1or.
Any requested adjustment shall be fully documentad and submitted to the Cily at least ninety (90) days
prior'to the contract anniversary data. Any approvad, cost adjUstments shall become effective on the
beginning date of the approved contract extension.
The City may, after examination, refuse to accept the adjusted costs if they, are not properly
documented, or considered to be excessive, or jf decreases are conSidered to be insufflcient. In the
event the City does not wish to accept the adjustad costs and the matter cannot be resolved to the
satisfac!lon of the City, the Con!ract will be considered cancelled on the scheduled expiration data.
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 ContraClor's performance.
Scheduie and conduct Contractor performance evaluations and
document findings.
Review and approve for payment all invoices for work
performed or items delivered.
13. CONTRACTPR PERFORMANCE REVIEWS AND RATINGS:
The City Ccntract Coordinator shall develop a Contractor performance evaluatfon report. This report
shall be used to periodically review and rate the Ccntractor's performanoe under the contract with
performance ratIng as follows:
Mar 3, 2010 9:27:46 AM E$T p,16
Excellent
Good
Fair
Poor
Non compliance
City of Fcn1 Lauderdtlle Far exceeClS reqUirementS,
Exceeds requirements
Just meets requirements,
Does not meet all requirements and
contractor is subject to penalty provisions
under the contact
Either continued pcor 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 fOf cause provIsions of the contract
Bid 504·10412
The report shall also list all discrepanoies 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 wlll be
used In determining the suitability of contract extension.
14. RELATED EXPENSES/TRAVELEXPENSES:
All related expenses ohargeable to the City. such es supplies. printing. bInders. etc shall be passed
through at Contractor's cost. Related expenses shall no! Include any postage. telephone tof! charges, or
other charges Incurred In the normal course of business,
Any Iravel out of the trl county (Dade. Sroward and Palm Beach Counties) area shall be in accordanoe
wUh current City per diem rates and travel policy. No costs for travel. meals. or accommodations shail
be charged to the City for travel within the trl 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 expens",s and note such costs on the price sheet as a separate
Ilneltem,
Contractor shall Incur flO travel or related expenses chargeable to the City without prior approval by an
authorized City representative.
Contraclor shall provide. if required by the City, documentation of aU actual travel or related costa,
15. NO EXCLUSIVI: CONTRACT/ADDITIONAL 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
sale option.
While-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 suoh work
unless such work would not be considered reasonable or become an undue burden to the Contractor,
16. SELUNG, TRANSfERRING OR ASSIGNING CONTRACT:
No contract awarded under these terms. conditions and 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 exercfsed by the City. the total fee 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 oompletlon of such portion,
If the, Cot)iractcr and the City agree on modifications or revisions to the task elements. after the City
has approved work to begin on a particular task or project. and a budget has been established for thst
tesk or project, the Contractor will submit a revised budget to the City fOf approval prior to proceeding
Mar $, 2010 9:27:46 AM EST p.17
with the work. City Df Fort Lauderdale 8i~ 504-10412
18. ADDITIONAl-ITEMS:
The City may require addltiona! items of a simllar nature, but not specifically listed in the oontract The
Contractor agrees to provide such items, and shan provide the City prioeS' on such additional Items
based upon a fcrmula or method which is the same or sImilar to·that used in establishing the prices in
this proposal. If the prlce( s) offered are not acceptable to the City, and the situation cannot be resolved
to the satlsfaclion of the City, the CHy reserves tha right to procure those Items from other vendors, or to cencel the contract upon giving the Contractor thirty (30) days written notice.
19. WARRANTIES OF USAGE:
. Any estimated quantltles 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.
20. INSPECTION AND TElSTING OF MATERIALS:
The materials, patterns, fabricated member and llssembled or partially assembled items may be
inspected at the factory, or elsewhere, by a representative of the City at any time during tile process of
:1 manufacture or until final delivery and acceptance, to determine Whether or not there Is compfiance with
the requirements of these specifications. Approval prlor to the time of final aoceptance shall no!
preolude rejection of delivered ilems, which do not satisfy these specifications.
21. MERCHANTABILITY
• There shall be an implied warranty of merohantabillty 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 shaH be by employees of the Contraotor and subJeot to supervision by the Contractor, and
not as Officers, employees, or agents of the City. Personal policies, tax responsibfffties, social security,
health insurance, employee benefits, purohaslng policies and other similar admlnlstrallve procedures
applicable to services rendered under this Contract shal! be those of the Contractor.
. 23. SUBCONTRACTORS:
If the Contractor proposes to use SUbcontractors In the course of providing these services to the City,
this Information shall be a part of the bid response. Such Informatlon shail be subject to review,
aoceptance and approval oflhe City, prior to any· contract award. The City reserves the right to approve
or disapprove of any subcontractor candidate In Its best interest.
pontractor shall ensure that ail of Contractor's subcontractors perform In accordance with the terms
and conditions of this Contract. Contractor shall be fully responsible for all of Contractor's
subcontractors' performance, and liable for any of Contractor's subcontractors' non-performance arid all
of Contractor's supcontractors' 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 Conlractor's subcontractors
for payment for work pe\:formed for the City.
24. INSURANCE:
The contractor shalt furnish proof of Worker's Compensation Insurance, General Liability Insurance and
Comprehensive Automobile Liablllty Insurance. The coverage is to remain in force at ail times during
the contract perlod. The following minimum Insurance coverage Is required. The C!!y is to be named
as "additlonallv insured" with relation to General Liabil!!y Insurance. This MUST he written in
the description section of the insurance certificate. even if YOu have a check-off !?ox on your
iu!!urance certificate. Any costs for adding the City as "additional insured" wi!! be at the contractor's
expense.
p. 1$
Worker1s Compensation and Employ~Ws°\.:IW!irt'l1'i'~~urance
Limits: Worker's Compensation -Per Florida ~tatute 440
Employer's Liability -$500,000
BId 504-10412
Any firm performing \\(ork on behalf of the City of Fort Lauderdale must provide Worker's Compensation
insurance. Exceptions and exemptions can only be made if they are In accordance with Florlda
statute. For additional information contact the Department of Financial Services, Worker's
Compensation Division at (850) 413-1601 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 slngie limit bodily injury/property damage $1,000,000.
This coverage must include:
a. Coverage forthe 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 only.
Automobile Liability Insurance
Covering all owned, hired and non-owned automobile equipment.
Limits; Bcdily Injury $260,000 each person
$500.000 each occurrence
Property damage $100.000 each occurrence
Combined slogle limit $1,000,000 (bodily injury and property damage oombined)
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 Servioes Department
100 N. And raws Avenue, Room 619
Ft.lauderoale, FI. 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 will be the sole responsibmty of the contractor •
. 26. UNCONTROI.LA6LE CIRCUMSTANCES ("Force Majeure"):
The City and Contractor will be excused from the performanoe of their respective obligations under this
agreement when and to the extent that their performance Is dE/layed or prevented by any circumstances
beyond their control including, fire, flood, explosion, strikes or other labor dIsputes, act of God or public
emergency, war. riot, civil commotion, malicious damage, act or ,omission of any governmental
authority, deiay or failure or shortage of any type of transportation, eqUipment, or service from a public
utility needed for their performance, provlded that:
MarS, 2010 9:21:46 AM EST p.19
Clty of For! Lauderdale Bid 504·10412
A. the non performing party gives the other party prompt wrillen notice describing the particulars of
the Force Majeure including, but not limited to, the nature of the occurrence and its expected duration,
and continues to furnish timely reports with respect thereto during the period of the Force Majeure:
B. 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 Forbs Majeure causing tha 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
longar 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 ~arty'$ ~erformance Is
suspended under this Sec\lon.
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 follcwed and If prices charged comply with the
contraot.
28. DAMAGE TO PUB1.IC OR PRIVATE PROPERTY:
Extreme oare shall be taken to safeguard all existing facilities, site amenities, irrigation systems,
vehicles, etc. on or around the Job site. Damage to public andlor private property shall be the
resp0t'\sibility of the Contractor and shall be repaired andlor raplaced at no addltiona! cost to the City.
29. PUBLIC ENTITY CRIMES:
A person or affiliate who has beEln placed on the convicted vendor list following a conviction for a public
entlty crime may not submit a bid on a contract to provide any goods or services to a public entity, may
not submit a bid Oh a contract with a public entity for the construction or repair of a public building or
public work, may not submit bids on leases cf 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 publio
entity, and may not transact business with any public entity in excess of the threshold amount provided
in Section 287.017, FlOrida Statutss, for Category Two for a period of 36 months from the date of being
placed on the convicted vandor list.
30. LOBBYING ACTIVITIES:
ALL 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. C-00-27, Lobbying
Activ~les. COpies of Ordinance No. C-00-27 may be obtained from the city Clerk's Office on the 7th
Floor of City Hail, 100 N. Andrews Avenue, Fort Lauderdale, Florida. The ordinance may also be
vlawed on the City's website at http://lt:tWW.fortlauderdale.gov/o!erkfLobbyistDocsflgbbyistord1 D09.pdf •
31. BID T ABULATJONSIINTENT TO AWARD:
(Notice of Intant to Award contract/Bid, resuHing from the City's Fonnal solicitation process, reqUiring
City Commission action, may be found at
htlp:ffwww.forllauderdale.govfpurchaslnglnotices_oCintent.htm. Tabulations of receipt of those parties
responding to a formal sclioltatlon may be fcund at
http://www.forllauderdale.govlpurchasinglbldresults.htm. or any interasted party may can the
Procurement Office at 954-828-5933.
32. peRMITS/FeES: (IF APPLICABLE)
The City of Fort Lauderdale will reimburse the Contractor for all permits and fees required by
Mar 3. 2010 9:27:46 AM lOST p,20
• ClfY. Of Fort Laqderd:jle . • Bid 604--10412 the City of Fort Lauderdale on a pass-through oasIs of the actual cost with no additional
markup.
33. SILENCE OF SPECIFICATIONS
The apparent sflenee of the specifications as to any detail or omission for it as a detailed descilp!!on,
conceming any specific shall be regarded as meaning that orily tria best commercial practices are to
prevail and that only materials and workmanship of first quality are to be used. All interpretations of
these specifications shall be made upon the basis of this statement.
Mar 3, 2010 9:27:46 MIl EST p.21
City of Fort I.,.auderdale Bid 504·10412
PART V • TECHNICAL speCIFICATIONS/SCOPE OF SERVIces
01. GENERAL'INFORMATIONflNTENT:
Th$ City of Fort Laud$rdale is seeking proposals from qualifh,d vendors for the purchase and
installation of approximately thirtY-two (32) new electronIc meters: 14 pay-and-display, 18 pay-by-
space multi-space, rerelpt dispensing parking meters, in accordance with the Request for Proposals
(RFP). The City currently has 154 mul!~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 I: Approximately fourteen (14) meters for a previously metered on-street area in Himmarshee
Village consisting of 119 spaces. Meters are located at various locations from SW 2nd Street and SW
2nd Ave to SW 4 Ave and SW 2nd Street. Parking spaces in the Himmarshee Village afe pay-and-
display.
Phase II: Approxlmately twelve (12) meters for a previously metered area to be instailed 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 III: Approximately twelve (12) meters for the I3roward Performance Center. two' of which will
replaoe current multi-spare meter In a 939 general parking space garage. Ali parking spaces are
designed wfth the pay-by-space option.
The estimated time for completion of each phase is as follows:
Phase I; within 0-6 months
Phase II: within 6-9 months
Phase \II: within 9·18 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 contraot period.
The City reserves the right to purchese and install additional multl-space meters 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 Gontract period as determined.
As shown, the three phases wfll 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 Ihe CIty with the latest state-
of -the art technology In multI-space parking meters. We are looking for Innovative melers 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 ooean's elements.
The multl-space meter must acc<>pt the current City of Fort Lauderdale Resident Beach Card prior to
contract or proVide assuranres 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 awers
of the requirements for supporting the card within the context of this RFP.
Mar 3/ 2010 9:27;46 AM EST p.22
cay of Fort Lauderdale 814 504-10412
The multi-space meter (or pay station) must accept the current City of Fort Lauderdale Card provided
by ParcxmartTechnologies, Inc. and hereafter referred to as the 'Parcxmart Card".
Specifications for the Integration of the Parcxmart card, should they be required, are available under
separate agreement directly from Parcxmart. It is incumbent upon the vendor to contact Paroxmart
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 mutti space meter must also be compatible with the pay-by-phone teChnology offered by Verrus.
SpeCifications for the Integration of pay-by-phone, should they be reqUired, are available under
separata agreement directly from Verrus. It Is Incumbent upon the vendor to contact Verrus directly
and fn a timely manner to ensure It is fully aware of the requirements for supporting the card within ihe
context of this RFP. The Cfty is unable to furnish vendors directly with the necessary technical
specifications.
The vendor must demonstrate the pay station's ca1pabilfty 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 tn!;! deployment.
02. SERVICE TEST PERIOD
The successful Contractor must successfully complete the acceptance testing requirements within a
ninety (90) day pertod 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 tesbng 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 (SO) 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 met. If it is determined that all requirements have not been mel, that machines have
experienced excessive malfunctions, errors, etc. or that resolution of any problem cannot be attained,
the Cfty 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.
OS. DOCUMENTATION
Contractor shall provide the City with three sets of printed hardware and software documentation and
manuals with system delivery. .
04. EQUIPMENT WARRANTY I EXTENDED MAINTENANCE
Proposer shall Include a two-year Initial warranty on parts and materials, labor and incidentals.
Proposer shall also include pricing for the City's option to purchase up to fIVe additional years (years 3
thru 7) of extended on-site malntenancelsoftware support, Which will be applicable after the expiration
oflhe Initial warranty.
Parking Services will be the first line of maintenance to repair, replace or investIgate concerns with the
meters. If Parking Services is not able to correct Ihe problem, the vendor shall provide on-site services.
within twenty-four (24) hours of being informed.
Proposer shall include a copy of the standard maintenance agreement as a part of the RFP response.
Such agreement sha!! be subject to City review, modification, and acceptance.
The City Wll consiger the cost of el,dendeg maintenance as a part of the total cost of acquisitlpn of the
proposed system,
Mar $. 2010 9:27:46 AM EST p.23
City of Fort lauderdale 6;0504·10412
PART VI· CONSIDERATION FOR AWARD/AWARD PROCEDURES
The award of the contraot w1!l be based on cartain objective and subjective considerations listed below:
1. Understanding of the overall needs of the Cily as presented in the narrative 50 %
technical approach; Response to Technical specifications response submittal;
required submittals (installatlon drawings, reports); Dellverables / TImetable;
Delalled list of Offering; Overall offering features, funotlons, etc.
2. Experience, qualiffcalfons, and past performance of the proposing firm; 20%
Includes staff, facllities and resources; licenses/certificates, Insurance; Company
profile; Company financial Information, and References. .
3. Estimated cost to the City including a two·year warranly, and City's option to
purchase five additional years of extended maintenance, support warranty
(will be based upon 7 year total cost).
30%
Evaluation of proposals will be conducted by an evaluation committee of qualified City Staff, or other
persons seleoted by the City. It may be a two stl<1P process. In step one the committee will evaluate all· .
responsive proposals based upon the Information and references contained in the proposals as
sUbm1tled. The committee will score and rank all responsive proposals and determine a minimum of
three (3), jf 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 oommittee wlH then conduot diSCUSSions, for
claliflcaiion purposes only, with the finalists and re-score and re-rank the finalists proposals. The'
committee will then make a recommendation to the Fort lauderdala Cily 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 orai presentation by
appearing before ihe Evaluation Committee or by conferenca telephone call for clarification purposes
only.
Information and references submitted will be considered In the award.
The City may require visits to customer Installations or demonstrations of product by proposers as part
of the evaluation process.
The City may reqUire additional information ahd Proposers shall agree to furnish such information. The
Clly reserves the right to award the contract to that Proposer who will best serve the interest of the City.
The. City reserves the rIght, based upon lis deliberations and in its oploion, to accept or rejeot any or all
proposals. The City also reserves the right to waive minor Irregularities or variations to the
specifications and in the bidding process.
The Cily uses a mathematical formula for determining allocation of cost points· to each responsiv.e,
responsible proposer. The lowest, responsive, responsible proposer receives the maximum allowable
points, When using this formula, a proposer that submits Ii cost or fee which is two limes greater than
the cost I fee of the lowest responsive, responsible proposer, will result in receiving zero points for cost.
Mar 3, 2010 9'27:46 AM ES'I' p.24
Oily of Fort lauderdale aid 501f..1(W12
PART VII· REQUIREMENTS OF THE PROPOSAL
All propoS<jls must be submitted 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 publfcations are sl'.Ipplied 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, SPECIALIZED
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.
eROPOSERS MUST SUBMIT AN IDENTIFIED
ORIGINAL COPY PLUS SIX (6) COPIES OF THE
PROPOSAL PAGES INCLUDING ANY ATTACHMENTS
THE ABOVE REQUIREMENT TOTALS SEVEN (l) COPIES OF YOUR PROPOSAL
ALL PROPOSALS SHALL BE 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.
Ma, 3. 2010 9;27:46 AM ESr
PROPOSAL PAGES ARE AS FOLLOWS:
Part I
Part II
Part lII'
Part IV
Part V
Proposal Pages -Cost Information
Proposal Pages -Technical Information
Non Collusion Statement
Proposal Signature Page
Proposal Pages -Specification Requirements Compliance
Attachments to your Proposal
p.25
BIDDER PROPOSAL PAGE
City of Fort Lauderdale
RFP 504-10412
MUL.TI-SPACe PARKING METERS
PROPOSAL. RESPONSE PAGES· PART I
COST INFORMATION
Sid 504-10412
PROPOSERNAME ________________________________________ ___
Proposer agrees to supply the products or services ilt 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.
UNIT TOTAL.
ITEM QUANTITY DESCRIPTION PRICE PRICE
,.1. 14EA Purchase and Install of $' /EA $
Pay-and.Display Mufti-space
Receipt Dispensing Parking Meters
2. 18 EA Purchase and Install of $ lEA $
Pay-by-Space Multi-space
Receipt Dispensing Parking Meters
3. 32 EA Year 3 -Optional Extended On-site $ TEA $
MaintenancefSofiware Support
4. 32 EA Year 4 -Optional Extended On-site $ lEA $
Maintenance/Software Support
5. 32 EA Year 5 -Optional Extended On-site $ lEA $
MaintenancefSoftware Support
6. 32 EA Year 6 -Optional Extended On-site $ /EA $
Maintenance/Software Support
7. 32EA Year 7 -Optional Extended On-site $ lEA $
Maintenance/Software Support
TOTAL COST TO CITY $,------
Mar $, 2C10 9;27;46 AM EST P. 26
Cily of For' ,-,"u<!erdal. 61d 504·10412
PR.OPOSAL. RESPONSE PAGES· PART II
TECHNICAL. PROPOSAL.
The following issues should be funy responded to In your proposal in concise narrative form. Each issue
should be referenoed and be presented In the following order:
Tab 1: Letter of Interest I Cover Letter
Briefly state the Proposer's under51anding of the servicl'ls to be rendered, and make a positive
commitment to perform according to the requirements noted In this RFP. This letter must also confirm
that aU costs submitted In this RFP shall remain firm for acceptance for a minimum of ninety (90) days
from date of RFP opening.
Tab 2: Professiomil Licenses and Certificates iSample insuranoe certificate
Submit a copy of all Licenses, Certificates, Registrations, Permits etc. that your company I staff
possesses. Also·lnelude proof ofinsurence in this sectIon.
Tab 3: Company Profile
Legal name, address, telephone number, faxes number, e-mail address, web page address, etc. of the
proposer, together with legal entity (corporation, partnerShip, etc.) Firm must be established as a legal
entity in the State of Florida. Provide hours of operation; Years in business; Slate 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 financial
agreement between the partJes and the percentage of partICipation of the parties
Tab 5: Disputes, Litigation and Defaults -Applicant shall disclose the results, including amount-of
settlement, If any, for aU prIor IItigatlon, arbfiration, mediation or other claims Involving the applicant or
any consultants for a period of Five years prior to the submission of this proposal.
Tab 6: Qualifications I experience
Describe firm'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 servloes wlll"be rendered. Identify the staff members who will provide the
services, including 51aff from other than the local site, if necessary. Include their experience ..
Tab 8:Technical Approach
Describe the sl'lrvices proposed by your firm and your implementation plan for this contract this section
must addrass the required services noted in this RFP, and how your firm plans to provicle them.
Tab 9:Milestones, Dellverables and Propo!;ed Benchmark Timetable
As part of the project approach, the finn shall propose -a schedullng methodology for effectively
managing and executing the work in the optimum time. Such tlmeline Information and proposed dates
shall Include, but not necessarily be limited to: delivery, Installation, diagnostio te51ing, training of
deSignated personnel, and other phese related completion dates, In accordance with the RFP
specifications.
Tab 10: Financial Documentation
Financial statements and annual reports of oorporatlon of the last two years, Including the last two (2)
most current years of audited financial statements. A copy of the firm's Dun & Bradstreet rating for the
last two years should also be provided (if available). If a Dun & Bradstreet rallng Is not available please
include releyant financial reports for the iast two years (i.e., the firm's annual report and/or aUdit). If the
proposer Is deemed to be financlalfy unstable by the City's Finance dIrector or designee, the City may
deem the proposal to be non·responslve. .
Mar 3. 2010 9:27:46/>JVl EST p.27
Clly of Fort Lauderdale aid 504-10412
Tab 11: References
A list 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 wlth entities 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.
Responden! shall also include tiroohures and manufacturer's specifications for all
requested Items.
(2). Provide Installation drawings and speolfloatlons.
Tab 13: Warranties f Extended Maintenance And Software Support
',:t,
Proposer shall state the Initial equipment and soflware 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 speclfic detans on the type of coverage and all
exclUsions, if applicable. Proposer should submit information for on-site 'warranty services for the
system proposed, in accordance with the RFP specifications. Respondent shall provide eopy of
standard maintenance form.
Tab 14: Detailed list of Offering
Provide a detailed list of all hardware, software, materials, components, and other incidentals that are
included in your proposal price.
Tab 15: Cost (Proposal Response Page, Part I}
Tab 16: Non·Collusion Statement (Proposal Response Page, Part III)
Tab 17: Proposal Signature Page (Proposal Response Page. Part IV)
The proposer understands that the information contained in these Proposal Pages Is to be relied uppn by the
CItY, in aWarding the proposed Agreement, and such Information Is warranted by the proposer to be true. The
proposer agrees to fumish such additional information, prior to acceptance of any proposal; relating to the
qualHlcatlons of the proposer, as may be required by the City.
COMPLETE AND RETURN THE REQUIRED NUMBER OF PROPOSAL PAGES AND ATTACHMENTS.
PROPOSAL IDENTIFICATION: If mailed, please Indicate on the face of your sealed proposal package the
. following:
RFP NO. 504·10412· OPENS 01113110
Mar 3. 2010 9:27:46 PJ/J EST p.28
PROPOSAL. R1!ls'l9a'/.J-§'r~%."Gr:s • PART III
NON·COLLUSION STATEMENT
Bid. 504--10412
By signing this offer, the vendor/contractor certifies that this offer is made independently and free from collusion.
Vendor shall disclose below any City of Fort Lauderdale, FL Officer or employee. or any relative of any such officer or
employee who is an officer or director of. or has a material interest In. the vendor's business. who is in iii posilion
to Influence this procurement. '
Any City of Fort Lauderdale. FL officer or employee who has any input into the writing of specifioations or
requirements. solicitation of offers. decision to award. evaluation 'of offers. or any other activUy pertinent 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 jf they directly or Indirectly own more than 5 p'ercent of the
total assets or capilal stook of any business enUty. or If they otherwise sland to personally gain if the oontract Is '
awarded to this vendor.
In accordance with City of Fort Lauderdale FL Polloy and Standards Manual. 6.10.8.3,
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.
RELATIONSHIPS
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 exist.
Mar 3, 2010 9:27:46 AM EST
PROPOSAL. RESPONSE PAGES ~1'P%.m-~~((~\b/PROPOSAL. SIGNATURE PAGE Bld504-10412
How to submit bids/proposals! It is preferred that IJldsfproposals be submitted eleotronically at www.bldsync.com.
unless otherwise stated In the bid packet. If mailing a hard copy, it Will be the sole responsibility of the Bidder to ensure
that.the bid reaches the City of Fort Lauderdale, Cily Hall, Procurement Department, Suite 619, 100 N. Andrews Avenue,
For! Lauderdale, FL 33301, prior to the bid opening dele and time listed. Bids/proposals submitted by fax or amall will
NOT be accepted. Please refer to Part VII for specific instructions for this RFP.
The below signed hereby agrees to furnish the following artiole(s) or services at the prlce(s) and terms stated SUbject to all
Instructions, conditions, specifications addenda, legal advertisement, and condiUons contained In the bid. I have read all
attachmen1s Including the specifications and fully understand what Is required. By submitting this signed proposal I wHi
accept a contract If approved by the CITY and such aoceptance covers all terms, conditions, and spec!flcations of this
bldlproposal. .
Please Note; If responding to this solicitation through BldSyno, the electroniC version of the bid response will prevail,
unless a paper version is clearly marked by the bidder In some manner to indicate that It will supplant the electronic
version.
~Ubmitted by: _____ -.,..==::.,-_____________ ..,..,.:.,-. __ _
(signature) (date)
Name (printedl'--____________ 11tie:. ____________ _
Company: (Legal Registration}..) _______________________ _
Address:. ____________________________ _
CilY. __________________ ,State: ___ -'Zip. ______ _
Telephone No .. __________ ~fAXNo. _____________ _
g-MAIL: __________________________ _
Delivery: Galendar days after receipt of Purchase Order (section 1.02 of General Conditions): ____ _
Payment Terms (section 1.0,): ______ Total Bid Discount (section 1.04): ______ _
Does your firm qualify for 'MI3E or WBE status (section 1.08): MI3E __ WBE __
ADDENDUM ACKNOWLEDGEMENT -Proposer acknowledges that the following addenda have been re.celved and are
Included in the proposal:
Addendum No. Da!elssued
V tmIANCgS: State any variations to specifications, terms and conditions in ihe space provided below or reference In the
space provided below all variances contained on oiher pages of bid, attachments or bid paga~. No variations or
exceptions by tha Proposer will be deemed to be par! of the bid submitted unless such variation or exception Is Iis!ed and
contained Within the bid documents and referenced In the space provlded below. If no statement Is con!aIl1ed in the below
It Is that Wl~·t~h~th~e~~~~of~t~hl~s~S~OI~lcll~a~:tlo~n.j~~~~M~ ~ ~!
Variances:
revised 6·3·08
Mor 3, 2010 9:27:46 AM EST p.30
City of Fort lauderdale
PROPOSAL PAGES" PART V
SPECIFICATION REQUIREMENTS COMPLIANCE
Bid 504~10412
Complies With Specification
Requirements
A.GENEB8L
1. Respondent shall use a local distributor to provide \Support for initial
installation, training, parts and warranty service. "Looal" is defined
as close enough to !he City of Fort Lauderdale to provlde twenty"
four (24) hour responses to software and hardware requests. Travel
shall be at no cost to the City. Y _
2. Machines must remain fully functlonal in abnormal street conditions
like excessive heat (Internal Operating Temperature of 0 OF to 140
'F), humidity, rain. hail, grtme, vibrations, saltwater spray. etc. Y _
3. AU maohlnes shail be constructed wlth new and unused, rugge.d
materials and meet "Year 2008" compliance reqUirements,
Y
N
4. Respondent explain preferably In a Vlslo Diagram, how its computer network processss the fiow of
magnetic slrlpe and microprocessor type smart card Information from the pay stallons to and from the
bank or electronic financial transaction authorization networl(.
5.
6.
7.
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 .Iocatlons In the City before the remainder of the maters are
scheduled for installation. Y _
Respondent describe. in detail, aU of the equipment you propose to use.
N
Respondent also describe in detail your plan for pay station auditing and reconciliation procedures
that track electronlo revenues from the pay station to the financial clealinghouse. The clearinghouse
system must conform to International standards Organization (ISO) standards for authorization
messages, The ISO standards, as amended from lime tc time, are deemed as being Incorporated by
reference' herein. All electronic processing must utilize an SSL gateway, provide at a minimum 128
data encryplion, and conform to all Visa and MasterCard requirements.
Mar 3. 2010 9:27:46 AM eST P·31
8.
9.
City of Fort Lauderdale
The vendor must have a toll free suppor! number for
troubleshooting both software and hardware including a contact
number for after hours troubleshooting). 'f _
Any software and hardware backups needed shall be available
within twenty.four (24) hours. Y _
10. For newly installed units, the City of Fort Lauderdale Parking and
Fleet Servlcas Department reserves the right to Install the base
and the local dlstnbutor will supply a fully operational pay-station at
the City of For! Lauderdale Parking and Fleet Services selected
iocation. City of Fort Lauderdale Par1<lng Services wil! teke
possession of new units at the point of installation.
11. Machines must have the capability of being converted to pay-
by-space. Describe time frame and any costs to the City.
'(.:
1.
2.
3.
B. BASIC S'fSTgM REQUIREMENT
Systllms must be capable of functloning as a single unit or operate
in a networked environment with the application and database
fnstalled on a server and controlled using back office software. Y _
The software shall facilitate the management of communications,
rates, maintenance, collections and audit functions. which can be
communicated to the meters, remotely, using a back office
computer. Y _
~:: ~. ~
Machines must be able to run off solar with stendard locally
procured batteries. Y _
3a. What type of batteries are required for your product?
4. Vendor should specify Machines minimum transactions on back-up power, without error,
5. During power outages, all machines will operate in a stand-aione
capacity and store acoumulated data In memory. . 'f _
6. A separate backup battery must be supplied to sustain the ciock,
calendar, audit Information and RAM In the event of a main bac1<up
system failure or during battery replallement. Y
7. Machines shall have oplional language capable of being
programmed at the machines. Y
Ma, 3. 2010 9:27:4<) AM EST
Bid 604·10412
N~
N
N
N
N
p. $~
CIty of Fort Lauderdale Bid 504·10412
8. The Respondent $hall explain In detail the ability of pay-by-space meters to provide information on
paid and/or unpaid parking space$ in pay-by-space lots by obtaining a listing from the meter, II web-
based program or other options that are compatible with current devices used for parking
enforcement. .
9. Machines shall display speolfJo 'out of order' condllions and shOUld
operate wIth the malfUnctioning status, until selViced.
10. Machines shall have· the ability to allow credit card
transactions when communication is offline. While
communlcafion capability is offline the machines will store all
credit card information and process the transactions immediately
after communication has been restored.
C. CUSTOMER OPERATION
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. Y _
2. Instructions shOuld tell the oustomer 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?
3. Explain the capability of the pay. station to accept a "PIN" number
when using a "Debit" or "Credit" card, and if there Is an additional
oonfiguration cost for this option, what that cost would be.
D. CURRENCY ACCEPTI§D
Mar 3. 2010 9:27:46 !WI EST
y-
N
N
N
P.33
1. City of F'ort l.au<l>lll~l. Machines acoopt US currency In denommatlons or ::;'1, $2, $5, $10,
& $20 bllls, nickels, dimes, quarters, "SBA" and "Gold" dollar coins,
magnetic striped credit cards wrro 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 curre'n! single application EMV chip
parking card. All machines must be capable of upgrades with US
currency modifications.
E. HOUSING AND PEDESTAL
Bid 50<1-10412
y-N
. 1. Respondents shall state the specl!lcaflons 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 descripllon of their
product housing, including materials and thickness, and how the design secures the unit against
attempted theft.
2. The Respondent shall provide ali results of tasts thai have been pelformed to determine the durability
of the cabinet, pedestal and any applicable finishes.
3. Provide installation drawings and specifioatlons,
Mar 3. 2010 9:27:46I\M EST p,34
• Glt~ of Fort laUde1l1a\a Bid 504-10412 4. Describe how locks can be Integrated 11it0 eacn unn n the cash box access doors and provlae your
separate price for this Item if the City chooses to utilize this feature (for informational purposes only).
5. Describe how cash coUeotions wilf be performed shOWing collection and mechanical access as
separate areas and functions.
6. Confirm that the meters wlll meet the following environmental
standards:
1. Stainless Steel case
2. Sealed to prevent intemal moisture
3. Silicone gaskets, If applicable, for solar panels
4. All exposed and internal parts antl·corrosive
5. Protective covering around exposed openings. Y _
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 or abuse. Y
8. Paint should be seal coated, high quality and weather resistant, and
provide a tough, scratch·reslstant and easily cleaned surface. Unit
must also have a double zinc primer. Provide descriptlon of
products to be used by Parking ServiCes personnel for preventive
maintenance for corrosion of housing units, and mounting anohors
and bolts.
9. Machine apertures such as, but not limited 10, 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 Jam .the unit.
10. Aperture design shOUld prevent damage from the insertion of any
type of commercially available pyrotechnic device.
11. Machines shall not allow any tampering with its internal functions, to
prevent any time to be given in any manner, other than the Insertion
y-
y-
y-
of a valid cOin or card. Y _
Mar $, 2010 9:27:46 AM EST
N
N
N
N
N
N
P·35
12.. When installed, Meters shall meet ~ppFt8~~I~)\~'}'g~tlrements. All
coin and card aperture locations must be compatible with
Americans wfth Dlsabi!1ties Act (ADA) requirements -the centerline
of controls shall be no more than 42 inches (1.065 mm) above the
pedestrian access route. .
13. . Intemal humIdity should be controlled utilizing a fan Of other proven
means.
12a. What means does your product provide for Inteinal humidity?
14. The Housing shall have a door alarm sensor set to activate when
the front door is opened 1/8" or more.
15.. Housing Incl(i'des high security multi-point locking bar. Housing
locks shall be high security locks keyed with a proprietery
combination developed exclusively for City of Fort Lauderdale
Parking & Fleet Services. All locks shall be high security locks with
anti-drill protection.
16: Machine housing should have separate compartments for
maintenance and collections. Separate keys shall be available to
prevent maintenance personnel from accessing the collection area
and vice vers",.
17. There shall be no access to the money in the cash box when the
y
upper or lower housing Is opened for maintenance or ccllection. Y _
18. The vendor shall supply two (2) bill boxes and (2) coin boxes per
unit. . .'
19. The vendor will supply two (2) sets of access keys for each meter.
Y-
Y
F. Reven ue Collection Canisters
"
N
N
N
N
N
N
N
N
The fol/owlng seourity measures, although not limited to, shall be inoluded with each bill or ooln box:
1. The collection boxes Shall have a seourity . locked keyed system
separate from the Machine's other compartments.
2. The bm boxes shall be protected py a locking system only allowing
access to the bills with the correot key. Y _
Mar 3. 2010 9:27:4$ AM EST
aid 504.10412
p.SS
s. .. Ci~ of Fort Lauderda.!e • The com boxes shall be protected by a ckmg system only allowmg Bid 504·10412
access to the coins with the correot key. Y -N_
4. The collection boxes shall have a handle for easy handling.,
Collection boxes shalt be strong, lightweight and manageable.
y -N
5. A olosed coin path shall direct coins to drop Into a locked coin box.
y -N
6. The collector shall not have access to the coins In the coin box
during the collection process.
y N_
7. The collector shall not have access to the bills In the bnl box during
the colleotion process.
y-N_
8. Coin box should hold a minimum of $600 worth of U.S. coins. y N_
9. The bill boxes should have a maximum cepaclty of at least 1,000
bills. Y N_
10. Bill boxes must mechanicelly stack notes when accepted y-N_
11. The removal of the bill slacker shall trigger the recording of an audit
report specific to the bill oollection. Y N
11. Give description of available colors and materials used, including Materials Safety Data Sheet
{MSDS}.
12. Resistance to corrosion. y-N
G. DISPLAY
1. Respondents describe the capabilities of the display screen used in your pay station.
2. Respondenta explain language choices available for display, must include but not IimHed to English,
Spanish and French, and how languaga(s) are selected.
3. Pay station displays shall be bacl<lit. y-N
Mar 3,20109:27:46 iWl EST p.o7
4.
5.
6.
7.
8.
CI!Y 01 F;¢,ll.aUderdaJ. • . The unit must have a LED screen w m lilgn-resolulion display,
which is easy to read in various lighting conditions including bright
sunlight. Y _
The screen must be protected by a security cover, vandal resistant.
weather proof and corrosion resistant Y _
The screen shoUld be modular and easily unplugged and replaced
with baSic tools for easy services. Y _
The display should be able to accommodate custom messages,
which can be programmed and transmitted to the meter remotely
using back office software. Y _
Messages should be updateable through the supplied back office
software and downloadable to individual or multiple units via two-
way communication. Y _
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 wm expire. Y _
H. ELECTRICALANO EU,CTRONIC COMPONENTS
1.
2.
The sub-assemblies of the meters shall be modular in construction
to provide easy servicing through on-site plug-In. replacement of
parts. Y_
Bid 504-10412
N_
N
N
N
N
N
Respondents shall explain how unit components are protected from moisture, dust, lightning,
sallwater, adverse weather, and other faclors 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 el?ctrioal/electronlc 'equipment.
4 All clrcult boards and Internal components are to be environmentally
sealed, highlY water-resistant and·operate In conditions of over 95%
humidity.
All assemblies shall' be electronically grounded and compliant with
local codes for electrical/eiectronic equipment.
5. All electronic connection plugs should be physically differentiated
and must only Itt one way.
J. Alarm
Mar 3, 2010 9:27:46 AM EST
Y-N_
y-N_
y-N_
Y N
p.S6
I
I
1. • • Cllyof Fqrl I.o.Vderrude Should have a minimum of 1 OO..<Jeclbellocal, vloratlonlTUtiT amper BId 504-10412
alarm installed, with an alarm to PIC, and automatic alarm paging
capablllties. The sensitivity of the alarm must be adjustable and all
alarms must be transmitting via the back office software, emall
andlor automatic phone notification Y _ N _
2. Respondents may describe other message capabilities that may be available on their product.
Maohlnes shall be able to send alarm notifications vIa wlre/ess for all of the following reasons, within 30
seconds of eaoh ooourrenoe:
3. Cesh box status
4. Alarms (VibrationlTllt)
5. Attempted theft of Machine
6. Maohine out of order
7. Open door
8. Paper supply loW
'9. Low battery
10. Power failure
11. Card reader out of order
12. Coin chute jammed
13. Machines mUst have bull~ln diagnostics software that records and
stamps date and time of all operations events (warnings, machine
failures, resets, low battery, maintenance functions, etc.) for reports
to the communications center.
J. Bill; ACCEPTOR
1. Machines shall accept any cOmbination of the following denominations
of currency: One, two, flve, ten and twenty..<Jollar, as weI! as newly
Issued US Currency
2. The bill denomination accaptance shall be programmable.
3. The bill acceptor wlll be capable of accepting new versions of U.S. bllls
through simple software updates.
4. It shall accept bills In any po~slble direction and be capable of
recognizing counterfeit currency.
5. Counte!feiting detections shall be updated as required at no cost to
the City
6. Currency accepted by the mster shall be stored In a locked
mechanical stacker 'that Is not accessible from the maintenance
section 01' the meter.
7. Machine will transmit to the server via wireless transmittal methods
every time collection boxes are removed.
8. The bill acceptor shall be easily removed for servicing or replacement.
Mar 3. 201Q 9;27:46 AM EST
Y
Y -
Y-,-
y-
Y -
y-
Y -
Y
N
N
N
N_
N_
N
N_
N_
N_
N_
N
N_
N_
N_
N_
N_,
N_
N_
P.39
crty of port lauderdale Bid 504-10412
9.
10.
it must also transmit all audit information via wireless, as well. Y _
The acceptor slot should have a plastic cover to prevent weather
intrusion. Y _
K. DeBIT/CREDIT CARD OPERATION
1. Respondents Identify and ItemIze all supporting equipment to support
In-house operation and maintenance of a credit/stored value card
system.
Respondents must provide a oard reader system:
2. That reads and accepts approved magnetlo strip oredlt cards with and
wllhout embedded Smart Card chips Y _
3.
4.
5.
6.
7.
8.
That accepts the City < of Fort Lauderdale Resident Beach Card.
Respondents Is responsible to ensure system compatibility with
current parking cerd system.
That accepts the Parcxmart Card
Credit card transaction data shall be authorized, real-time and sent to
a remote server for processing as per City of Fort Lauderdale Parking
& Fleat Services estabHshed communications media ..
If operating in Off-line mode, transactions may be considered based
on software capabilities to set purchase limits.
Respondent shall also identify the ability to prepare and load lists of
credit cards that the machine will not scoopt ''Black Usts" via City of
Fort Lauderdale Parking & Fleet ServIces established
communications for use when the machine communications are off-
line and the credit card transactions are being stored for latar
processing.
Y-
y
N
N_
N
N
N
Respondents must proVide the number of cards that cen 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 memoTy ___ _
L. CREDIT AND SMART CARD READER
If the card slot Is Jammed (inoperable). the machine should still accept 1.
2.
colnslbills-forms of payment. Y _
Unit card readers shall pe equipped with SAM's capable of aoceptlng
muillple smart card schemes, such as Ma~terCard and Visa.
N
Mar 3. 2010 9:27:46 AM EST p.40
Mar 3, 2010 9:27:46 AM EST p.41
N. PRINTER AND RECEIPT PAPER City of Fort laude~dale
1. Meters must utilize thermal or non-thermal printers (no ribbo.ns) with
limited moving parts and with immediate access for cleaning. the paper
path.
2.
3.
The printer shall be easily removed for servicing.
Printer intenSity should be adjustable.
4. The printer shall be non-proprIetary and available at the City's
discretion from an Independent source.
5.
6.
Respondents must provide specifications of receipt paper
Receipt paper shall be a continuous single roll or stack of direct
paper. .
7. .. Receipts shall pl'intwithin tan 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.
S. Respondents stale the approximate number of oustomer transactIons
per roll or stack of receipt paper.
9. R~celpts shall be available with custom printing/graphics as
designatad by tM City.
10. Receipts shall display 'RESIDENT" along with the card number when
the City of Fort Lauderdale Resident Beaoh Cards is used Y _
O. TRANSACTION STORAGE AND PROCESSING
1. All transactions shaii be stored in a password protacted secure
database file forma! with authorized user importiexport"<lapabllity.
N
N
N
N
N
N
The database must be either SQL server or Oracle. Y _ N
Bid 504·10412
2. With a minimum of 128 encryption, respondents shall state any methods of encryption or other
securlty measures taken to meet the minimum of 128 encryption.
3. Trsnsactions shall be tracked and identified via sequentlal1y numberad
series.
4. Transactions, diagnostic data and security access exceptions shall be
stored In separate and protected memory areas In nonvolatile .
Y-
memory. This data shall not be manipulated with system software. Y _
Mar 3, 2010 9:27:4&AM EST p.42
5. ~itY of FWi Lauder:1l't~ • System power loss shall not cause the oss 0 ransa on history. y-N ~504-10412
6. Respondents shall state the average number of transactions
oapable of being held In memory before overrun occurs. y-N_
1. Transaction history shall include individual, hourly, dally and
monthly transactional history reports. Y N
8. Provide the abillty to automate the transfer of meter revenue data to
an external system. Create a CSV file of revenue data. summarized
by meter If, collection date and currenoy type (aclns, bills, credit
oard, smart card. pay-by-phone, etc.). Y N_
9. The system shall utilize a minimum of three transaction-processing
modes. on-line, networked. and off-line.
y N
10. All transactions reports with the Resident Beaoh Card shall Include
the oard number.
y N
P. REAL·TIME CLOCK
1. The meters shall automatically adjust for daylight savings time
according to Eastem Standard Time as of 2009. y-N_
2. The meters shall be equipped with a programmable lime of day
clock that is accurate to 30 seconds per month. Y N_
3.
The clock shall operate acntinuously and shall also track the year.
month, day, and day of the week. Y.-;..... N_
4. The clock wlll remain operational during battery changes and power
losses.
Y-N_
Q. POWER MANAGEMENT
1. 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 acmplete at least two hundred (200)
transactions per day without reqUIrement to recharge the battery.
Mar 3. 2010 9:27:46AM EST p.43
i
!
I
2.
1
.. 2
3
4.
5.
6.
7.
6.
9.
10.
11.
12.
13.
14.
15.
'16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
27.
28
.Clly of fort ll\l'~",d.I •• Respondents shall state battery configuration (type, Size, voltage,
location and number). normal. battery field life and expected
transactions when running on battery only.
R, REPORTS
Desktop reports shall be avallable to system managers by form fill
queries or simple queries,
The reports software should provide report capability on all
Bid 504-10412
Y_ N
TVPE. ___ _
SIZE ____ _
VOLTAGE~ __
LOCATION __ _
NUMBER ___ _
Y-N
information gathered. Y _ N_
Report properties should be user definable. They should contain the following:
Cumulative totals of all cash and card transactions Y-N
Type, date, time and Iype of all alarms Y-N
Date and time of aU maintenance transactions Y-N
Maintenance activity by location number Y-N
Maintenance activit;' and operatlonal status Y. N
Maintenance activity by type Y= N
Date and time of collection Y-N
Machine identlflcation Y-N
Machine location Y-N
Sequential colfection number Y -N
Total amount of money in the collection Y N
Tolel card usage y-N
Total cash in bill container (real-tlme) y-N
Total cash in coin container (real-time) Y-N
Revenue by location number Y-N
Revenue by collection area y-N
Revenue by maintenance route y-N
Total number of tickets iSSUed y-N
Total number, value, and type (credit card andlor stored value card)
of card transactions. y-N
User log on history and actlvltles Y-N_
Exception report for units nol repaired ' Y-N
Oparatlonal status by unit Y N=
Daily collection report with localiqn numbera and audit Y= N
Exception report fur units not collected Y -N
Provide the ability to automata the transfer of matar revenue data to
an external system. Create a CSV file of revenue data, summarized
by meter #, collection date and currency typa (coins, bllts, credit
card, smart card, pay by cell, etc.). Y N
Mar 3. 2010 9:27:46 AM EST p,44
CIty 01 Fort Lauderdale Bid 504·10412
S. COMMUNICATIONfSYSTEMMANAGEMENT SOFTWARe (WIRELESS)
1. Respondents must describe, in deteil, all of the equipment they propose to use and the security measures
employed to prolect data access and Integrity.
2. Respondents shall explaIn, in detail, how their wireless WoIo-way communication system works, IncludIng
technical (components, frequency, etc) and practical (On line, real time stetus) elements and Identlfy'all costs
per multi·space meter to the City. .
3. Respondents shall explain average time of repair and audit transactions, under normal operating
conditions, for bolh wireless. WolD-way and hand held communication.
4.
5.
6.
7.
8.
g.
Wireless WoIo-way communication must be operable in the City's
garages
Machines shaU .be capable of wireless two-way communication to a
remote communication center to transmit financial and activity
reports and unit status.
The clearinghouse system must conform to International Standards
Organization (ISO) standards for authorization messages.
Acceas to City of Fort Lauderdale Parking Services data shall be
secured. at a minimum, by password protection and shall include
multi·level access control.
The software must supply reports for revenue. maintenance, and/or
space usage.
Information that must be transmitted Includes; but Is not limited to:
Cash box status (lower limit warning when coIns reach a
programmable amount and an upper limit warning whiln the
Y
Y
Y-
y
y
MachIne shuts down) Y _
Mar 0, 2010 9:27:4$ AM EST
N
N
N
N
N
pAS
Alarms (attempted theft of Machlnes,cIDig\!'tl'fn~·~t{fa6~ order, door 10.
11.
open, out of paper, etc.) Y _
Management data consisting of purchase of time (occupancy), time
bought intervals (duration), type of transactions (ooin and card with
amounts paid) etc. Y _
Machinss shall:
12. It shall record and store the number ,of valid coin, bJII and oard
transactions and shall be accurate to 98% of actual depOSits.
13. Transmit data to remote communication center cash box ststus
Y-
management data (occupancy, duration, etc.) Y _
14. Make multiple attempts if reception of the transmission is not
confirmed by the communications center Y _
15.
16.
17
16.
The communication center shall:
Make multiple attempts if card payment does not clear
Transmit expired/invalid card lists to units via !>No-way
oommunication
The software will facilitate the management of communications,
rates, maintenance, coliectioO/l and audit functions.
Group unlls for common messaging
-assign Machines to predetel1l11ned groupfngs
-parades and other community events
T. SYSTEM MANAGEMENT SOFTWARE
1. State all Methods of EncTYptlon and other softwara security features.
2. All credit card reports, from the bacf< office software. shOUld balance
to the clearing' housa transaction reports daily
3. Machines are fully programmable. Field programming is to be
accomplished by City of Fort LauderdaJe Parking Servlces
Department staff, using any of the following for all parametar
changes:
• Wireless two way transmission
0 Hand he!d, and laptop using Infrared, RF, or Bluetooth protocol
4. The System management software shall be COnflgurable in a single-
station and/or networked fashion.
5. It should be intuitive, convenIent, and easy to use.
Mar 3, 2010 9:27:46 AM EST
Y
Y-
Y-
Y-
Y-
Y-
Y-
Y-
Y-
y-
y-
Sid 504.10412
N
N
N
N
N
N
N
N
N_
N_
N
N
N
N
N_
p,46
6.
City of ~ort Lauderdale
Data stored In the software package shall be designed to allow for
the easy Import and export ef all necessary data to fulty Integrate
the system into other data base systems. Y _
7. These and all features of the softWare must be password controlled
with aecess levelS assigned by City of Fort Lauderdale Parking
Services designated System Admlnistrater. Y _
The System Host/Desktop Management Software shOUld:
8. Allow user to select options at the end of a rate period to include:
allowlnot allow purchase of time exceeding the shift/rate maximum,
allowlnot allow purchase of time elapsed at the end of a rate/shift
period, allow/not allow user to purchase time through a speclfled
shift down time at no charge, allow/not allow purchase of time
through a closed day at no charge.
S. 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
y
activated by a specified day. Y
Allow time to be purchased at a minimum of 15-minute blocks or by 11.
12.
13.
the minute. Y _
InclUde at least 6 rate tables for editing. Y
Include a minimum of 3 shlfte 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
automatioally print a receipt The rate table must be capable of
being adjusted remotaly using the back office software.
15.
16.
17.
18.
19.
20.
21.
22.
23.
24.
25.
Allow rates to be edited by the hour.
Allow a minimum time purchase to be sel.
Configure length oftime the audible alarm Will sound.
Set the stert of a day. .
Allows for an option to printlnot print receipts.
Set a maxlmum number of tiCKets to be sold in a day.
Set an amount that no bills above that amount will be accepted.
Set the maximum amount of money that Will be accepted.
Select what to do during a printer error.
Set/modify credit card parameters to Include: Enable/not enable
. credit cards, accept/not accept American Express, MasterCard and
Visa, aoceptlnot accept a credit card when off-line, set
mlnimumfmaximum credit amounts and set a default amount.
Accommodate a minimum of 50 spaces per machine.
Mor 3. 2010 9:27:46 AM SIT
Y
y-
Y-
Sid 604-10412
N
N
N
N
N_
N
N
N
N
p.47
26.
27.
28.
29.
30.
31.
32.
33.
34.
35.
";'
36.··
37.
38.
39.
42.
43.
44.
45.
46.
47.
48.
City of Fort Lauderdtale
Vary rates by stell range.
Set an expiration Wlndow to show expired/goIng lo expire stalls, on
enforcement reports.
Set an enforcement access code.
Set an inacllvlty time-out for the backlight/overhead light.
Modify the printed receipts.
Set an "out of service" phone number.
Preset charge fOf specla! rates, which can be remotely updated by
using the back office software.·
Does not alloW for \1ser manipulatIon of audit historical data without
an audit trail of manipulation.
All remote programming must be allowed using standard
communication protocol.
Machines must have built-In diagnostic software that records dates
and '~Ime stamps' all oparations evenw (unit failures. resets, low
battery, etc) for reports to Ille command center.
Upon cycling through the dlagnostio mode, Maohlnes shall be able
to update the display status; display appropriate messages, and
send diagnostic reports to the communication center.
Self-diagnostic mode should be Interruptsd If a higher priority task Is
queusd (a cuslomer at the unIt paying for parking has the highest
prlorlty). Self-diagnostio results can optionally be sent to the
communication center.
The system will report the status of each maohlne to a' central
server indicating status and alarm conditions (maintenance needs
and out-of-order ponditlons). The communications system shall
also provide real-time notification of colleotions, maintenance,
alarms, revenues, and Individual patron transactions to the City of
y-
y-
y-
y-
y
y-
y-
y-
y-
y-
y
Fort Lauderdale Parking Services. Y _
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 indivlduat meters or any
combination of networksd meters. Y _
The system communications software should:
Be PCI complfant for transmission of Credit Cerd dsta and
password protected. Y _
Communications software includes the foHoWing options, dial
modem, hang-up modem, and walt for call, receivefsend audit
commands and lot fUnctions. Y _
Accesses to vital communications areas are password protected.
y-
All system phone numbers are held In a phone directory for ease of
acoesslng phone numbers. Y _
Has the ability lo hang up the modem via the communications
software. Y
Able lo set softWare to a wait Incoming calls from a remote site.
y
Able to process all transaotions, and backup, exoeption log,
diagnostics. Y _
Mar$, 2010 9:27:46 AM EST
BId 504-10412
N
N
N
N
N
N
N
N_
N
N
N
N
p.48
Mar 3, 2010 9:27:46 AM EST p.49
City of Fort lauderdale Bid 504·10412
U. PRICE LIST/COMPONENTS
1. Respondents shall provlde to the City of Fort Lauderdale Parking Servlces a schedule of Individual
component pricing, Including a priclng discount on all maintenance and repair materia is, 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, etc.-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 metsr to
!nclud\'liall parts Y _
Respondents shall provide avallabmty and pricing for additional
parts and components 3 years after the end of the warranty period. Y
3. Machines shall have Internal components designed as
interchangeable modular parts. Y
4. Respondents shall explain what toots, If any, are needed to replace
modular components.
5.
6.
All replacement components shall be readily available from a local
distributor. In the event that the local distributor Is telllPorarlly out of
any component, additional components shall be available wllhin
Y-
twenty-four (24) hours. Y _
a. Estimate costs to design, install, support and maintsln a wireless
infrastructure, If appropriate.
b. Identify who will provide local support of. the Wireless
infraatructure. What is the longest time to recover from network or
hardware damage due to severe weather? Y
V. MAINTIiNANCE
1.
2.
Machines shall be constructed $0 that Individual components can
be eesily removed and sub-assemblies be changed without major
dismantling. Y _
Respondent shall provide training on the procedures of changing
and replacing of sub-assemblies. Y _
Mar 3, 2010 9:27:46 AM eST
N
N
N
N
N
N
p.50
, City of Fort L.ud",d.l~ , Bid 504.'1°412 3. Describe procedures of changing and replaCIng OT sUD"assemblies. Training that your company wll
provide at no additional charge:
4. Provide electronic copies of recommended
maintenance procedures and supplies
5, Respondent shall provide full training of software application and
usage to City of Fort Lauderdale Parking Services maintenance
Y
staff. Y _ N_
6. M"dules shall be replaced with minimum use of tools. Y _ N_
7. Describe software application and usage ·training that your company will provide at no additional
charge:
8. City personnel will perform all routine and daily maintenance on
these machines. All product pnclng will be based on that
requirement. Y N
W. DELIVERY AND INSTALLATION
1. Packaging and shipment shall be the responsibility of the
manufacturer.
Proposals shall inclUde freight and be FOB de$llnaUon.
In the event that the delivery andlor installation of units ars not
completed according to City of Fort Lauderdale Parking Services
speclficafions -and agreed upon schedule, City of Fort Lauderdale
Parking Services will Impose liquidated damages In the amount of
Five Hundred dollars ($500) per unit per day. These charges afe
Intended to act as an incentive for the Contractor to perform In fun
compliance With the speoifications. 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.
y-N __
2 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 fOf the three phases of installation may
not be simultaneous. y-N __
Mar 3. 2010 9:27:46 AM EST . p.ol
3.
City of Fort Lauderdale
The successful Respondent shall complete installation within fifteen
(15) days following delivery of the units or as specified·by the City of
Fort Lauderdale Parking Services. Y_
Bid 604·10412
N __
. 4. Respondents shall include a description of any pre-installation and/or Installation work to be completed by
City of Fort Lauderdale Parking Services.
">c. SYSTEM IMPLEMENTATION
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 ali of \he
above and to establish the communications between the units arid
the communications center. Y _ N
2. The wireless two-way communication system may be provided directly by the vendor or in partnership with
. a wireless system vendor. Respondents shall explain how the entire syslam will be deployed and who is
responsible for maintaining the various components.
Y. TRAINING
The sucoessful Respondent shall proVide, at no additional charge. a minimum of eighty (80) hours of training
at a designated City of Fort Lauderdale Parklng Services facility for eaoh City employee to develop expertise In
the maintenance and repair of their product, including. but not limited to:
1. Inslallatlon
2. Maintenance
3 .. Troubleshooting repairs
4. operations-programming. Inventory
5. Colleotlons
y--N __
Mar 3. 2010 9:27:46 AM EST p.52
2. Respondents shall provide a thorough outl?~~ ogf"!h~u~mWrng content and provide a training sohedtlr;lf1;i o412
both software and hardware. The schedule'shall include periodic refresher training (continuing education)
including, but not limited to, emphasis on particular areas of tha City of Fort Lauderdale Parking & Fleet
Services' choice and upgrades of software emdfof hardware. All operaUng manuais that support Installation,
maintenance and user information complete with wiring diagrams and specifications shail be In English.
This must be provided at no additional charge.
Z. Warrant!!
1.,. Respondents must guarantae. 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 worlqnanship
under normal use and service at no additional cost to the Cily of
Fort laUderdale Parking and Fleet Services. Respondent shall also
be solely responsible for the cost of shipping and return shipping of
warranty parts during the two (2) year warranty period.
Respondenta shall aiso provide the City of Fort Lauderdale Parking
and Fleet SeMces free of charge with any new software releases
for a period of two (2) years.
g", The local distributor shall maintain an adequate supply of
replacement components (e.g. cutters, card readers, etc} on site at
the City of Fort Lauderdala Parking Services meter shop. Payment
and warranty prOvisions for replacement components shall apply
y-
from the date of Installallon of the module. Y
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
4. The City of Fort Lauderdale Pan<ing and Fleet Services shall have
the option of extending the warranty period wllhin 90 days befcre
the end of the existing warranty period. The Respondent will
provide quote for the extended warranty will Y _
. 5. The Respondent will provide quote for the extended warranty
detailing the cost per meter. period of coverage and what wfll be
covered under the warranty Y
AA. VARIANCES TO TECHNICAl.. SPECIFICATIONS LISTED ABOVE ,
Mar 3. ~010 9:27:46 AM eST
N_
N
N
• C~y Qf Fort Laud"""fIl Bid 504-10412 Items not ,mcluded in your proposal-Discuss I explain any requirements of the RFP that are not lncluaea
In your proposal. -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 practioes that you consider worthy of
consideration by the Evaluation Committee in evaluating your proposal.-Indicated any addiftonal features that
your product has that may no be indicated above, or any additional enhancements to requirements we may
have listed above (To be indexed and submitted In the order listed)
END OF SECTION
Mar 3, 2010 9!27:4SAM oST p.54
. ~ . '".
Mar S. 2010 ~:27:46 AM EST
City Qf Fort· Lauderdale
I
4. ...
(.:flY ()!, H)lm.\1 " ~ ill >.1/,/
llf:SIUJ?N'tllEACr"fl'AkKING CARD:
ViAAlONl3al. f.OORI~ACHU)r:IV"~~Shd. .t,'{!ItA.(,I~MlAttE·L()ll U.~.v~f(o.!.dIl'III1E wa/fl,&,/Il -iI'-'Ia"'''_AA6\ C!t,ttMl$m&.ew j~lfort.e 1O'4t$1
Bid 5{)4-10412
\
"
"
P,55
City Of fort Lauderdale s;o 504-10412
Question and Answers for Bid #504-10412 -MULTI-SPACE PARKING
METERS
OVeRALL BID QUESTIONS
Question 1
Ql. With regards to the Residency card, are the following statements correct?
a. Currentfy th&re are 3 lots where a resldent <:an receIve free parking up to a mar.imum time on that lot.
I. East Lot 6hrs Max BPS
II. South !leach 10 hr. Max PND
III. North aeach 6 Hrs max PND
b .. A customer comes out to a m~ter, end using the card can select the numbers of hours to be \\purchased tt for free
up to a maximum. .
c. He receives free time, and can not use tIl.t card for free parking In ArfY of the lots until THE INITIAL PURCHASE
11ME HAS EXPIRED.
1. Eg. A customer purchases time at East lot at 10:00 fOr 3 hours.,
ii. He can then drive to South Beach and only purchase time at 13:00.
d. Currently the cards are S1M based, purchased from Parkeon.
Q2. Have you cohfirmed with Parkeon that they Wit! be able to release the information to Interface to the card to
other vendot'S? (Submitted: Dec 21,20098:38:16 AM EST)
Answer
-Ql: Sections A, 13-and C statements are correct.
Section 0: A copy of the card has been uploaded a$ an attachment to this RFP. It Is referred to as a Smart Chip.
Q2: The Interface used by Parkeon fur the Resident Beach card Is ·'Proprletary". We cannot require them to release
any Infurmatlon. The Request for Proposal does not state that Informa~on aDout the Interface wlll be provided by
Parkeon or Parking and Fleet Services. It Is the vendors responsibility to develop the Interface and supply the
cards. (AnswerM: Dee 2),2009 $:41:50 AM EST)
Question 2
The question/answer regarding the Parkeon proprietary Interface linking the 81m cerd acceptance -how much
deveillpment ~me would the City of Fort Lauderdafe give. competitor to develop a compatible Interface? And
secondlYt there are two current meter systems lnstalled, are both using a different interface? (Subml~d: Dec 2.1/
2009 12:16:15 PM EST)
Answer
~ We are WillIng to gIve an reasonable amount of time to develop a compatible interface. A tune to complete the
Interface Is recommeflded to be included in your response.
Yes, the Resldent Seach Card and the PCilrcxmart card are dlfferent. You can get the information for the Parcxmart
card dIrectly from Parcxmart. (Answered: Dec 22, 2009 2Wlt32 PM EST)
Questlon S
Questlon ~: Will ft Laoderdale require a 30 to SO-day test period before each of the 3 phase. of installation or
just at Phase l? Does the 50-day deUvery t1mellne for Phase 1 begin its coontdown from the date of the mutually
agreed upon conclUsIOn Of the trial period?
Question 2: Given that Ft. Lauderdale wants a 90~day test period for 4 meters, vendors should assume that the 2~
year warranty begins on day 1 of the test period. Right?
Mat 3, 2010 9:27:46 AM SST p.1lS
City of Fort lauderdale Sid 504-104n
Question 3: For the 4 metel's that Ft lauderdale wants 1:0 test for 90 days, will these be P&O or PbS or both? Will
they be on-street or In lots/garages?
Question 4: How will Ft Lauderdale apply the 50 calendar day delivery ~me frame to phases 2 and 31
Question S: How wlll Ft Lauderdale define when to begin assessing "liquidated damages" of $SOO/meter/day for
'late deliVery or Installation?" Wh.t wlll be the allowances for force majeure or city-Imposed changes to
specifications? Will "lIquld.ted d.mages" be relnvoked at each phase? For Phase 1, will the 60-day tlmollne be
Invoked for the 4 test meters and again for the "rollout" after the test period Is over? (Submitted: Oee 23 .. 2009
2:21:55 PM EST) .
Answer
• Ql. The 30 to 90 day test period wlll be per each phase. E.ch phase w!ll consist of meters Installed at different
locations and wlll either be "pay ~nd dtsplo6lyll or "pay by spacell•
Q2. Refer to Proposal Pages Part V, section Z.$ (pg 53).
Q3. Refer to Part V -Technical SpeCIfications, Section 1, for Phases 1, II &. Ill.
Q4. From the date of the purch •• e order.
Q5. Vendor wi!! supply a delivery date and a completed Installatio~ date. After these dates, liquidated damages are
assessable.
It delays are beyond the control of the vendor due to a force majeure or city~ Imposed changes to specifIcations,
delivery and InstallatIon dates will be adjusted. L1quldabed damages will be invoked for each phase.
No, after the 60 days In for testlng and not for the roll out of any rem?lining meters. (Answered: 'Dec 24,2009 8.08:S4
AM EST)
Question"
We cannot supply the same cards that Parkeon does l however, we can provide a system of payment cards with
Similar capabilitles. Will this be sufficient? (Submitted: Dec 2a, 2009 1:33:39 PM EST)
Answer
-cards with similar capabUlties wilt be conSidered. (AnsWel'ed: Dec 2.S( 2009 2:54:20 PM EST)
Mar 3, 2010 9:27:46 AM EST p.57
Date: October 1, 2010
To: City of South 'Miami, FL
Attn: Alfredo Riverol, 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:
5 Annual Payments:
Rate:
$382,006.00
$84,012.36,
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
feel free to catl me at (800) 561·0%1.
Submitted by:
~
DC Greer
'Government Capital Corporation, Underwriter
cc: Mikhail Morokhovich
12938 Mallory Circle
Sultel02
Orlando. FL 32828
888·422-7275
ParkingProouets@aol.com
10/01{2010 3:01:55 PM Page 1
South Miami, City of, FL
Compound Period: Annual
Nomina! Annual Rate: 4.987 %
CASH FLOW DATA
Event Date Amount Number Period End Date
1 Loan 09/01/2010 382,006.00 1
2 Payment 09/01/2010 84,012.36 5 Annual 09/01/2014
AMORTIZATION SCHEDULE· Normal Amortization, 360 Day Year
pate Payment Interest Principal Balance
Loan . 09/01/2010 382,006.00
1 09/01/2010 84,012.36 . 0.00 84,012.36 297,993.64
2 09/01/2011 84,012.36 14,860.94 69,:1,51.42 228,842.22
3 09/01/2012 84,012.36 11,412.36 72,600.00 156,242.22
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 38,055.80 382,006.00
ORiGINAL'
DO NOT REMOVe:
FROM FILe:
THIS AGREEMENT, made and entered into this 2nd day of Maroh, 2010. Is by
and between the City of Fort lauderdale. a Florida municipality, ("Clty'~, whose address
Is 100 North Andrews Avenue, Fort Lauderdale, FL 33301-1016, alid Digital Pa~ent
Tecllnologies Corp., a Canadian federel oorporation authorized to transact business in
the State of Florida, ("Contracton. whose address and phone ara 330·4260 Still creak
Dnlle, Bumaby. Be, Canada vse 606, Phone: 804-688·1959, Fax: 604-887·4329.
WHEREAS, the City issued Request for Proposal 504-10412 ("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 wlfh Contractor for the goods or services desQI'lbed
In the RFP (Pur-ii. CAR No. 10-(218).
NOW. THEREFORE, ~or and In consideration of the mutual promises and
covenants set forth herein and other good and valuable consideration, the City anci the
Contractor covenant and agree as follows:
1. The Contraotor agree{i; to provide to the City multl-space parlling meters
in accordance with and in strlot compUanoe with the speolficatlons, terms, conditions,
and requirements set forth in the RFP and any and .all addenda thereto, durlrlg the
period Maroh 2. 2010. through March 1. 2012, with optional extension periods as set
forth In the RFP, and warrl!ntles beginning following Installalfon of /ilnd the Cily's final
acceptance of each respect/ve multi-spaoe parking meter and ending two years thence.
in accordance with the ·terms. conditions, and specifications contained In the RFP and
the Contractor's respon~e to the RFP.
2. This contracf 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 camUet between Qr among the cont~ct documents. the
order of prIority shall be as follows:
First, this contract form. G·110 Rev. 01/10;
second, any and all addenda to the City's RFP in reverse chronological order;
Third, the RFP; . . . .
Fourth, the Contrector's response to any addendum requiring a response; •
Fifth, the Contractor's response to tha RFP. r
4. The Company warrants that the gcods and services 'supplied to the City
pursuant to this Contract shall at all times fully conform to the speol~c:atlons set folth In
the RFP and be of the highest quality. In the event the City, In the City's sole discretion,
detennlnes that any produot or service supplied pursuant to this Contract Is defective or
does not comorm to the speolflcatlone. set forth .In the. RFP the City reserves the right
unilaterally to sencel an qrder or cancel this Contract upon wrltlen notice ttl the
Contraotor, and reduce commensurately any amount of money due the Contraotor.
6. The City may cancel this Contrect upon written notice to the Contractor In
the event the Contractor falls to fumlsh the goods or perform the services as desoribed
In the RFP wlthln 30 days following writlen notice to the Contractor.
00110 Rev. C1/10 1
I
I
6. The Contra<:tor shall not prasent any Invoice to the City that inoludes
sales tax (85-80125146060-7) or federal.e)(clse ta)( (59-8000319).
7. Contractor shall direct all Invoices In duplicate for payment to Finance
Departmen~ City of Fort laUderdale, 100 N. Andrews Avenue. 6th Floor, Fort
Lauderdale, FL 33301. Any applicable discount MUST appear on the invoice,
S. ihe City's Initial purchases are of the following: 14 Pay-and-Dl$play MUlti-
space meters at $11,531.81 each, 4 Pay-ey..space Solar Multi-space meters at
$11,531.81 eaoh, 14 PaY-l;!y-Spaee VAC MuItl-spaoe meters at $10,962.56 each, 115
roUs of dIgital receipt paper at $26.00 esch, 14 Stainle$$ Steel upgrades at $535.50
eaoh, and five months of EMS service for 14 metars at $30.00 per'meter per month
payable monthly upon commencement of the respeotive 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-site
maintenance/software support for years :;I through 7 are not exercised at this time, and
the CIty reserves the right to e)(erolst;> opttons to purchase extended on-site
maintenance/software support for 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 Amerioa or in Canada or In
both countries a judl/ment entered against the Contractor. The.contra<:tor waive's any
, and aU defenses to the CIty'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 (USD). '
IN WITNESS WHEREOF, thS City and the Contractor execute this Contract as
follows;
tl-110 RIlv, 01/10
Approyed as \0 form: J G " Senl~1ty Attorney
:Nif:'U J;rL
Print Name: V. Ar.ar.tU>J S~.,a-
Title: ("GO
(If not president, please attach proof .,
of authorization,)
2
(Corporate Seal)
PROVINCE OF COUNTYOF __________________ ,
\.l The foregofng instrument was ackn~edged befo~~ me tills 1&-. d?y of
1\ ott ' 2010, by , r. r«\~ !\"" it as
(Iltle): c..s.o for Digital Payment Teohnologies Corp" a CanadlSn
federal corporation authoreed to transact business in the State of Florida.
N ifl;lo.h. ~~t~\t...
(SEAL) Notery Publlo, Province of n~l~~t, C..t~~ ~
lSignature:cqfNo~ty Pubio -Province pf 8cm~L f'.. L' I }tMAo..l.-~ )__ '-"IlWJ.1>1c...
(Print, Type, or Stamp Commissioned
Name of Notary Public)
Personally Known L OR Pro.duced Identiflcetlon __
TyPe of Identiflcetion Produced _. ______ -'-_
.'
(M 10 R~v. 01110 3
I .:
! .
: ' I
, .
: ~
. i;
..... , I ,
I .
I. ..
. ,
.. ,
i 1 ' •
! . i
!
1 . .,
; . , .. I .
I •
I '
1 . ,
! . , ,
l
Request for Proposal for Multi~Space Parking
Meters
City of Fort Lauderdale
Submitted to:
At\nOabra Oiaz;
City of Fort Lauder(!afe .
Department of Procurement BelVioee
100 N, Andrews A\[$IIue. Suite 619
Fort LaUderdale, FloMe
33301
Submitted by: .
. Millhall Morokhovlc:h. Regional Aooount Executive
Dlgltal Payment T~chtlotogle$
330 -1\260 Stm Creek Drive
Burnaby. B.O •• V50 6~6
Teleph,one: 604-79(J.072~
Fax: 6~i!·6a7 -4$29 . .
E.-mail: mike.morokhovlo~@dfglta!Pavtech.com
pate: January 13, 2010
,
1
!
I
I" I
••
, , "
:. I
,-
ReqUtlGt for ProPQsal fQr Multt·Spa.~ P,,<ldng Meters
Tabl~'of contents
TAB 2: PROFESS!ONAL LICENSES AND, CERTIFICATES/SAMPLE !Nf?URANCE CERT!!'ICATE
.~:'"""",,,,_,,,,,,.u, •• t'i;'_'".~'.I"""un".~!' •••••• ,~,u .. " ........ ' •• n •• ,.t .................... ~ .... u.!'-,;.':': •• _ ••••• !~~~ .•..•... 5
T~Jil3: COMPANY PROfile: ....... n._~ ....... r.~~ ... ' .... u.w •• ,.~!._,u .......... , •••• ,.," •••• _;.~ ••• ~f •• ; ..... 6
T AS 4: 40JHTVeNTURE ... "'.t~ .......... n.» ••• .t' ••• ~; ..... 'H ..... n •• uu .......... U •• :,. ... h ......... , .......... ~ ••• ~ •• ~~. ? .
TAB S; D1SPUTES. t.ITIGA;TION AND DEFA~LtS ••••• m_ ...... ~" ... I.mu ... m ....... h ••• ~ ••• ~ ••• h •• ~. 8
TAB 6: QUALJFICAT'ON$/EXPE;RIENCE ....... , .. .".,. ... ;'.Imu ......... ~.;.~~ ••••••• u .... ;. ............... i9
TAB 7: STAFF , ...... '1 ... ~ •••• : ............. ~~.-••••••• , .. n •• f'.«., .......... )O.f ...... n ... I;t •••• n •• _ ..... '~~lnoto' .................. 10
T$ 9: MII.I:S'rONES; DEUV!!RAl3lES ANn PROPOSED BENCHMARK TIMETABLE16
TA1310: FrNANOJAl DOCUMaNTAT[ON'tI~ ... u, ... n ..... I ........... ~.,~ .... " .. ~ ••• ~.~ ............ ~ ..... A~ •• ~ •••• 19
TA~ 11: CLIENT REFE~ENCES ... « ............... ; ... ,; ...... _ .. u ..... ~ ........ ~nn .... t ...... ~_."' .......... u ... I •••• " .. 20
MUNIClPAlmeSANPSTATI! t:NnTlES ...... , ........................................ , ........ , ...................... 20
UNl~tTtES .•• _ ................. n .......... n.n ............ n' ••............................................................ 24
TAB 12: SUBMITTALS •••••••• "" ........ ~"w. •• u ........ ~ •• .., .... _ ........ ~ ............. 'c .. iMI'., ••• ~ .......... w" .... +.f .. ';. 26.
. TABl13l Wi.RRA~TI.eSIl:XTEN'DED MAINTENANcE AND SOF1WA)'iE SUPP9RT 27
TAB 14: DETA1.lJ:D LfST OF OFFERlNG •• ~ .. U ... H ............. n .. If+ ...... t ............. H ... :--~h.; ..•........ ~8 . ~ , :AB.1~: QOS I ..... ~.'.:1 .•..••.. h ................ : ... ~ .... n.u ••• '!' ....... n.'..1 ......... :l.~~ ... ~ .............. ~ ............. u •••• 29
TAB 16:·NON-COLLUSION STATEMENT ......... m; ..... f .... UI ... ~;.;n ..... _ •• " ... , ................ u.: ••••• 30 . . . . . ' , . .
T~.17: PROPOSA.L ~~GNATURE PAGE.~ ....... !::u ..... ".,.. .......... u.'" ... ~!;.: .... m .. n •• ~ .............. n. 31
A.,PEti~D.C 1\-LUKE SRO~ttURE .................... !':f;! ........... r •• f~ ............ ~ ..... H ••• U .... ~ •• { ••• ; .. ;,. 3.2
APPENDIX S -aOss •••.• ., ....... : .•.• ',".n ............. " ...... ~: .. ; ......... n." .. ~.OIInlu~u' • ., .... ;., .... ,._" ......... ,. ..... 33
APPENDIX ~ -EMS BROCHURE ........... H •• .:.' ... n ......... ~ .. ' ... ~n.~ ... M ... ~ ....... 1 ...... _~.;.;! •................ ~4
AP?ENPIX D -PQWDER. OOATING 119i\TERIAL SAFETY I)ft,r.TA SHE!!;T ................... 35 . " AP"J;NDlX E -SAMPt,E ~EPOR.TS, ..... ,".U~ ... "1ot .... " .................... UH' •• V ................. ~.t.: ... t ........ 3~
A.PP~,IX. F -(UKe u.s .. WARRANTY PJ.A.N .. ! .... ,u .. ~ .... * .... r •• I'f".' ....................... ~ •• o •. n •• '.:,.. 37
APPEijD)X"G -INDIVlDUA~·!XIMPONENT PRICING SHEET .......... : .. " ............ ,)" .. ,:. 38
APPENDIX .. -SOLAR POWER DJSCUSSION ......... : .. ,~ ... , ....... ,~ •• j .... 'm •• m .• h! .. I' ....... ¥ .... ; 3~ ,. ,
A;PPENDIX ,-PCI WHITE PAPE:R .... ud~ .. ,. ... ~ .......................... U.!U ••• h ..... U ••• ;.."H>l ..... ~OO; ............. 40
DlglfaI hymenf Technologies -Response to the Oily of Folt Lauderdal ..
, · ,
· !
i i · ,
• • j
! ! I
· . · . · , .
· ,
· ,
· .
· ,
· . ·
: . i
: . !
: : i : .
-; ..
i : i . ~ ,
I .. ! . :
! _i
!
! . ,
!'WP 50+.10412
. ~UI.Tl~SPACE PARKIN~ METERS
P.ROPO~A!. RE!&I?QNSE Pft,(;ES -PART I
OOST INFQRMATION
BIDDER PROPOSAl.. PAGE
PROPOSERNAME~ ____ ~~~&~~~~~~~~~~~~5CwN-~QAA~G~I~~ ________ __
Proposer agte$$ to supply the products or servioes at the plio$$ bid below in accordance with the
terms, conditions and specifioatlons contained In this RFP.
Estimated quantltles shoWn are for Information and tabl!ia!ion purposes only.
ITEM QUANTITY
1. 14EA
2, .18EA*
3. 32EA.
4. 32EA
5. 3~EA
6. 32EA
7. 32EA
DESCRIPTrON
Purchase and Install of
P~y-and.Display Multi-space
Receipt Dispensing Parking Meters
Purc~s~ and Install of
Pay-by"Space Multl-space .
Receipt Dispensing ·Parklng Meters
Year 3 -Optional Extended Qn-site
Maintenance/Software Support
Vear 4 -Optional Extended On-site
MaintenancefSoftware Support
Y~ar 1;;--Optiofll!1 Extended On-site .
Maintenance/Software Support
Ylilar G -Option~1 Extended do-site
. .Maintenance/Software Support
Y liar t -OptIonal Extended On-site
Maintenance/SoftWare SllPport
UNI:r
PRICE
T9TAI.
PRice
~11.531.!!1 Solarlgt,(14) $161,445.34
~10,~62,!i§ VAQfJJA $ .
m11,!l31.~1 Solarl~(4) m 46.1g7,24
~1QJ162.56 VACIEA (14) .~ 153,475.84
$. 250"" lEA $. §OOO
$. 250 ... · lEA $ 8000
$. 250·' lEA $. 8000
$. 250*' lEA $. 8000
$. . 250·-lEA $ 8000
TOTAL COST TO CITY $ 401 ,048.42 .
>I< • Based O!l the General information in the RFP, some of the Pay-By-Space Parking Meters will be irlstalled irl
a garage. It is DPT's under.sf!mding that fuose meters will be using existing 120V AC. We have provided the
pricing accordingly.
** • Does not irlclude extended hardware and software wa.mmty ($7S0/meter/year). Please see Appendix: G fur
colllplew price breakdown.
,
I I
j ;
I ,
f
,
)
!
"J
: .
, :
,
. 1
, ,
. ,
-,
-,
: !
, -.
:-"
PART I-I
Digital PllvmentTechn61og111s -RO$Ilonset6 the OIty of Fort1..auderdale
330-42Sg $\11\ C,.e~ Drlv.
Burnaby. Be. \l506C6
Tel.phone: ag4-e6e-1~S9
Toll Fl •• : ~ee-1l87 -6~22
F.cslmlle: 6Q4-681-4629
1
f .. ,
i ' , . ,
! , ..
! :
I"
, , ,
· ,
! : · .
• I
• I 1
· ,
· .
" ,
· i
· l
· ." , ,
-j" . ,
! ' . , , ..
i . ~ .. , , ,
I . I
. . .
Tab 1: Letter of IrlterestfCover Letter
AnnDebra Dlaz
City of Fort Lauderdale
Department of Procurement SeNlelIs
100 ~. Andrews Avenue, SuKe 619
Fort Lauderdale, FlorIda, 33301
JanualY 13, 2010
Dear Ms. Diaz:
Digital Payment TechnologIes Corp. (DPT) Is plaased to respond to the City of Fort Lauderdale RFP
for MulU space ParRIng Meter. In preparing this submission, DPT Is sbiving to provIde the City wlth a
solullo" which will meet Its immedIate and future parking reqUirements,
The responses ara based on OPT's markeMsadlng LUKE pay statlons and BOSS Back Office
SoIIwar&, ente!prlse Management System (EMS) real time appllcatfon along wIth the necessary
supporllng r"qulrements and servfces.
The CHy's current RFP calls for Pay By SpaclI (PBS) an,d Pay and \)lsplay (PND) parnlng m~
OPT Is proud to announell that the same LUKE pay elation oen be used In either Pay By Space
(PBS) or pay and. Ql$play (111)11» schemes. The pbanga betw.een the ~cflemes Is aocompUsh~ by
the c1t)l wHh a $Imple aUck of a mouse It! the Back Office SoftWare. In addiUon, \be schvmeS cart
C!l&lI!Si on tflQ same JlUIclilnee at th$ same Ume. For ?)Cample, the clty may choose to use Pay By
Space fOr moSt parldng, Yet"offer a Weeld)! (dally) pass. to Ihe patrons whIch wUl be Pay-and-Dlsplay.
ThIs abliity will enable the City of Fort Lauderdale to simplify Its spares Inventory, as well ea provide
oontlnu1ty for the parldng public. .
In our experience In the beech communlUes such as the City of Fort Lauderdale where the publi<;
tends to prom$nade or spam.1 time on the beach/high street, Pey Ily Spaellis Ideal since It allows the
pUblic to add llme to the parking without going back to the car. Cell Phone payment 1$ also quite
popular In these communities. OPT /las praparec! an unbiased dlscusslon on the merits of each
scheme, and the revlew Is available from OPT alClly's requast As mentioned above, the proposed
unas can operate In either envlll)nment, '!,Ihlch allows the city to tty different methods. :
As the City will finll after reviewIng' our responses, our solutlon mse[$ and excaeds most ",iljot
technical and noMechnlcel requlrement& in Ihe RFP Including support for Parcxmart oards, end
OPT'e versions of Resident card providing the same funolionall4' as Parkeen's. Furthermore, the
solUtion will provide the following addlUonal funotlonalny should the cny chooses to deploy It:
• Ability to Add Tlnie to exlsflng parked car (through cell or at any pay station) .
• . Ability to. provide coupons (reoently successfully used during "Christmas at Las otas' promotion)
• Ability to use the pay station screen for Advertisements, announcements, Amber alerts, tide
tables, etc.· .
• Ablllty to accept POM smartcarde. This Is especially important If the cny wants to ImplemeAt
SlITg!e SpaClI Meters In ~Jo ns irta~dltion to pay stet/ons.
• Ability to Interface to a nu IS f CItation ManaQemant handhelds, specifically n, PerkTrak,
CampinG Oela Innovatlo and AutoCIte. Th~ tnterfaooallows parklng space dela to be
wlrelessly pushed to the dhelds lit reallln'lunsurlns thatthEllnforrnatlon Is valid •. This
simplifies the enfotcenr'en process for BPS and reduces customer ccmplalnts.
DIgttal PaymentTechnol"~les-Respcns .. to thG Cltv of Fort Lauderdale . 1
! . , · , i i ..
· , · . · . , · ,
· .
-. I i
· .
· ,
, ,
· .
· , .
· ,
,
.,
: .. i
"'i !
•
'.
: , :
,
:
0.
D1GITAL),>
'4,VMeNT TtJCUNOl".OOUm
• AbUity (l) pay for p~rldng by Cell Phone, through Integration with Verrus Systems. This allows lhe
users to pay for paridng and extend treir parkfng Irme Without having to walle back to the car/pay
staUon, greaUy assIsting the public and generating more money for the City.
• The complete $olullon Is PCI pe\'tlfled. OPT Is officially recognIZed by the PCI Secu~ty Oouncll
and all major credit oard companlesand prOceSSors.as PADSS and PCI compHantfor all outren!
products and servloes, AU the components to be used In OPT's proposal to the City are listed In
VISNs web stie (EMS, I3OSS, Pay Station. etc) as PCI compliant In today's world where credit
Cerd theffis being announoed by large corpClratlons,lt wlll give the City of Fort Lauderdale'peace
of mind to know that OFT systems have been ex!emsUy audited, that fue Credit Card dala Is
secure and lhe City's lIablilty Is minimized, Please see App~ndJic: I. PCI White Paper for a more
In-depth discussion of this crucial requirement .
All of the above capabHltles are available !)eoaus~ the proposed solution Is baaed on an open
architeoture combining the Islest technical advamcsmerrts In programming and wlreless
communlcstions. this open architecture proVIdes the best platform for ongoing upgrades and
enhancements to the SCliution. . .
OPT Is proud to nave been sslected as a finalist for the last RFP for mulU-Ilpace meters.
Unfortunately, expectstlons wlth regards to solar power were not properly set by Digital Paymsnt
. T~hno1ogles. OFT regrets the Issues encountered by the City with respectto !~" meters not having
adequata sun expceure and has worked dHfgentiy with fue City to ensure Ihat all the Issues are
61ddressed. DPT has le$fl)ed many le$~ol1s sJnce the", and I enceurage the City to take a fQo~ .
at Appendix H -Solar Power dtscU$sleJt fdr ile~'fed analysis. Furthermore, OPT has lnlroduoed,
a new Low Power version of LUKE referred to es Radius. Thls version has be .. n successfully'lested
by the Cily and Is continUing to operate without any solar Issues.
As well. the proposed pay stations Will feature Zinc Primer on cold rolled steel (new from "!he pay
stations on Las Olas) to enhance the longevity of fue malerlalln Florida's environment .' .
Enc!osed you will find a P(!ce QuotatlCln for the equlpl1!6nt and serVIces outlined In the RFP. In Ugh! of
the volume belns purchased by the City, OPT fs pleased to effer a dIscount structure whloh !s also
InclUded on the quote. Pleas.e 1J00te that ~II fhe ops.ts submitted Ii! tills .RFP shall rehialn I1.l'II\ fer
acceptance fer a mInimum P.f ninety (1)0) clays f1C!m tile date of th& opening of !he RFP,.
OPT has been a majClf player In the on-street parking msrket for seVeral years. Durlng the last S .
years OPT has baen prMlegea to ccunt City of Fort Lauderdale as a partner. We are very excited to
extend our partnel$hip WIth Ihe City and would like 10 reconfirm our commitment to provIde the City
with outstanding product. technology, and servIce.
We look forward to showcasing our products and our company to fue City of FoIt Lauderdale
evalUation committee, the CitY. of Fort Lauderdale meronanfs society and residents.
Sincerely,
Mlkhall Morokhoylch
RegIonal Account El:eouUve
DigItal Payment TechnologIes
DIgItal Payment TechnologIes -Response to lite City of Porllauderdale 2
,
I . I
1 I i .
! . !
: . i'
1 • j
• ! ...
• I
• !
; !
, .
· .
• I
· ,
· .
· ,
• · ; · .
.. ,
Request for Propos~! for tilulMpacel';!rlclnlllY!e!el'$ •
Component Overview
· The LUKE pay station debuted In 2004 and Is built upon the success and experience gained from the
InteUa·Pey pay staUone deployed throughout North America fOr the last 12 years. I.UKe takes til", kay'
benefits of the [nte!la-Pay. that inolude eass of use, securlty and f!ex1bUity, and adds unmatohed
technIcal capabUltiss and improved flexlbifii¥, sarvlcas, and faalures. LUKe clients Include the City of
Fort Lauderdale; City of Charlotte, Ne; FL; City of Glendale, CN City of Houston. TX; City of
MIlWaukee. WI; Redwood City, CAl City of Riverside, CN City of West HoUywood, CAl City of White
Plalns, NY; City ofWhila Rook, ee; and the Unlvarsity ofCal/fomia, Santa Barbara.
Key oomponents otthl;! LUKe system Include:
• The i.UKE pay statIon
• BackOfflca SUpport System (BOSS)
• eMS online management system
Each ofthese componants will be briefly dlscussed. Additional detailS can be found In the product'
brochure~ oonl'llned In the appendfoes.
WKe Pay StatIon
LUKe deilvers a visually pleasing design and exterior finIsh .that wlll enhance the City'$ urban
landscape. Same of the outstandlng fsetures and bener4$ of the psy slatlcnlnclude:
• InslanUy recogniZable
• Multilingual support
• Multlple payment methods: ooln, bHI, credit cards, smart cards, cell phone, coupons
• SUflporl for bath PaY-$ncl-Oisplay ard Pay-by-Space
• Color screen to deliver Information selVlces suoh as tooal maps. speotal events, and ildvertising
• Ease of ooltectlon
• Comprehensive management repons
• Modular design allows for qulck and easy maintenance, upgradss, and component replacement
.• Robust cabinet design to support the highest leyels of physioal seourity
• POI-validated credtt card data security
More details an the LUKe pay station cen be found wlthin the RFP technical responses: ApPl'ndlx A
-LUKE ~ochure also contains a broohure with addHlonallnfcrmatlon about the pay slaflon.
aoss Management Softv!are
All pey elations In the fiela are supported by best-fn..class BOSS. The SOSS software will allow the
CitYto:
• Create mulHple rate structures (hourtV. dally, Incremental, blended, special events)
~ Creata space-speclllc rates
• Update rales, conflgu~tlon settings, and trcket headers and foofers remotely
• CUstomize prompts in multiple lenguages
• Generaw inc!uslry-leadlng reports for operations and accountIng departments remotely and In
real-time
Refer to AplltlridllC a -aoss for a description of features and funcUonallt1es •
Dlg1\al PaymentTechno!ogres -Respcnse ~ the City of Fort Laudetdale
r. ' i
, , I
'j' , ". I : i
!
: : 1
, , I
, , ,
. • 'I
• I
, ,
I I
, . '
, . · ,(:
, ,
· .
, .
, .
-.
,
,
i
'1 ,
.. ,
I
i
; ;
,
i
Reques~ for .Proposal for MUlIl-Space Pllfklng Me!£lrs
EMS
To lev"ragl1llhe power of the LUKEHoohnology to deliver advanced Web-bas.ed real-time
appllc;atlons. OPT is pleased to Include EMS. EMS Is an Internet-baSlild porta! that facllilates the
networking of-aU pay statlons so that the City can manage Its parking operetions In real-time from any
Internet-enabled Qcmputer. The EMS SelVeT is located off.slte and Is accessible from anywhere •
through Internet browser (oomputer, Internet Cafe, BlackBerry. IPhone. Palm Pllot, and other mobile
devices)., . .
Hlghltghll, of the EMS $olullon Inolude:
• Real-lime credit card processing
• ReaHlme reporting
• Real-time intelligent dispatchIng to any Web-enabfed devloe (computer. POA). cell phorie. and pager .
• Add time capabUity In a Pay-by-spaoe environment
~ OPT Web SalVtees for third-party teohnology Integration (that Is, enforcement handheld deVices
. and aocountlng systems) ,
. Togelhar. thesa components offer the most powerful multi-space parklng solution In the Industry.
Referto Appendix C -~S Brochur& for an overview of the eMS funoliOnalifles.
DIgital Pa)'ll'lentTechnolQgles -Response to tit" City of Fort Lauderdale 4
!.
, ! ..
!
• ,t !
: : 1
:
l
.. ,
,
, l
. ,
. ,
, ..
i ..
· ..
· ,
· .. ~ : I
· i . 1
· .
• .'1'
~ • I : ...
· ,
· i
Roquest for Pr.oposaJ for MullloSpace Parklng Meter ..
Tab 2: Professioqal Lioenses and Certificates/Sample !f!silran<?6 .
Certificate
Digital PaymentTeohnologt,$ ~Response to tha City of Fort Lauderdale
, ,
: • t , ,
I ••
i : . ! ..
• 1
-. r ~
: I
. ,
, ,
. ,
, ,
· ,
· .
MARSH Certificate oflnsuran~
No •
~gI !l!fOJlll!l!lllm . .
" It Is I\mby 1U14mto.od al!dagtWllbatth~ Regellfa of~ UlIverall)' ofCallfor~.ll$ofll~.lJ8eIll9i and e!III!!o~ Is added as an
.Ad!IJ!lbnlit l'nSIIret!. butofl1y lsthelrlnterestmayappeat wllhmpeotto lbeopwallOlJS oflhe Named rnsuredd~ aflovlt. '
'.l1ie Il;bPw lialloles ~11 flo l'tl\lll!ly and Non.co~tribulln!1'
, .
• I
, .
~ . t ...
! . \
l . ~
! '
. ,
IIIsuranc:e Agency
Ronald ReiJ;Jan Blvd.
ILo~gWODd. FL nno'
l . ,
r
, .
Parker Systelll$
12969 Ma;lory Cire1e
Suit .. 201
Universi1;Y, .. ~f Mill!1li Corporate'R,sk Management
P.O. sox 248106 .
Coral Gables, FL Si124
•
IIIsqred and PomPl .. te~
.4:.--
: ! I
~ '11
i)
; ! l
'I' , , , ,
'I' " ,
· .
,I.
",'
,I,
T · .
, ,
· '
· ,
, ,
, , ...
-t ' .
c ,
· ,
:. i
tUlle cerllllcate holder'ls an AOO\TJONAL INStIREO • .the pOl!lly{les) must be endorsed, A stmament
on thIs certlffcate does not confer rights to the .eljllieat. holder In I)eu of suCh endorsemenf( sJ.
, If SUBROGATION IS V\fAIVllD. subject to toe terms and conditions oflhe poliCY, cerlaln polloles ",ay
require an emlorsemenl A statement on this certificate does not oonfer rights 10 the eerlllloete
, 110140r In lieu of suCh endorsemanf(s),
Olsql..AlMER
The Certificate of Insurance on the reverse sIde ottllis form does not eonSlIWto a conlraOl between
the 1S$U1ng lneurar(s), authorized representatIVe or producer, and the oertiffc.la hOlder, nor dOe. It
affirmatively or negatIVely amend, extend or alter the ooverage afforded by 111 .. palletas Ilsted thereon,
,
;
! . t
I ' . ;
!
, i
••
09239 AG!!IfI'S COPY
11.62 1,173.13
, '
, , , ,
,"(elUDSO PRlVI!.RINON-PRIVl!R INfORMI\T)ON 1 . ..--
•
II II D
N II D 3 II N D
SOOU.S· •••• '., '.
MulU.Poiloy I).slomer
FInancial SlablnlV P_unl
• AnII·Lock BraTo!. DI .... ..,.
Antl.Tbeft De.!""
, """'Ident Fro.
, .
~cc FORGIVENESS ,
I.
: i
• ,I
,': "
, '."~" .~
Lons·Yeal'm customer
Multl·Cor
,l\Ir IlaO Drs""unt
Safe Driver Dtscount
AGENTS COPY
. ...... " ... .t ..
"1
I" , ,
, I ! . I
, ,
" j , , . ,
I
i , , ,
! : : , ..
, ,
, ,
, ,
, ,
. ,
. ,
.',
, ,
j
, !
,
.. )
R~tJuest for P~opoaal for Iilultl-space Parl<ing Moters.
tal> 3: Company Frofile
Found$clln 1997 as Oigifai PloneerTechnotogles, OPT has grown to bl;lOOmEI a recognized, lead~g
provider of automated payment solutlons to !he North American parking Industry, with a strong and
conslatentfocus on technology leadership, customer service, and the proVision oftotal business
solutions.
Digital Payment TeOl1nolQgies's speclfic business i!I designing, manufacturing, selling, and supporting
highly advanced Pay-ancl-Olsplay and/or Pay-by-Spaoa pay stallone for private and public parking
lots and streats.
OPT Is headquartered In Vancouver, British Columbia, Canada. The corporate c:ifIlce Is located at aao
-4260 Sflll Creek [jrtve, Burnaby, B.C •• V50 606. The prodUcUon faollljy (shipping and receiVIng) Is
located 0114105 GrandView. Highway, Burnaby, B.C., V5C 684. -
Telephone: 604·a88-19591604-790-o729
Fax: 604-887-4329
Web address: www.dlgi!alpay~h.eom
Harrll1/1tOn Resources. Inc •• dba P~RKER SystEMS
12938 Mallory Circle, SIIII$102
Orlando F,. 32828
Toll Free 1-888.:422-72'76
www.parkersvstemsp!aoe.egm
PARKeR SYSTEMS Is a well known. Widely respeoted parkll1g products dtstrlbution and consuRing
company. Establls1Wd In, the early 1990's to supplY \he parking meter needs of a small regional
markel, PARKER SYSTEMS has-rapidly grown and Ie now recognized as a leading suppnerfor
Digital Payment TS9bnofogfes "LUKE" and "Shelby" Parking Pay Stations.
Parker Systems Is oantrally located in Orlando, and provIdes on-511& sentica and support 10
customers \hroughOutlhe state of Florlda. We pride ourselvee on prOViding customers with high-
quality products and personal sarvtos. Our response tfme Is unequaled, wllh emergency requests
responded to Immediately. We wlIl work with you every step of the way to meke sure you reoelve the
produots, servtoas and support you need.
: '
Our client !lst Includes Cities (large and small). University Campuses, Stale Parks and Private .
Contractors. Our company's suocess Is tn large measure a direct niStilt of oUf strong eommltment
10 QUstomer servtoa exceRenoa, In $ddHlon to the Industry leedlng Diglfal Multi Space product line we
represent
DIgital Payment Technologies ~ Respollse tome Olty of Fort Lauderdale
i ..
i :
; , 1
:
.. . .
: .
, .
• I
:. :
; ...
· :
• I
· .
· :
Reqtleetfor Proposal for Multl.spa~ Parking Meters
Tab 4: Joint Venture
DPTwUl not buubmltling a Joint venture
DlgltalPaymentTechnologlO$ -Respons., to the City of ~ort t...ud ... dal~ 1
-j
·
,
•
· . •
· ,
",
· ,
• !
· .
, ,
I
,
,
· ,
Req~lJSt for Proposal for Multl..space Parking !\iele""
Tap 5: Disputes, Litigation and Defaults
OPT 00$ not been Involved In any disputes, litigation, and defaults.
Digital PaymentTechnOlogtes'" Re$ponse to t~" City of\"ort Lauderd'ale 8
I , .. ,
I
I
I I I h , ..
1 '"1 · . ,
: " . · . ,
, , .
, · . ,
" ,
, , , , .
. , ,
, '.
, .
..
, ,
• I
, .
• I
", ..
l' f
I • ! .,
! . I
i . j ..
! . ,
Ti1IP 6: Qu~lifications/Experience
\ ' \
Foundlld In 1997 as DIgItal PIoneer Technologies. OPT has grown to become a recognized, leading
provldei'"of automated payment solutions to the North AmerIcan parklng IndUStry, with a strong Md
oonslllfent focus on technology leadershIp, customer sBl"\llce, Md the provftslon of total buslnf'lS&
sOfUUOOll.
The company's speoillo buslness/s desgning, manufacturing, eallln90 and supportIng highly ,
advanced Pay-Md-Olsplay andfor Pay-by..spaoe pay stallons for private and publfc parldng lots and
streets. The original foundation of OPT's product lineup Is the Intalla-Pay pay station. OPT
Incorporated a number of Innovative features In these machines, Including Pay-"by-Phone Integration,
audit function, and smart card support. These Innovations have cemented OPT as a leader In the
development of parkIng management teohnologles.
, In 2004, OPT leveraged Its years of experience In desIgning and bUilding IIle off-~trest lotella-Pay pay
statton by Introdncing the I.UKE pay staUon for Ille on..street municipal market. LUKE takes the key
lieneflts of the rnlella-PaY-ease of use, security, and ftEIXlbility-and adds unmatched !echnfcal
capabilities, enhanced physIcal desIgn, and Improved flexlbillty and services. To data, LUKe Is
II1stat!ed on-street in Severel North Am6rican ailles Including Lauderdale, FL; Anchorage, AK; .
Chartolle, NC; Cbaltal1ooga, TN; Delray Beach, Fl; Fort Glendale, CA, Houston, TX; Mllwaukee, Wi;
Redwood City, CA; RIversIde, CA, Wesl Hollywood, CA; White Rock: BC: and White Plains, NY.
In'2005, SHeLBY was unveUed 10 packagE) the new lechnloal advancaments delivered by LUKE into
a rugged cabinet designed for off-street applloallons, The first SHELBY Installation took place at
Callforn\l;. State Unlverslt\l, long Beaoh, and InvolVed \he ciap'layment of 20 pey statIons provtdlng
new cepabllit1es lI1at Included hopper change support. Since fual time, over 500 StlELBY units have
been lnstaned thrOughollt North Amerlce, .. '.
SUpporting all oftl1ese OPT products has \)een thE! optional )'\Ieb-based EMS that proVIdes oIlants
with a nange of powerful appllcetions such as _time credIt berd prooasslng, online reportlng,
on901ng S)lSfem monllOliug and prcactlve alarmIng. Most reoently, OPT added \he OPT Web S<!lVlces
application to eMS to enable Integrallon with thlrd-parly technologies lila! inolude enforcement and
aqQOOunt!ng systems.
In 2006, OPT aohleved high profile Installations With several-major U.S. clUes inoludlng Its largast
InSlilllation to date wHh the CIty of Houston where 750 LUKE pay stallons .were deployed In the
doWntown core.
In APril2007, OPT delivered on It$ promise to provide Its cllentll With the hIghest lavels of credit card
data seourity In the Industry by successfuUy completing It$ securtty audit and achbving full
certification as a teve11 Service Provider under the PC! Data Securlt\l Standard
1h!to~/WWW·llQIl!f!oun1YStandards.b.m/). '
In APol.2009, om-began ehlpplng its latest version of the LUKe pay stalion to InQlude lI1e new
RAOIUS powetmanagement system. RADIUS reduces the power consumption of these electronIc
metefll by up to 75 percent sO \he meters can more effiolentiy operate with solar technology In low
light conditIons and stm be configured wIth all of lila lalest teclmological capablllUes.
D11l1ta1 Payment Technologies -Response to the City of Fort Lauderdale 9
,
; , !
! : !
,
, , .
i : : •
-! , , ,
• !
• •
· ,
· .
, .
· .
. . . ! ; 1
• l' ,
1
• •
• I
· .
· I
Request for Proposal for Ml!lu.space Parking !)Ieters
Tap V: staff
Tile fclloViing key OPT personnel will assist the City with the Implementation of Its mulU-spacs parking
metem:
Andraw Scpu -Chief executIve Officer rosO)
Andrew scott has been CEO of DIgital Payment Teclinologles (OPT) sines 2005. prtor to joining OPT.
Andrew spent most of Ills career in the world of corporate finance In roles that encompasSed regtonal
Ileed of Ilweatment bankIng at clac Wood Gundy. foSowed by severei years In finance, me/gers and
acqulsillons with The Loewen Group, one of North Amer1oa'$ fastest growing conSOlidators. Most
recently, Andrew was involved In oonsulting, adviSing, managing and Invastlng In small-to medium-
slz"c/ companlea. .
Andrew Is a flexible business genereUst woo enjoys tile ohallenge of day-to-day deolslon-mal<fng
White always keeplng an eye focused on the companY's long-term d/reo\lon .
chris Chetlls -Senio~ Vice President, Sall/s
ChrIs Chettle holds lit Bachelor of commerce Degree, Marketing MaJorfrom the Unlverstty of IItitish
Columbia, Canada, and has more than 20 years experience In salea, buslneas development,
marketing, and management. Upon graduating, Chris joIned Nexus DIsplay Systems Corp. as the
company's first U.s. Aoollunt executive and was eventually promoted to Director of Salea when U.S.
salea reached over 90 percent of tile company's total revenues. In 1999, he lolned TVC Canada, a
naUonal communloallons die\rlbutor, and held several sanlor msnagement positions that Included
National Salea Manager during a tIme when tha company generated over $48 million annually.
Chris jolned DPT In April 2004 to d$velop oprs Project Management aAc! CUsfo!l1er Servtce teams.
Ha took a lead role Tn overseeing the flrstlns!aliatlons of the LUKe pay statton and the company's
fltst Installation In Mexico. In 2006, CMs became VIce President Marketing and oversaw all of OPT's
marketing acUvlUes Including produot management, slrafegfo partnerships, marketing materiels,
trades ~howa, advertlslng, and Internatlona! research. In AUgust 2009, Chris took on the role of
SenIor Vlpe Prealdent. Sales managing all of oprs sales operations and reseUer ohannels. , ,
Tommy Krnmail-Director, Client SElrvlces . . '. .
Tommy KInsman holds a eachelors Deglea In Ele,wonle Systems from Aberlay University, Scotland.
He worked with the NCR financial Soluttons Group and WorldWIde Customer Servlce~ Division In
Dundee, Sootland, for eight years. WIlHe at /<lOR. Tommy gained slgnifioant experience In .
manUfaOlurillg and teat systems before moving Into a Product Manager and Consultant role fooused
on servlce delivery. Tommy In Six SIgma Glean Se1twho used hIs prooeas Improvement skills and
service dellvGty knowledge to save NCR almost U$$20 mlmon. .
Tommy oversaea thl1! day·to-day operallons of OPT's Project Managementand Customer Sel'\llce
teams and Is also aoflve!y lnyolved III managing large-scale deploymen1s of OPT "quipment and the
shaping of Internal quality processes.
Miklla.iI Morokhovlc:h -RegionI!' Account ExecuUv~
IVilkhaU lIOorokhovich holda a· ~achelors 4agree In Efeotrfoal engineering from UnIversIty of Alberta •
H& has \/iori<ed eJ.(lenslvaly In telecommunloalions arena before JoInIng O~T In 2005.
He bas worked wllh CIty of Fort Lauderdale for !he pas! 4 years, and enjOys spendfng time away from
home In !hE! warm weatller of City of Fort Lauderdale.
Dlglla\Paymol)tTao11l1ologies-Reilponse to the City 01 Fori Lauderdalo 10
I . ,
i . l
I .,. "t
i : t
I • ,
, !
. ;
· . ,
, ' , ,
· ,
','
· ,
'. ,
, ,
· ;
, .. i ' •
, ,
, . ,
: . i
! . i
. ' . ..
Reqlnlllt for Proposal for .Mulu.spac~ Parklng fII.t~rs
Allan Muir -Projeet Manager
Allan Muir graduated wlth an adVancad $lending in the electronics engIneering co-op progrerrrfrom
Sheridan College, Ontario. Allan worked for both Panasonle Canada and the Bank Of Montreal during
his co-op assignments by applying his knowledge In a mnge of areas that fnoludecflhe rebuilding 6f .
high volume network servers.
Upon graduat!!lg, Allan moved to.BrRi$h Columbia and joined the OPT team In APril 2005. Wolillng as
III manufacturing associate I'orjust over a year, Allan galned III vast knowledge Ofour produots. Since
his promoilon to projem management In 2006, AHan has managed mulUple projects across North
America. Including the deployment of SHELBY units at the UnIversity of Central Florida.
•• ~.. Parker Syatems persol)n.el for this project:
Lyndl). Harfi,ngton, Sales alld Marketing Manager
Orlando. Florida
Lynda has 15 years experience in the parking IndUstry with on.atreet and off slreetsystems.
EXpetience Includes $ln9lt~ epace and muttl space sales, systems Integrellon. service and project
management
Parker Harrington. OP,eratlons J!.'ll!Inager
Orlando. Florida
Plilrker has 20 years sales and servIce experIence tn the parking Industry. EXperIence Inclullea on
slreeland off street operations for both single space and mtiltl-Gpace equipment and revenue control
system",. .
Jeff Harrington. Business O'eV'elopmept Manager
Orlando, Florida
Jeff has 4 years experlence In the parking Indusby tn the area of sales, project management. and
oustomer support.
Jose S!I!!ff¢. Tech Sup'port and Sel'Vlce
Miami. Florida
Jose has fifteen years experience in ille areas of parking management and technical systems
support.
Jef Taylor, r\,-s~ems S,lipport and Service
I)bfand,l'(olida
Jef has four years experiance In the area of parkIng sy$lems Instellatlon. (lustomer support, It
management and networking.
DI911!!1 Payment Teohnofogiea -Rl>aponss to tbll Olty of Fort Lnudetdale 11
, . ,
I . , ..
!
: • I
I ' ;
, .
.. ,
.' .
· ,
, , .
· , · ,
'i • :
, I
: . :
. " . . . .
Requestfor Proposal for MulU-Space Parking Meters
Tab 8: Technica) Approach
Dlgltai PaymEmt TechnologIes Corp. (OPT) Is pleased to propose the LUKE pay station to addresS the
Qlty of FOIt Lauderdale's Request for Proposel (RFP) for mufti,space parking meters. In preparing this
submission, OPT has providad the Clty'wlth a solution and level of support that will establish It as
another flagship installation for the LUKE pay Illation.
LUKE Is cUlTenlly deployad 1hroughout North America In major cities, unlv~Hles, and parking
operstors. Some ofihe clUes thet have selected LUKE as-therr preferred OfIOlce Include F.ort
Lauderdale (You), Chattanooga, Ch$riotte, Fort Lauderdale (you), Houlllcn, Mllwaukea, and White
Plalns. LUKE'fs easy to use, has an attractive design, a full color screen, a range of online services,
lntegrallon capabnlUes With 1hlrd.party technologies, and the highest levels of data security In the
Industry.
Our proposal Includes alllnstaUaUon, ttalnlng, support, anci equipment for 52 eleclronic meters.
Options have arsa been quoted to provide connectivity to all units through our Enterprfs\')
Management System (EMS) that delivers real·tlm\') cradU card procesSing, monitoring, alarming, and
reporting.
LUKe will meet the business and functional objectiVes of the City by deUvering the foUowlng benefits:
Improved Management Information
LUKE provides comprehensive fnfOlTnation and reports for enhanoed management of your parking
operations, I.U~E OOIlImunlcales wlth DPT's EMS, whloh meens the City will benefit from real-lime
credit card precessing. real·lime eccess to fnformalfon on all of Its pay Illations, an abiUty to update
ralee and receipt headers/footers 011 each pay station remalely, and the oapabUily to receIve
proactive notlflcaHon of Issues 1hat Ino/ude low paper, low vortage, and atlemptGd vandalism.
Increased Pay'ment FJexfbfllty
In adelltton to aocapting 00108, credit cards and bills, LUKE can be configured to acoayt coupons';· .....
Issue rec;;>lp~unlcata wHh other nprr·~ payment systems that Inolud.es Campus cards,
ceJl.p~?"eS, Pal\)~~~rt, and POM-enabfed smart cards. 1....._... .., .
Improved Security ,.-
LUKE provides advancecl physical and data securRy. For physical secUrlly, LUKE'" oabinet desIgn Is
made from 12 gauge cold rol/ed steel ors!aInress steel with no pry points and six sepal'llia locking
polnls to minlmil:a theft and vandalism. LUKE rs also ane of 1he feW produots in the parking indUStry
to be vaUdated by a Ihfrd·parly auditor to ensure It meets the strict deta security guldennes as lard
down by the payment Card Industry (PCI) Data security Standard. Conflrmatlon of our f>CI slatus
may be ibund on Visa's Web site at .
h!!p;llusayrsa.6gmfmeronantslrlsk mBnagementlclsp.h!mr?i!;:searehQylckllnts.
{mproyed Po'w~r Perfonnan~ ..
OPT's moll! recent Innovaflon-AAOrUs-is a complete re-deslgn ofth&LUKE pay station's power
management system. The two~ear englneerlng project revlewad and re-desrgnad almost every .
component oflbe LUKE pay station to reduce power consumpUon by over 75 percent This slgn.if!cant
power reduotlon allows for greeter periOlTnaTJCe, tower maintenance, and broader locatIon flexibility In
soIar-poWerad on-street parking operations. .
In addition to the power redUctions, RADIUS unIts operate In a wide temperature and humidity range,
They al$O bave mol'll sensors-two tl!)mperature sensors, one humIdity sensor, two current sen$Ofs,
and one voltage sensor -to provfde oparsfDrs with grealer Insight infi:l the operatton of the LUKE
units. .
DlgIW PaylII$Qt Teohnologrss-Respon .... to 111" City of Fort Lauderdale, 12
! • 1 , ,
! : I ;
l' !
I :
... ,
.
.
· .
, .
· ,
· ,
• I
; : j : ..
I
•
•
,
:
,
.
,
'4' l'
· ,
· E · ,
· .
....• \
.1;
"~.
Request for Propm1al for Multl.Space Parking Meters
Technology Platforms
LUKE and J:MS are designed with wchnology platforms that cen prepare the Ony to mest these
requIrements ll1 a number Ilfway$. These tnclude:
• rntegratlOIl w.1tb leadAlllI en'f~1)ient ~a",dh&lcI systems -The releasa of OPT Web Servlces
tn 20071& now resulting tn even. more third-party .support as complementary technology
manufaolurers such as handheld enlbroement vendore wlrelessly .colleo! Pay-by..gpa~ dala Itol'll
the. OPT pay stallons. THesa enforcement vendors Inofude Complus Oaw Innovations, Ounool1·
I Solulions, ParkTrak. and T2 Systems. :.. .
• 1.:OIlg.t.er.m·cfata securIty -The.PCI Oala Securl!y standard Is very high and DPT was the first
multl-space vendor and Is ourrently one of three that had Us equrpmenttllird-party validated to
meetthe PA-OSS Stand~fd for credit oord-enabled units. OPT's level one server provider and PA-
OSS Third party valIdat10n is a cleer Indlca\lon of its commitment to seourlng ll1e public's
confldantral data and protecting the reputatlon of operators like the City of Fort Lauderdale •
" Third-party t()C~n'oJogy support -OPT has proven support w~h the widest range of third-party
teohnologles that Include Pay-by-Phone, oampus cards, oredit card processors, and smart oords. .
lI{siJally Pleasing Design
LUKE deliVers Ii! visually PleasIng design and exteJiorflnlsh that will enhanoe the Cit)"a $traetscape.
The theme for LUKE's mechanloel design Is "retro·lnspired, IlOnlempOrary,' The resUlt Is a look whioh
1$ instantly recognizable as parking relaled. but WIth ali the capablfltles required for modem, on-6lreet
park1ng InclUding a full numerIc keypad and a standard full color640 x 480 resolution screen.
Future C!Jj?abilities
WhUEi'LUKE cen address most of the Cily'slmmedlate requirements, ne# requirements are likely to
erlse over Ilme, such as fntegrallng with $pacG sensor teclmologles or building additional revenues
Ih~gh advertlslfllj on the full color screen. .
The CIty's Investment In technology will be 'for a number of years so n will be Important to select a
vendor whloh bas proven Its abilHy to adapt to new requirements as these arise.
Cost·Effective EqUipment MaIntenance
=asy aooess and minImal tools required mean low downllme and low overall cost of ownership.
Comprehensive (nstsllat/on, Treillrng, and ~upport
OPTw111 meet at! of the CIty's requirements for rnstalfalion and fralnlng. DPT will work WIth local
dlsll1butors to .provlde Iooolinsialiallon, trafnlng, parts, and warranty service. If OPT Is seleoted fOr this
contract, .' . '.
In addition to the installatIon, Ilalolng, and warranty eervloe, OPTwm offer toll free .. 2417 oustomer
support to provide the CIty with !he best servIce offering tn the Industl)l.
OPT has a rapIdly grOWlng client base that Includes allies, unlversWes, parks and recreation fiicilltlss,
transportallon faOllitfes, and private parklng operators. In addItion to our reputation as II dependal1lE>,
reliable developer of superior teohnolo~lY. OPT also prides Itself 10 lis customer seMee. We
encourage !he CUy to co,ntactthe refllTences contaIned In our proposaL These referenoe$ will provide
further evIdence of OPT's commitment 10 product quaUty, teohnlcal advancement, and superior
. ouatomar servlce. .
Com~onent Q:verview
The LUKE pay slation debuted in 2004 and 1$ built upon the success and experlenoe'salned from the
lntalla-i"ay pay stallons deployed thtoQghout North America for the last 12 years. LUKe takes the key
beneflfS of the lotella-Pay. thatloolude eaee of use, securl!y and fftIXlblllty, end adde ummrtched
teChnical cepebllllfes and Improved flaKlbmty, services, and features. LUKE cUanw Include the City of
DIgital Payment TechnologIes -Response to ilte City of.Fort LllUdei'i1ale 13
I ..
I ..
j ..
f • ,
."\ ,
..I
. ,
. ,.
••
. ,
. ,
I : I . ,
I I ..
i
RequG$tfor Propos~l for Multl.epa~ .!'mlng Mewl'$
Charlotte. NC; Ci\y'ofl'ort Lauderdale. Fl.; Clly of Glendale. CA; CIty of Houston, TX; Clly of
MiI~aukee, WI; Redwood City. CA; City of Riyerside, CA; City cfWes! HoUywood, CA; City 'ofWhite
Plams, NY; City of WIllie Rook, I3C; and the University of CaUtilmia, Santa Barbara.
· Key oomponents of11le LUKE system Include:
• The LUKE pay statlDn
• BaokOffice Support System (BOSS)
• EMS online management system
Each of thG$e components will be Mefly discusSed. Additional details can be found In the product
brochures Contained In the appendices.
LUKE Pay StatIon
L\JKE delivers a visually pleasing design and exterior tintah that wlll enhance the CIty's urban
landscape. Some of file outstanding features and benefits of the pay stellon Include:
• InstantlY reOO9nlzable
• ivlultningual support
• Multiple payment melhods: colo. bHl, credit cards. smart card", cell phone. coupons
• Support for both Pay-and-P!splay end Pay-by·Space
• CoIO~ sareen to deliver lnformaUon se!Vlces such as locet maps. spoolal evenls, and advertlstng
• Ease of ocllecllon
• Comprehensive management reports
• Mo.dulardselgn allows for quick and easy maintenance, upgrades, and component replacement
• Robust cabinet design to support the nlshast levels of physical security
• PCI-yatlds!ed credit card data security
More qetfl1l1s on the LUKE pay steUon can be foUnd wllhln the RFP technical responses. Appendix A
-LUKE l3ro,c:\1llie also contains a broohure wffh addll1onallnformaUon about11le pay sta!1on. . .
SOSS M.aJ1ag&m~Qt l?cftw;tr!l •
Ali pay steffens In Ilte field are supported by best-ln-class 130SS. The BOSS software will allow the
City to:
• Create multiple rate $Irumures (hourly. dally. Incremental. blended, spoola! events)
• Create space-specifio rates
• Update rates, confi~uration settings, and t1cket headers anel f!loters remotely
.• Customize prompts In mutfiple IangullSes ,.
• Generate Industry-leading reports for operations and acboonUng dep<Uiments remotely and in
real-tIme
Refer to A()pendIX S w BOSS for a dasctiptlon of features and funotlonallttes.
sMS
To (everage tile poWer of fIle!.UKE tedhnology to deliver advanced Web-pas",d real-time
applications, OPT (s pleased to Include EMS. EMS ta alllniemet-based portal that facilitates the
networking of all pay s!allons so !hat tile City CIlln manage H$ parking operallons In real·tlme from any
Intemef:.enabled computer. The EMS Server Is located ofltslta and 1$ aocasslbla tbrough !he Internet
DIgital PaymentT •• hno!ogles -Response to tile City of Fort 1.aud~rda1& 14
"i
!
1'1 , ! , .
r : ! ! , , · , , .
· f' : : .
· i,
i i .
• • 1
, I
• •
, .
, '
, .
, .
· •
;
· · •
I ,
,
,
,
" •
Request for Ptoposal for Multl-8pacG Parldng i\'leter&
from anywhere that an Internet browser Is InsteUed (computer. Internet Cafe, BlaoRBerry. Whone.
Palm PlIot, and other mobU@d$Vlces),
Hl9hlfghl~ oftlle'EI\'IS solul1on Include:
• Reat-lime credit card processing
• Real-time reporting'
• Rea~llme tntellisant dispatohlng to any Web-enabled device (compUler, FDA), cell phone, and
pager
• Add time oepablIIty In a Pay-by-Spaoe environment , ,
• DPTW(ll:> Setvloe~ for tIlfrd.partY technology IntegraUon {that is, enforcement handheld deVloes
and accountIng systems}
'.Tof/ether, these components offer the most powerfUl multl-spaoe parking solution In the Industry,
Refer to Appendix C -EMS Brochul'& for an ovetvlew ofthe EMS funotlonalltles,
;
Dlglfal Payment TechnologlS$ -ReepOhOe !I> the City of Fon '-"tId.relale 15
r I . !
!. . :
I
I " I . I ..
J .•
I ';
i •. , ..
l ' I
I'
. , . ,
; • I
! I
, ,
..
, ..
' ..
'.'
· . ,
: \ J
"1' !
: • j
I , . ,
l ;
;: ! ! . I · ..
i : · .. •
Reqqest for !'ropoaal for MuttloSpace !,arklngMeter&
Tab 9: M.j!esto~1 peliverables ~nd Proposed Benchmark Timetable
~r~~~~~;1~~~~1~~5~~~~:~~:~§der:Rvery. most notably quantlty. over three phases. The
The delivery SIl!1edule for any
fur\l\er <lualllttIE1S eire confirmed •
Immedlately
following
awardIng of
contract
4 weeks for
ZlIlQ-COaIed
Oold Rolllld .
steel, 14 weeks
for Stelnfess '.
Steel, '
3 weeks
(concul11i1nt witl1
manUfacturing of
the pay slaUons)
One week
Two to Three
weeks.
PROJECT PI'IEPARATION ACTtYlTIES. Projeot Manager Is
assigned to work with the City. Initial activlttes would Include:
• Gather contact Information for aU indMdUa/s who will be
Involved in the Installation and traIning.
• C::OoldlnatEl all site preparation activities with the reseller
responslble for Installation of pay stations.
• Provlda City with forms for establishing merohant aooount
Information required for reaHlme medit card processing.
(ALREADY DONE)
• Facilitate teeung and implementalion of any I'letworll
connectivity that may ba part of the proposed solution.
(ALReADY DONE)
• Work with tM Clly to deploy effective slgnage to assist the
parker with under&tandlng and using the new perking meter
system. '
• Aseist the 01ty wIth developing and implementtng an effective
pullno relations strategy to ensure sucoessful completion of the
proJeot
• Offer Ille Cily guidance In creating a Web site that provides
InformatIon on the new pert<ing meier system and a Q&.A
sec:IIon to engag;; the public on the progress of the project and.
gauge public feedback.
MANUFACTURING OF PA.,. STATlO~S (incorporates lead time
required to handle potenlfal manufacturing backorders}.
SITS P.~Fj:>AFlATION. ThIs preparation would Include the
Instalfetion of any required concreta pads. pOWer, networldng
Infrastructure, and bolts corresponding to the !.UKE mounting
pattern as wet! as slgnag;;.
SHlPjVllaIT ANI' DEl.IVER\' OF PAY STATIONS
JNs1'AL~"ION AND TESTING OF PAY STATIONS
£l)gltal Payment Technologies -RGt;ponse to the City of Port LGuder<!ale 16
,.
I . :
!
I . ,
I : 1 • : ...
. ' ,
, . ,
I!
•• Y',"
, ,
. ,
. ;
: . :
-:f ..
t • :
.. ;
RequestforFroposal for M~lll..spaee Parldng Meters
days
(concurrent with
Installation and
tesHng)
tRAINING. OurlAglralntng. the outline of key activitieS will inelude:
Software RevIew
• Installing software
• Sacklng up data
• RevIew BOSS menu structure
• Setup ,
• User access proflles
• Configuration/Payment setup
• Machine setup
• Pay-and-Pisplay
• Ra!esatup
• Reporting
• Transaction reports
• EMS
~ ReviewIng EMS features
• Acoesslng the appncatl~n
~ Setting up users and noliUcajlons
• Entering service mode
• Reports at the pay sflltlon
* BOSS Oata Kt;y operation
• Enforcement
• . loading new rates
• Obtaining fransactlon data
Hardware Review
• Keys and locks
• Keypad
~ • Coin acceptor
i Powering
• 802.11 big or GSMlGPRS wireless connec6vity
• Printer
• Operetlons
• Collecting money
• Malnlanance
• Ohanging paper
DIgItal Paym&ntTsCllnologlos -Rosponse to thi; City of l"ort Lauderdale 17
,
I
, ' I
, I
~ : ~
, ,
· . , '
, .
: ,
, ,
• •
, I
· ,
, ,
, ' ,
. , ,
: • I
"i . )
; • I
;
-, ,
, ,
Req~est for Proposal fot Multl.spac$l'arldng l)i~r ..
Fourwaeks
Ongoing
• Cleanlng coin aoceptor
•. Cleanlng otedlt card reader
POST·I!IISTALI.ATION REVIEW, Following tralning, the eselgned
DP:r Projellt Manager wi!! remain the key point person With the City
for e period of at least one month Ie ensure all operations are
runnIng smoothly, '
Onca the City Is confident It call opera\$ the system e!feot\vely on
Its own within the 1Imt month, the Project Managarwlll hand the
project over Ie OPT's Customer Servlcateam.
With lI1is projeot tlmellne in place. the limeframeli'om awarding the contract to having '14 Pal'..and.,
O,lsplay parKIng meters installed and operational during Pha$l11 of the proJect woilld be
approxImately 6 weeks or faster from the start of contract negotiations for Cold Rolled Steel, and 16
weeks or faster for Stainless Steel
DigItal Payment1ecbnologlss ~ Response tl tile City of Fert Lauderdale 18
4
I . ,
I . I I ' J f : :
!
: • t , . I
, ..
· . · ; :
• I
· ,
• ~ 1
· ,
· ,
...
· ,
· ,
1
· l
,
· ,
.. ;
:
J
TE!b 10; FJ'1ancial Docurn~ntation
OPT I1as provided the neoess~1Y financial statements to the City; and Wln bIii glad to do so ~aln ones
It is agread that the Information Is strietiy confidential.
Digital Payment Tecbnologle$ -ResPOI\$$ to lila CIty of Folt l.al!Clcrdale 19
, ,
, ,
: :
. ,
.,;
, ,
. ,
: !
, , .
. .
, ,
, i
: • I,
'"i • ,
; .. I
. , !
, ' .. :
, -I
Requpst for Proposal for MultloSpaoa ParkIng Meters
T,~p 11: qUem R~fetences
Municipalities and State Entitles
City of Houston, 1X
LHiana L Ram/]o, CAPP
Instaflati(1n Date: S!1ptember 2006
Tel: 713-863-8276
Fax: 713-853·8913
Type of Pay SIation: LUKI:, ~oler·powered end $ome Ao-powered
NumlJer of Pay stations: 750
Payment Options: Cllldlt cards, bills, C¢ns
Conneo(1on Type: 802.11g WN"i network
EMS Services: Reporting, real-time credit oard prooesslng, remote updates
OPT was awarded II Ihree-ysar contraot by Affiliated Computer Servloell, Ino. (AC$) to supply 750
LUKE pay stetlons for deployment throughout the City of Houston, lX, In September 2006. There Is
an opllol) to 'supply a furt11er 750 LUKEs IJefore tile end oftl1e contract to make up iii cfly-wlde total of
1,500 stations.
This prpJeot also represents the first muntolpal parking m\'lter system tn the U.S. that does no! rely on
a oelluter network, but i1stead oommunicates exclusively usIng a dedlcated,802.11b/g Wi-Ff network.
The Oily of Houston Will evaluate the performance of this WI-A system to determine Ifltcan be
expanded to a\lJlIst public safety and public servIce employees to improve the accuracy and '
Umellness of their duties.
At the oonctuston of the tlial, the LUKE! pay stalIon was rated tl1e highest by both oily ofIiclafsand the
pubDo.
"., .
Houston's LUt<E eoTar..poWeted on-slreetpay stetions accept credit cards, paper ourrency, ooins, and
Paj-by·Phol,le. The pay stations alSo offer on-soreen payment lnstructlons In multlple languages, as
well as remote bao~Gnd system management through OPT's lnlarnet-based EMS. EMS enables Clty
,of Houston offIolals to remotely update all pay staffons, In real-time, with new rate and configuration
Informatlon •
The successful aWardlng ofthe oontract caps a IWo'o/earevaluation period by the OIly'Of Houston to
investigate general aystem Integrators, oll-street pay stetton manufacturers, and WH'j natwoli<
suppliers for Its Qn-etreet parking system.
city 'CIf ~/e.ildaie, ~
-: Tad DC-mbfr>IIk1, Parking Managqr Tel: 818·54~960
Ins/a1/afJon Date: OoWber 2008
7}pe of Pay station: LUKE:, Ac..powered
Number of Pay stafJons: 75
Payment Options: Credit cards, oolns
Connec!lon Type: GSM
Fax: 818409-7027
EMS Servlaes: R@ai-tlnie remote updates. real-time credit oard proceSSing, real-time reporting
oJgiIat Pay~ni:'reQhnolottfes -Response to the Cfty of For! l.auderdale 20
, ,
. l
••
, ,
, ,
, ,
. ,
, .
, .
..
, .
, ,
, .
i " J.
! , , . . , ,
,
" .
Reqllest fOr Proposal fot Multi-Space ParkIns !Weters ~--~~----~----~~-----------------------
OPT was aWarded a threa-year oontract to supplll the CIty of Glendale, With up to 76 LUKE pay
stations In August 2006. Within two months, the units were deployed an Brand Boulevard and
throughout the downtown area for both on-end off!.street ImptementaUon. '
Glendale's LUKe AC-powered on-slreel pay stallons accept credit cards al'ld coins. The pay stations
also offel' on-screen payment Instructions as well as ramote back-end system management through
OPT's Intemst-based EMS, EMS enables City officl;ils to remotely update all pay stations, In real-
time, wltb new rate and configuration Inf0mation, and also faoliHates reelo-tlme creellt card processing
and reporting.
Phase 1 of !he Clty'e project was Implemented along several blooks of Brand Boulevard to assIst in
the overall managamentof parking end traffio !low. Prlcr to the installation of the OPT parking meters,
there had been no pay palting on Brand for mora than 30 years. As part 01' its Mobffity Plan, !he City
wal1led to Increase avalfable ocoupancy on Brand Boulevard by lmplamentlng pay paminsllJhlle
enc:ouraglng patrons to taka advantage or the off-street garages In the' area by offering 90 minutes of
frea parking. AlmOst ImmedIately after the launch of the proJect, !he Oity showed that parking levefs
on 13rand had normaJ1zad close to the optimal occupancy of 85 percent and the parking meters
provided a strong revenue source. '
CltyofWestHoOyw'uocf, CA
8300 S8f/ta Monica Blvd
W6Sf Hollywood, CA, 90069-4314
Jack/e Rocco, Palf{1ng Operatfons Manager
Rod Marquez, ASSistant to til" Parking Manager
Long Thu, Manager of. Parking Operations & Colleotions
InstelflllJon Dafe: 2003
Type of Pay Stall on: LUKIE and SHELBY, solar-powered
Numbllrof Pay stations: 13
payment Options: Credit cards, c:olns
Coimeotlon Type:' GSM
Tel: 323-848-6426
Tel: 323-848-6400
Tef: 323-848-6830
EMS Sfilrv/~9S: Pay-by-Phone, real-tlm@ credit card prooessfflg, add time at .any pay alation
In early 2005, the City ofWeat Hollywood and OPT trnplemented nine LUKE pay slatlons during an
on-slrea! Inal evaluation, M the end ofthe trial !he City of Was! Hollywood released an Rf'P calling
for the pur<1ha$e of additional pay stalfons to replace all lis axlstlng single-head metsrs with multi-
space technology. The $olar-powered pay stations are fully conflgurad to accept payment In coIn and
credft cards with ~eat-tlme online authorization, as well ea an Integrated call phone payment aystam.
This parking application nowallol/is parkers to pay for and add time to any space from any pay
stalton. After all RFP responses ware evaluated, OPTWIIs selacl&d along with two olhervendo!S for
oral presentations, by a neulral evaluation committee. DPTwes ofIJcl~ awarded the contraot and Is
currenll)l'rolling out additional maohlnes fot on-straet end ofi-s!reet applications. .
Redwood ~ity, CA
Dan Zaok, Downtown Development Coordinator
Instal/at/em D4'ite: 2007
Type of Pay stallon: WK£!, sDler-powered
Number of Pay Stations: 42
Payment Options: Credit cerds. coins, bills
Tel: 86().78()-7383
Fax: 68()'78().'(J128
. DIgItal PaymentTechnologles -~pon.eto tho City of Fort La\ld.i<!al6 21
, ,
t . ~
i I I . ,
, ,
! I
. ,
r :
, ,
, ,
, ,
-; • !
. ,
; !
: • J
. ' ,
. ,
Requestfor Proposal for Multi.Space Parking Me!snl
Connsof/oa Type: Wi-FI MetroMesh network
EMS ServlcIIII: Reef·tlme oredlt oard precessing, rea/-time remote updates, Pil:rby-Phone. add time
at any pay station .
OPT was seleeted by Red'WooQ City, California, to supply 42 Wl-Ff.based pay elations for the City's
downtown core. The LUKE pay station was chosen to provlde olty parkers willi a range of payment
options and convenient)" While helping to faoilltate the ImplemenlaUon of Or. Donald Shoup's
revo/utfol)alY plan for urban revltaflZat!on. Or. Shoup is a professor of urban planning at the UnIversity
of Cab1'ornla. los Angeles (UCLA) and author of the book The High Cost of Free Parking.
"In Redwood CIty, we Ilave a ohallenge," says Redwood Cily's downtown deYeJopmant coDrdinator,
Den Zack. "We haVe a downtown cors that suffers from gridlock as pec>pIe circle the area looking for
available on-strest parl<lng. The Irony Is that there are elaBs sitting empty only blocks _y."
Redwood City's LUKE on-street pay stations are connected to OPT's EMS vla a Wl·Fi liIIetroMesli
network. This Wf..F1 oonnec!!vlty enables the City to offer new capabUitiss such sa real-time credIt
card euthol'i2atlon, Pay-by-Phone integralfon, and lila ability to add time at any pay station. '
"They're aU connected and share informatlon wltl't each other," notes lack,
OPT's EMS provides Redwood City with the ability to closely monitor vacanoy rates and ensure that
parlling availability Is maintained at an optimum level. If rate changes are reqUired, updates to at! of
the pay elaUons may be made Immediately via the 'Internet.
City of IVIllwaukee, Wi
Cindy DeAngelos, Parl<lng Finance Manager
Paul /{/sJbOr, ParklnlJ Operations Manager
Insta/latfl:>n Date: Juna 2007
Type of Pay S/RJIfI:>n: WKI; Ac-powered
NumberofPaySfatlons; 175
Payment Options: Credit osrds, coins
Oonnect1oJl Type: GSM
,Tel: 414-28IJ.2404
Tel: 414-286-$271
EMs Setvloss: ReaJ..time or edit card preossl1ing, rel/Mlma dale ltit~glliltion
The City of Milwaukee has InSlalled over 100 LUKE pay stations In Its downtown corridor and recently
placed an order for an addiUonal75 It,.lKE pay slallons. 'The LUKE meters will anew users to pay
with coins, debit, and credit cards authorized In real-time. and their networking oepabhlty wlll allow
parkers to pay at any LUKE meIer. The City IntendS to take advantage of the luI! colored screen to
proVide the public useful Information on cumant events In the area."
Milwaukee's pay etatrons are connected to an enterprise version of OPT's EMS, the onlfne
management system thaI delivers a range of rea~tlme servlces that is hosted by the oIty Iwelt The
first of its Wnd In the Industry, tile enterprise server option aUows the city to maintain Ughter control
OVer Its data. .
Milwaukee intends 10 develop $fweraJ new applications In·house using DPT Web servloss. an
appllcatlon that enables real-time exchange of data /lelWeen EMS and third-party technologies. This
data exchange will a$slst In aress such as enforcement and maintananoe.
Dlgllal payment Technologies -Resp~ to \be City of Fort Lauderdale 22
. ,
: I
; • j · . , , , I ; . , '
•• ,
I .
1 : i
.J , ,
, ,
, ..
, !
. , .
· ,
, .
· ,
; i
I
.., ,
,
!
I ! ,
, •
'i'i,
Ch(tttfi"o'/)g(t )lrea RegIonal T«tnsit Authority (CARTA)
Kirk Shore ' Tel; 423-413-4385
, InstallatIon Date: 20Q6
TYPfl of Pay station: WKE and SHE:LBY
Numb&r of Pay stations: 43
. Payment Optfons: credit oards, ooins, bills
Connection Type: CDMA
E:MS Servfoes: Online credit oard' processing, repolflng,
CARTA chose OPT after an extensiVe RFP process in early 200a. The rolloul oalled for ofi'.,street and
Oil-street pay st~tlon$ spread throughout the CIty utllfzing Pay.by-Space and Pay-and-Display modes.
As of September 2001, CARTA has daployed 29 on-street and 14 off-street pay staUons and Is
oonstantly adding more at a·rate ofslx avery few months. CA('l,TA appreCIates the abilItY to
consolidate all ils parking operations under one system and has drastically reduosd Its operational
overhead. ' .
City of White Plains, NY
John Larson, AssocIate Director
Instlll/ation Date: 200412005
Typo I)f Pay Slatlon: LUKE:, AC--powerod
Number of Pay Stations: 103
Payment Options: Crodlt carris, oolns, Mfr;, change dispenssr
Connection Type: Hardwirod ADSL
Tel: 914-422-1232 ext. 2401
Fax: 914-422-1274
eMS serVices: Real-time repQlflng, rea/·tlme remple oonfIguratlon, roaM/ma orodit caid processing,
rotM-tlma monitoring end alarming, Pa.!"by-Phone, Web Services
After carefUl review of allliFP presentallcns and an evaluation of OPT's strengths, White PlaIns
awarded tl1e'contract to DPT in November 2004 for the deployment of the LUKE pay statil)n.
White Plains has II) date purchasecl and Installed 103 LUKE. ~y statIons throughout the city that
aooeptooins, bills, credit cards, and dispense ohange. In 2007, lll,e Oily Installed an aCf!lltlonal50
LUKE pay stations and In 2006 an additional 10. White Plafns also utIlizlis the remote EMS system to
provide real-time reporting and remota Qonfl9urallon, real-time credit card processing and real-time
monltortng and alarming throUgh a hardWired AOSL networK connection.
CityofWhlteRock, VihfteRQr:«, se
MetthGW Green, Pay Parking Manager . Tel: .604-541-2284
fn6~lIation Date; 2C04J2005
Type of Pay SIation: LUKE, AG-end solar.power$d
Numb~( of Fay staffons; 37
Payment Optf(Jns: Crodlt card's, oolns
Connection Type: ODMA .
eMS Services: Real-time credit card proceseFng, add time a/any pays/abon, Pay-by·PhpI16
OPT was awarded the Whlte Rilek oonlraot aller all RFP. process involving the City ofWhlle Rock
and the oonsultlng ann of Kf'MG. OPT began Installation of the fIn;t of fiVe phases In November 2004.
DigItal Payment Technoiogles -Response!u!he City Of Fort Laucie~ale
-'!
• • ,
i •
1 : 1
• !
, ,
: I
r !
· .
· ,
· ,
· i
; · •
\
· ,
, .
, ..
• j
Requ~at for Proposal forMulll-Spaca Parking M~!&rs
The toWllmp!ementation Involved 37 LUKE pay etatlons configured in a Pay-by.spaoo mode to
acoept coins and credit cards. Nine oftlie units are AO powered and 28 are solar powered. AU of the
. units are connected wlrelessly via COMA oollular modems to enable eonnee!lllity III OPT's eMS
servtce. This real-tlmll oonnectlvlty provides perkers in Whlte Rock with three keY. benefits:
1. The ability to purchase a tioketand add time for any parklng spaae In White Rock at any maohine.
2. enables real-llme authorization of parkers' cred'Jt cards
S. The ability to pay for parking by call phone.
Whlfa Rock utllizea three real-time EMS servloes-reaHlme ored~oard authOrization, monitoring and
alarmtng, and reporttng and remote rate configuratlon. The LUK!: pay statlons are replacing current
pay statfons In parking lots. individual meters In p;;u-klng lots and on-street IndMdual mem.
In 2000, the CUy of White Rock wasrecognl!:ed by the provlnoi!ill govemmentfor the Innovation of Its
parking program and the use of the LUK!: parking meter. Tile City received 1I1e Innovative Idea
Award from the Government Finance Officers' Assoclallon (GFOA) of BriUsh Columbia In recognttion
of its waterfront pay parking technology and practloes.
City of Fon Lauderdale, FL
Diana AlllCom, ASSistant Parking Direotor
Ins/allatlon Date: 2006
Type of Pay Station: WKE, AG-and solar-powered
Number of Pay StaIIons: 30
payment Options: Oredit cards, coins. bltls
Oonnli/ot/on Typ&: GSM
Tel: 954-828-3793
ElMS Senrioel1: Real-time credit card proc&ssfng, reporting, real time updates . .
, After an extensive RFP process, OPT was selected as lIle preferred 0110100 for Ihe City of Fort
Lauderdale's prestigious Los Olas street project. Upon suooeastul completion of a gOoday ev<lluation.
the City replaoed lIle current Parkecn mul6.-spac:e meters wllh OPT's LUKE pay station. Tbe City
chose th$ !.UK!: 'beoaus$ of the pay station's adVanced features and oPT's corporate v1sion and
outstanding oustomer sel1l1ce. Features suoh as ImmEldlata real-time aufhorl~on. metar aesthetics,
ease of maintenance as welf ae< more advanoed features such as screen dil'pfay, meter networkIng,
and reporting played an integral role In the &steclion process.
Unlversities
U!1ive'r$ity of california at 8an~a Sar'bara. Sanifl8llrbat'lil, CA
rane LucIdo. Assistant to Ihe Dlrardor of Transportal!on Tel: 806-893-8'131
FIlx: ' 806-893-3108
Installation Date: June 2003
Type of Pay Siatlon: LUKE. AC· and solar-powered (switched from In/ella-Pay to LUKE!}
Numbsr of Pey Stations: 89
Payment Option$: Credit oards. coIns, bnls, campus cards, covpons
ConnectIon Type: EthemeflWi·F/
£!MS Sarv/CI;!S: Pay-by-Phonll, QdrJ lima at any pay station. refill-Ome credit card proOllSsing. campus
cards
Diglial Payment 'technologies ~ Response to the CIty of For/. LaUderdale
I · ,
· , · . ~ . ~ · . ,
· . ,
· ,
",: t ••
· .
· ,
· ,
· I
· ,
• I
. ' :
· ,.
· .
· .
, ..
! : i
!
1'"""'J
. ,
, ,
: , :
: • 5
, . ,
Request for Propos~l fOr MuIO.Space Parklng Meters
\Jose currently operam 89 AC-and solar-powered pay stations on its campus with more titan
26,000 transactions generated per month. The tlolverslly has a networked system Ihat enocimpasses
over 6.000 parkins spaces that allow parkers to pay for Iheir spaee and add time to theIr current
space from ahy location on campus. Methods of payment include cesh (bilislcoln), offlIne credit oerd •
. offline campus access card, Coupons for the TAP progr"m. and an Integrated cell phone payment
symE!m.
!JOSS undertook extensIve reseerch to avalua!!; alternatives for parklns m_gement technQ!ogy.
The finalists Included leIds. G\lardtan Teohnologies. PelikeonlSohlumberger and OPT. OPT was
eventually salected as it was the only company that could integral$ wlth Ihe eXis!lng parfdng system
and was able to customize lts sc:>ftWar& to meet alf the needs oflbe unIversity (for example. oampus
cards and cell phone paymsnt system).
UOSSls Qurrenlly adding more m~ol11nes and migraflng from the EMS monthly sOftware solution to
\ the hosled EMS model to eliminate Ihe monthly reoccurring fees.
c;alfforpla State University, Long ~each, CA
Blian Dunaway, Plennerlliist/matorlSaheduler
Alen Moore, Assistant Direclorof Parkfng and Transpotfation
Instelfelfon Date: January 2005
Type of Pay Station: SHELBY. solar-powered
Number of Pay Stations; 29
Tef: 562-522-6132
Tel: 562-1119-8847
Payment OptIons: Oredit cards, coins, bms, change dispenser; campus oards
Oonnectbn Type: Wf-fl
EMS SeNlces: i'WeMime oredlt oard P11?C8ssfng, campus car~s, reaMIm& reporting, leaM/me updates
CSU Long Seach has to date Installed 29 SHELBY PIlY swtions on lis oampus. The unlv~l'$ity went
through an RFP process and OPT was seleote.d based «$ product func!lonalilies and capabHiUas.
CS!J Long geaol1 pay sWUons communicate on !be university's Internal campus WI-!"I backbone. Tha
pay swtions accept payment ill credit card real-time. coins, and bflls, and dispense change in a
replentshlng formal. The unIVersity also has its own on-sile server that runs all the reaJ..ifme EMS
features described in the RFP response.
UnIversity of Calffornia at Los Ange{e$. Los Angeles, CA
Devron Garter, Operations Manager Tel; 310188-9950
Fax; 310-821J.8709
Insiafl&bcm Date: July 2004
Type of Pey Slalion: LUKIE and SHIELBY, AC-and solar-powered
NlJmber of Pay stations: 86
Payment OptkJns: Oredit cards, coins, bills
Oonnectlon Ty,pe; /Ethernet
EMS SeNlces; Rsaf./lmft credit cerd prooo.ssing, re'al'lIma reporting
\lCLA cUrrenUY has sa L\J.Ke ~md SHELBY pay stetlons deployed. The pay statlons'communlcate via
the campus Internet to enable real-tIme credit card processing. Th~ unlversitY. also utilJ~es OPT's
EMS online access for real-time reporting and Intslligent dispatohing. UC!.A currenlly has severs!
oilililr looo\fon&!hat use aXi$ting pay ste!lons from oIhervendors wlih plans fo replace ali of Ihese wlth
pay swlions from OPT.
UPLA 1$ currently addl~9 more maol11nes and migrating from tha EMS monthly software solutIon to
the hosted EMS model to eliminate the monthly re-oocumng faas.
Olelfal Payment TechnologIes -RespOl1s" to iIIe City of Fort Laud<ll'dale 25
"
.' .
It! Requestfor Proposal for M«!tl·Space Parklng liIeters ..
.. , . Tab 12: Submittals
: ;
. Please refer to the appendices for brochures (In the LUKE pay stallon, Ihe BOSS and !!MS softWare,
and sample reports fi'om the pay stallon. BOSS, aild EMS. . .
: , • The LUKE Installatfon Guide and LUKEi Malntenanoe Glllde can ba provlded to the CIty upon
awarding of !he contract .
. ,
, .
, ,
. ,
-,
· ,-, ..
· '. · . ,
DIgItal Payment Teohnologles -Respol1$e to the Clty of Fori: Lauderdale . , 26
, ,
· ,
, I
! '
· ,
· .
, ,
, .
, ,
· .
, .
· .
, ,
· .
· ,
4' . ,
; . , ,
· .
: ~.
· .
Tab: 13: Warranties/Extended Maintenance and software Support.
•
Plaase refer to Appendix F -LlJl<e U.S. Warranty Ptan for a detailed overview o.f our warranty plan.
Digital PaymentTecbnologres -Response 10 the Clly of Fort Lauderdale 27
· ,
· .
· ,
...
· ,
: . , , ..
! • I
4 .. ,
· i · .
" i
· , . · ;
Requeiltfor Proposal fer j\'luIU.spaC& Pat'ldng Meters
Tab 14: Detailed List of Offering
In summaly thei followIng Is beIng propp~ed:
• • 32 LUKE Pay staHons capable of Accepting Coin. Bill. Credit oerds, Smart Cards.
• The.LUKe pay statIons are) to be Powered by f;lolar p:aneJ.
.• Z' Prlfll!;r .
,; Ablnl)l tP aocept'P.OM oords
• AI!IIltY to accepf DPT's Bea'a)) Resident Card
• Ab)Uty to acCept Parcxmart oords.
• All necessary software for the Pay stal!ons to allow PBS anql9t PHD op;;ration
• GSM Modems (1 -MabUs or Clngular as a carrier)' or COMA l)lodem(Yerlzon) depending
oQ who offers belter setvJca If 802.11b Is r,egufred. prkllog can be provIded.
• pelivety a~d Installation of Equli>ment
, 20 1l000f,S of on-slle training
• 2 years·of Hardwiu'e and $.Oftware w?rranty WIth on site Tier 2 support
• AU I the necessary Back. Office Software aM licenses
• Unliml!ed access !9 ",MS software for unlimifed number of users for
o Resl Time CC iransaotions
o Real 'rime Reporting
oReal. Time Alarming
~ Alilhe necessary keys
• Handheld devIce for off-line communl¢.aUon .
• M additional collection (coin anll Bag) caQlstflr.f6r ~(lH pay stalion.
• Multllanguage oapability -SoftWare feature.
• . (Option ll\oiuded) All Pay stallons ara constrocled of StaIn tess Steel.
Tne folloWIng equipment Is·aeemed. oPtional and Is avaIlablE> for addlUonal charge:
• Pay By Cl;oll abll[y -Software feature
Digital Payment Technologies -Response to !hI> City of Fort LaUderdale 28
..
Requestfar Proposalfor Multf.Spa~~ Parking Meters
, , I
r I Tab 15: Cost
, ,
• •
! I
· , · ,
· ,
, .
· ,
..
DIglfai PaymentTeclmologTes-R¢sponse to the City of Fort Lauderdale 29
IJtlmf!l:!!,1lM Hnt'dwm't!!1d f!lIfl1»ars
, { 1 Solar LUKE _1iIIo. bOld RoI!><lllt<lsU. h1dUdlna:
2 FlI1l v.lIdaf!>t (1000 not.ll)
"t t 3 Coin Ae<eplor (_ISle/)
4 0<101 Car4 "".dot (lllsg St!lp,Il!mbeI\de<i Oblp) : [
6 P'Y'wi1Dn I.lc"".
6 GSMM"' ...
7 Bolat Parlal 20 WidtWlre!oss.CofIlI)lttIblo-
....... ".w .... __ ._·
: [ a 1211VAC UlKEPaysWlQll (Cold Ro1led St..t), lnclu~n",
6 BtlIVoIJdel>r Cl600 """'l
10 Coin AoooplO,(wIOa_)
11 0.,1 cst<! ""'!lot (Mag $b1polEmbed4,d Cblp) : (
12 Pay6tal!on'Lrcenan
13 GS/.! Mo<Iom
14 AOPoW.,
:' . ---_.
J 16 I
16 1
11 1
16 ~ .. 4
J 1. 3~,OO 4
26 10.00 4
21 10.00 5,><> 4 .. to.CO 5.SO 4
20 200.00 200.00 32 $
': I tn~'Iion ~
M $ 500.0:0 32 $
26 1$\~'''W_ .. 6T''r Z$"Pf'Drt " SOO,'O 3. $ '6 Mdlllmll!ld,ndcd 1 ~ .. r .. r"nlYUorY,,,~ $ 7So.Oil •• S
21 A~ltIcmIt adertded 111W i'fGr2 olt-tilt4 ~ (forYear2) $ $0.00 " 0
: I u TI\llnIJ1!l (Flmt D<1l'l s MOO.oo ·1 S
'" Tm.1og (Mdnt •• ~ Pay) 6 GOO,Oil 2 ~ • CP![Wbm Ext!J!i
;0 Spare, COln CtlnllMf 600.00 $ s. a ., 891\1'$, BaJStack~r. US.ltJJ<e;, 100aNo\e. 30IJ.oo $ 32 $
: I Sf@prlclnSJ
32 R.p""'; (pIlrPIIY S\<lIonpormonthj ;u.OO $
20 RollI-Time o."nt""'" (porP<II' Station perml>!df1) ''''''<fed '34 M~ anti A!Mn11l9 (per Pav statton parmonUl) Included
, I ';.:;:: " '\ . ,
, " " ; " " , '" .. ,
•• $talntass Steel Cabftmt and padsstaJ Upgmdi) $
Proposed CIty llli!(louni
, I
! , I
I i
, I
; ~ i : I
Requestfor Proposal forMultl.space ParkIng Mete",
, , ,
I ,
I , Tab 16: Non-ColI!Jsion Statement , , •
• •
i ,
I ,
. ,
: f
;': , ,
, ,
, .
, .
· ,
, ;
i .. i
'-1. I
· .
• j · ;
DigItal Payment Technolaglea-Re$j)OIIS<> tab City of Fort Lau(!erdale 30 · ,
PROPOSAL RESPoNSE PAGES· PART II
, redHNICAL PROPO'SAL · , . l . : · ' . : .
! I
RFP NO. 504·10412 OPENS 01113!10
PR()tc:f:~~~~~: :::fes.n:::T III I • ,
, ,
, !
! 1 By signing this offer, the vendor/contractor cerlifles that this offer is made Independently and tree from ooRusioR.
Vendor shall disclose belQIV allY Olty of Fort Lauderdale. FL offlcer or employee, or any relative of any such officer or
•• employee Who is an officer or director of, or has a materlal'interest 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 wriang of speolfloations or
: I ' requirements. solicitation of offers, decision to award. evaluation of offers, or any other activity pertinent to tltls
procurement Is presumed, for purposes hereof. to be In a position to influence this procure!11ent.
'. For purposes hereof, a person has a material Interest If they directly or Indirectly own more Ihim 5 percent of the
total assets or capital stock of any bUSiness entity, or If they otherwise stsnd to personally gain if the contraot Is
awarded to this vendor, '
. ,
, ,
In accordanoe With Clly of Fort LaUderdale FL PolleY and Standards Manual 6,10,8,3
3.3, City employees may not contract with the City through any corporation or bUsiness enllty in which thay or
their immediate family members hold a controlling financial Interest (e.g. ownerahlp of five (5) percent or
more).
3,4. Immediate famlly membere (spOUSe, parents and chHdrel'l) are also prohibited from contracting with the
City subject to the same ge'neral rules.
• . , Paliuro of a vend,c\i to dlselose any relationl1h)p deserlbed herein shall be rllasoll for dllbarment In
, a'cco1'<lllnce with ~e provisions of tile City Procurement Code. · .. ,
RELATIONSHIPS
, I
, I
· , . In the event \be vlllldor does got Ind,icate any tl~mes, tile City shall itlterpre~ tills to mean that tM Vetldor
hall indIcated th~t no sucli relationships exist. , t • I
• ~ : . ,
· ' .
· ' , , ,
; .. · , .
: • t
/Jc.1! rJt>W<..GII>Ye:l>·
· I ..
• I : ; · ,
• I
; i
" ,
I !
:
~:,
, ,
,
. '"
,
. ,
· ,
: i · ,
. . ,
· ,
.. DigItal PaymentTechnologTes -Response to the City of Foit Lauderdale 31
I
I ;
, ; , ; PROPO$Ai. RE$PONSI; pAGES ¥ PART IV " BID/P.ROPOSAL SIGNATURE PAGE
. :! How tQ subniJi Illd$lpr.opo,sals: It is preferred ihat blds/proposals be submilted electronically at
: :; unless othel'\lllse staled In the bid packet, If mailing a hard copy, It wHI be the sale responsIbility of the ensure
that fue bId reaChes the CIty of.Fort /..aUcierdala, City Hall, Proourement Departmen~ Sulle 619, 100 N. Andrews Ayenue,
• I Fort lauderdale, FI.. 33301. prior 10 the bid openIng dale and time listed. Bidsfpropnsals submltied by fax or email will
" NOT ,be acoepted. Please refer to Pl!rl Vll for speclflo instructlons for this RFP •
• •
_, The bill'*' signed hereby agrees to furnl;;1:1 the following artlcls(s) or sillvloas at the plioe{s} and terms stated subJeotto aU
., Instructions. condiUons. specifications addenda. legal advertisemant and conditions contalned In fue bId. I have read all
attaChments ine.ludlng fue speclftoations and fUlly IIncier$land wbat,ls required, By submitting this signed proposal I wm
accept a contract If approved by fua CITY and such acoeplance covers ail terms. 9OndHlons, and speclfioatlons of this
., b!dfproposel.
. , .
•• Plellse Note: If responding to ,this soUcltation'through BldSync, the electronic version of the bid response will prevail.
,unleas a paper versIon Is clearly marked fW tbe bidder In some manner 10 tndicate that it win supplant the electronlo
'~: :::~bY. (/~~ ~ A. f ~ . , (Signature) (dala)
Scvrr l1tle: &t"""", PKfMMVom
Company; (I..ega! Re91stral!on)---,,1>k!!.!/IitZl/iLrn;..m:,--~4;ZJ:<YM.~w=r_1§{.$.~!l!ii:'I=~"!"l.l>""&juJ,,,J!=~..t,--___ _ , ,
Addrees: 336-<!2.~Q -S'1't"'b 4 .. r cS" »f!IVE:.
Ci~ .Bt.i.ewAf4,Y State: Be. z~ vse. 6cb
Telephone No. J(J(/o.688-1"I'"1 FAX No. ' 604 0< ~r ~ 4-5 Z.7
,. E-MAIL: miKe. M(W,kb>VlC.A ~: 4& .. ta~pq.Ift.reA. «pm
DeliVery; Calendar days alter reoelphlf PurChase Order (seellon 1.02 of -General Conditions): 60 PhY,g
., Payment Terms (section 1:03}: go ?>fN,$ Tola! Bid OIScQunt(seetion 1.04): .s_ eN4l.ps/1J:I>.
Ooas your IIrm qualiIY for MBE orWIlE status (seetlon 1,08): MBE_ WBE __
APDENDUM ACKNOWlEOGEMEtIT" Proposer acknoWledg~s that the following addenda have been reoelved and ara
Included in the proposat ' , '
, ' .
, Addendum No. ~ale Isgd
, .', ';['tt"T A:W~""<!i¥';4 n (ifl~TI';;J4
'PPI¢!",< ~ , ~JI." Sf/'UP. ... s .' , YARIANC~S; state any vanallons to specifications. terms and conditions In !he space provided below or reference In the
space prOVIded below all' varIances eontafned on other pages of bid, attaChments pages. No variations or
exceptions by lIle Proposer wnJ be deemed to be part of the bid submitted unless such or exception is n$\ed and
contained within the bid documents and referenced In the provided below. Is contalned In the below
It Is that the full i : i
revtsed 6-3..08
, .
. .
• ! ' J I • · ..
"\
PROP.OSAi.. MGES • P!RT V
I?,PECIF'C~T10~ ~QUIRi;~ENTS 99MPI.IA~CE
A. GENERAL , ,. . ,
Comp)J.es With
Spei:lfiClltlon Req~!re!nents
., 1. Respondent sl1all use a loc.al distribUtOr to provide support for initial
instaUatlon, tralninQ, paris and warranty servloe. "Looal' is defined as
.. ,
2.
• :,1
•. 3.
olose enougH to tI1e City of Fort La't!derdale to provide twentr-four
(24) hour responses ~9 software and hardware rsquests. Trave shall
be at 1'10 c&st to tI1e City.
Maohlne~. must fSffi!\ln fully functio.n!!1 I~ abnormal street c;onditions
liklit excessive heal'(lnlernal Operating TemperaMe of '0 "f' to 140 .tf
on hUmidity, rain;l1al!, ~rime, vl~ratlons, saltwater sPraY. etc. Y
All maohlnes shaD be constructed wlth new and unused, rugged ' .J>
materials and meet 'Year 2006" complianoe reqUIrements.' Y .:!...
4." Respondent explain preferably In a Viele Diagram, how itE! oomputer network processes tI1e flow of
magnetio stripe and microprocessor type smart oard !nformation from the pay stations to and from the
bank or electroni!) firtam)fal transaQlton aut~9riza!ion network.
· .
'. 5.
! .. ,
"4 . 6. i .
I • · -.
i . l
I ' ,
! .. ,I
• c • :
!
•
OPT uses VNO methods to process credit card data! batch (offline) and real.tlme (online).
}~atob ~~ine) W'ocesslng
Respondent must 'be prepared to agree to a 90 day irial period wlth
at least four (4} fully functlonal meters to be tested In at least two (2)
,ljiffi;lrent locatIons IF! tI1e Cily before tI1\' remainder of the meters are Y J, scli~d\!letl for inl?\aJlation.' ~
ResPOndent descrlbe, iii detan, ail of the equlpment ,you prope$e to use.
OPT Is proposing the WKE pay stadon for the City" on-street application. Detail. on the equipment and
softv'{are Include: ' '
tofl!l"dware Il!IId SoftW~re Col'\'lponents
The OPT solution and Its Qjltlons consist of four hardwarefsoftwara components:
I .. \ I
; . I
I I ..
! : I · ,
I r I
I ; ,
; · I
.l , ,
i
, I
· .
, t
, ,
· .
, .
· .
· ,
• I , .
t i
4 ..
• i
· , · ,
the WK:,E Pay Station
The LUKE pay station Is raising the bar for parking revenue management equipment in terms of user
frlendlmess. ~hnology sopnlstlcation and fleidbllity. and overall appearance.
LUKE's unique appearance Is designed speclfically for multi-space on-street parking meter use, but It can also
be used in off-street locations. The theme fOf the mechanical design Is "retro-Insplred. contemporary." The
result Is a Iook,which Is Instantly recognllllble as parking related, but with all the capabl1itles required for
modern, on·street parklnlllnc!uding a fuB numeric keypad and a standard 1ul1 color 640 x 4S0 resolution
screen. The LUKE pay station also Iricludes capabilities such an Pay·by.Spsce and Pay-and.Display operations. a
very ilexlble nte configuration capability. networked operations through multiple communication options and
ease of use for both parkers and operators.
LUKE Is delivering on the promise to solve the growinll challenJ;leS In municipal parklng.
More details on the LUKE pay station can ,be found within the Rl'P technIcal responses and WIthIn I<ppendix·
A.,.. LUKE arochurE!. .
BO~S?ftwa.Yj>
,?OSS ls a Wln~Ows.based software program that resides.on a desktop or laptop in the management offices of
the LUKE operator. The 130SS Interf'ru:e allows operators to conf.gure all operating aspeCt$ of thew LUKE pay
statIons and to retain and query the LUKE transaet!on database through the reporting capablllty of the
softWare.
More Information about the capabilities of the BOSS software can be found in the technical responses and
wIth!n Appemlb!: B -BQ!?$.
ElOSS Data Key ,
The 130SS Data Key lleIVes an the manua! communication condult between the BOSS software residing at the
main office computer and each LUKE pay station. The 130SS software and Data Key contain 2048-bit: RSA
encryption that enables manual updates and retrieval of Information from each LUKE pay station. Data
eo«:bange is a simple process of clicklRll a button to transfer information to the BOSS Osta Key and then
inserting the key into the lUKE pay station to upload the information. The l.CD display on the LUKE pay
station then pl'O'l!des password.protected eccess to all features availabkl with the BOSS Deta Key. Remota
conflguration data tranSfer is accomplished usiRll 128.blt·SSL encryption.
£!M$ .
EMS Is a rear-time rernot" management system engineered spec:ffiClllly for the parking industry. The EMS •
Server Is remotely hosted at a co-locatlon facility inV.ncouver, B.C.. with OPT acting as an ASP: however. the
City maywish to consider a locally hosted servIce as welL
Communication to tile EMS network can he done either wireless via 802.11 big (Wi-PI). GSMlGPRS '(cell
phone network) or hard wired using Ethernet. This sets the standard for rellabdlty. data integrity and
operational capabilitles that no other existing solutions can match. EMS and the OPT pey stations also work
with the latest techm)logles In metro Wi·PI technology as demonstrated by our successful deployments in
Houston, 1'),(, Redwood City, CA. and Brookline, MAo where all pay stations are networked over either a
Tropos NetWorks or Strix Systems Wi-!'! network. ' ' .
Specific EMS features and benefits Include:
, Real-time non-casb transaction processlng
• Real-t1me reporting
• Remote conflguratlon
• Proacttve monitoring and alarming
• ConfigUriRll coupons numbers
More information about the capabilities of EMS. can be found In the technical responses and within Appendix e;. EMS Brochure
I
I
j 7.
,
• ,
, , I
: i
""!
: :
I I
· \
I ,
! •
· ,
· : ,
•
· .
8--.
· .
· , 9. · ;
1· .
j .. ~ 10.
i : :
;
1 • I
Respondent also describe In detail your plan fot pay station auditing and reconciliation procedures
that fmelt eleQtrpnic revenues from the pay station to the Ilna}1cfal clearlnshou$~. The olearlnghouse
syst~ must conform tQ ,International Standards Organi:l:alit)n (lSO) standal'ds for authori:l:atlon
messages: 'T~e IS~ standarq(l. !is MJl?nded from time to time, are ~~med S1l ~ejn9 ,incorporated 6y
referenc~ I:fereln. Ail electronic prooe.ss1ng must utill:l:e an SSl.. g(lie'way. provide at iii minimum 126
data enoi'yptiQI'!> and conform to al! Visa and MasterCard requirements. .
For the processing of credit card tiansactlons, LUKE currently supports the following credit card processors:
• Alliance Data Systems
• First Data EFSNet
• Fht Data NashviUe (In February 2.() 10)
• First Horizon
• Ferment Processing Inc. (1'1>1) -formerly Paradata
• Paymentech
Additional processors may be supported through the Authorize.Netgateway. These processors Include:
.. P~)'mentech
• East Processing Platform
.. First Data Naslw!lre (Envoy)
• First Data Omaha
• First Data EI'SNet
• First National M~rcbant Solutions (SPe)
• .Global Parments (NOe)
• Nova
• Pay by Touch Payment Solutions
• RBS 4rnk
• Vital
S~ftware charges associated with credit card processlng Include the EMS f_Included In our proposal as well
as the,transactlon fees associated wlth the credit card merchant selected. These fees will vary by processor,
but typically average flve cents to seven cents per transactlon for real-time processIng applications,
For businesses needing to accept card payments (rom clients, card processors such as Flrst Data offer a.
"single point of contac~1 for Visa, MasterCard. Amerlam Express, Interal: direct payment and all Point of Sale
solutlons-from In-store to mobUe wkeless to e-commerce. '
Reconciliation of transactions will be relatively easy as all transactlons wlll be processed directly Into their
bank account without any bad cards. The client wUl then have full atcess to psy station data In order to do the
. reconcillatlon themselves or outsource that reoonclttatloh to a third-party.
Credit card inforrnatlol1 at each LUKE pay station a~d on the ross software is stored wlth :2.04B.blt RSA
entryptfon. oommunlcated with 128-blt SSL encryption and is operator conflgurable to have only the firsttwo
and last four numbers stored. '
The venc!or mllst hav<:l iii toll ftae support number for trpubleshootlng
both sOftware: and hardware including /ill contact number for after
hours'troubleshootlng).
.,
Y--,-"
Any software and hardware backups nElj;1ded shall be available v"" within (wenty-four (24) ~o~rs. N_ .-
fol' newill fllstalled tfuils, the City of Fort \.auderdele ParWng and
Fleet; eelVi~s p,eliartment reselVeslhe right to Install Ihe base and
th~ loeal distribUtor Will supply a fully 9perallonal p'!lYi"station at the
City of Fort lauderdale Parl<lng and F~t SelVl~ $l;:lectad locatlo!j.
Olty,of Fort La\lderdeie Parking Services wl,ll take pO$sesslon of new
units at the point of Installation. V:!.... N_
, . ,
· I · . I
• I
i : : : : i
• 1 · , ,
: ' ;
: I l
· : i
11. MachInes must have the capability of being converted to pay-
by-space. Describe time frame aOO any coSts lo the t:ity.
There are no costs associated with or extra time required to convert a
pay station 1'.0 Pay..by·Space mode. The LUKE can functlon In elther Pay-
by-Sl*e 01' Pay-and·Oisplay modes. Sw1t<:hlngrrom one mode to, the Ilext
am be effortlessly enabled with a simple mouse-click in BOSS. In addition.
the modes can co-exist on the same machines at the same time.
<tf y , . -,-,.
S. BASIC SYSTEM REQUIREMENt
1. Systems'must be capable of functioning as a single unit or operate in V ..b
, "
• 2.
•
• •
• 3 ..
· . · .
a networked environment wIth the application and database Installed '.!'!
Oil a server and controlled uE/i!)g back office software.
The software shaY facirltate the management of· oo.minuniqatlons,
ratell, maintenance, collections and audit fllnctlon~. which pan be
mmunlcated to the meters, remotely, using a b;lck office
.computer.
Machtnea must be able to run, off aolar with standard locally procured
batteries.
·3a. What type of batteries are required for ¥our'prod\lol? '
The Pay station is powered by 1 x 12V 35Ah sealed giOl-oell
battery that can be triokle oharged using an AC powered oharger
or ~ 2()"wa'tt solar power panel. If greater capacity is required, an
additional 12V 35M battery can be connected WIth the main
battery .
N_
· 4. Vendor should specify Machln('ls minimum transactions pn baQk...up PCW('lT, without error. · .
· ,
, ,
; ;
t. ~
5.
-1 6.
!
; ~ ! ,
· ,
i ' ; ., 7.
, ,
, .
LUKE will perform 80 transaCtIons a day for s 14 days on backup alone when sleep timers are enabled. On-
'street dallY tranSactIons are typically lower, thereby enabUng'operatlons bayond one weeJc. Each pay station is
continually doing self-diagnostics on the pay StatiOIl operation. If problems o<:<:ur, proactIve alarm notifications
are sent to individuals asslgned'by the City to receive these notlik:atlons and each of these alarm notifications
has a date and tlme stamp. One of the alarms triggered that is sent to pagers, mobile phones and e-malls is
Battery Voltage loW.
,Quring power oulag~, all 61alihlnes WI)i ope~aie In a stand-!)lo\1\'l
ca~itv and store accumulated data In memory.
All information Is retained in 256 ME of non-volatile memory in the event
of a main power loss. '
"
A. separate backup ba1tery must be supplied to sliStaln thti clock,
<:,alanclar, ljIudil information end RAM in the event of a main backup
sySl:!lm f<lilure or durlng battery replacement.
Machines SileR have oplionallanguage capable Of being
programmed at !h!l' machines. V'" -
I , ,
I , ,
• ,
i i ; : , ,
, '"
; ,
• ,
, i · , · ,
, ,
, .
· .
s.
The language options displayed on the pay station are programmed in
advance In BOSS. The staR!lard menu screens can display up to four
languages at any time. English. French. Spanish, German, and Vietnamese
~acter sets as well as simplified Chinese are currently available for all
prompts. '
The Respondent s~ll" explal!1 in detail the ability of pay.-bY'ilpace meters ~o provfdEllrifOrmat!Q!l ~/1
paid and/or unpaId patking spaces In pay-by-space lo!s by obtaining a listing fr~m the meter, a Web·
'bas~d program or other options that are compallble With cu~nt devices used for. Parking
~orcamjllnt. ,"
Upon the enforcement officer prompting the pay st\\tlpn, LUKE wiU print a report showing either VALlO or
EXPIRED spaces for any range of spaces that Is requested regardless,of the payment method. It wlll show all
the spaces.currently expired or going to expire. Stall reports can also be obtalnesl from the Web-based EMS If
the pay station is onine.
If the pay station Is not capable af communicating, It: will Inform the officer that only a loait teport Is a.vallable.
ThIs Infol'l11lltton will enable the enforcement oftlcer to avoid issuing Citations untll ccmmun!c:ations are
restored.
OPT 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 effiCiency of enforcement operatlons. PPT is currently Integrated with Complus Data Innovations.
Duncan Solutlens, ParkTrak, and i2 Systems to proVide this se""ice. .
,. 9. Machines shall d'lSl'Ilay spallin;' 'o~ of order '()On~ltj~n~' ~nd should """
..
10.
operate With the malfun!lfionlng status, until selVlcec:!. Y .'!l
, , -
LUKE wll1 ~isplay specifIC! messages to Ipd/cate faults In different parts of
the syst~m. For example, if the BiIlStacker is malfunctionIng. the !lay
statlen will alert the parker of the condition and request them to-1l!ie'an
alt~nat!ve payment method.
Maohines-sllaH-l'lave the abflity to allow credit oard tra(l~dcllon!il)Nl1en
oom.munlcallon is offIll)e. WhDe oommunlcalion c$fibllily Is offline'
,I\le machtnes will :sior\'l all ~re(lIt oard informllt!9n and p.~oc:ess Ihe
transactions Immellia~ety aiI!!>r communication has been r{l$1:ored,
In the eVfiI\1t that the communication network'is unexpettedly disrupted,
LUKE wlll store the transaction and then automatlcal!y fOrylard it for'
processing When communication Is re-establlshed. Data may be manually
, , downloaded from the pay station in the' event of a lengthy communlcattons
failure.
_.' c. gUS'rOMEB OPEMTION
1. ," The, pay statjons 'must Operate. with coi~s, bills, preditldebltlsmart
ciirtis alid pay·by·phone tE),ehnology. iil a .manner that allolNljI
oustomers to follow simple pUnted, dl9ltal andlor verballhstrucliQiis
to cOt)1p1ete th!l jransaclijin quicklY,; . . .
, ,
· ,
• I
N
2. ~ .·1 Iru.!ructio)'l,s ~hOUI~ ~q the' customer whli! to dO, first, and then lead
't!'ism through the transaction In approxlma.~ty 45 seconds. The last
mandatory InStruclion for the pay-and-dISplay machine shall bfj) to
~vise t~ puStomerto display the receipt on the vehicle ~a~libo~.
. · . ~ , ;
: I
· . Iiasy to read instructions end graphics are located directly below the LCD
, ,
, I , , I . ;
, I
, , .
I ~ : , , I
, ,
: ~ .
/ 1 3.
, !
, ,
panlll. These instructions can be customjzed to meet any of the City's
specllic requirements. The instructions on the LCD screen are also
extremely easy to follow.
2a. Approx. how many secOnds' does your prod\.lct tak.e to perform
this fefl1ure? •
The speclflc tlme taken to complete a transaction depends on the
complexlty and dependency of external sources (as In real·time card
processing). A very simple cash transactlon can take as little as 20 seconds.
Explain tf'ie capablnty of the /lilY statioh to, aCcept a "PIN" number
whe!l ~Ihg a "Defilt" or "Gradit" card, and If there is an addKional
cOnf%jura!lon cost for this option, wttat t~at cost y.rould be.
Checking account debit cards accepted will be only non-PiN-based cards
Issued by VIsa that do not provide credit capability. At this time,
introduction of PIN based cards Is cost-prohibited.
D. CYRRENCY ACCERTED
,I 1. Mac1i!nes accept US currency In denominations of $1, $2. $5. $10. &
, , $20 bills, nickels, dimes, quarters, "SBA' and "Gold" doller coins, y .,
magnetic strIped oredit cards wlth and without embedded Smart
Cer!i qlJips and the City of Fort lauderdale PerkIng Servibas resident PARTIALLY COMPLIANT
beach cerd, Respondents are responsible to S'nsure system
compatibnity wlth current single application EMV chip parking card.
• , All machInes mU$t be capable of upgrades' wlth US currency
mOdifioallons.
, ,
, .
, ,
, . ,
, ' , . ' .
~ \,. ;:
-i ..
1 ," I
, ' . ' : ~:
, ,
LUKE supportS aU of the currencles Usted ~ve as well as the major
credit cards available -Visa, MssterCard, American Express, Discoyer, and
Diners Club.
In terms of currency upgrades, when new bills are issued. upgrades to the
bill acceptor may be made In the field using a flash memory stick. When '
neW'coi~e<I, Oppes to the coin acceptor must be made at the""
factory at the CIty's expense "
At thl~ (Illle, LUKE does not support the City's k~s1dent Bea~ Card. OPT
can provide an alternate card with tne same IUtictlonallty, but OPT believes
it will be v,ery diffICult to work with Parkeon to support tnl! Parkeon card.
Nthough technically the equlpmeJit can support if!, it win require a fat of
proprietary Informatlon (rom Park¥on. As OPT Is a direct competitor to
Parkeon, DPT 1iaelsit cannot commit to supporting the card as OPT has
no control <:Net Parkeon's assistance in this' endeavor.
LUKE ftas the ability to work With custom cards as an alternative to the
CIty's Parking Services resldent beach card, providfl1ll exactly the same
follttiohailty. '
LUKE can alsa work with generic lD custom cards where the card number
Is Included in the card's Trsck 2 dsta. Witb generlc ID cards. parkers can
get a parking receipt for a single pre-establlshed rate. This enables parkers
to get parkIng'YJithout pa~lng cash at the machine.
'For smart carils, the pay station currently supports tbe Bull S~Ot Sand
Atm'll, smart cards by POM as well as the City Card smart card from
, ,
: :
, ;
""I
, " ' ,
" , .
"\
, ,
. ,
.. '
\ ,
, ,
.. I 2.
i
• , ; 3. ,
"4
, _..1
I 4.
'_.1
E.
1.
Parcxmart, The !'OM card may be used at the pay station and purchase
values are then deducted from it. The pay station can also be usad as a
smart card reload station Tor the POM smart cards.
OUS GA OP DESTAL ,
Respondents'sh I ~taw the specIfications of the pedestals and housings, speoiflcally,j(lclud!ngl.tleta!
thIckness, height, width and depth in .lnchEis al)d the weight In pounds of m.aohlne~ (with ~I'!d VIiltflo!'t
pedestals), tensile strength and gauge of metal. Respondent!; must provide a ,desor!ptIClIl of their
p,fo,duot housIng; fncludli'tg materials and, thIckness, and how the design secureS the tinlt a9$In81
attempteil theft,
The cabinet is made of 12 gauge cold rolled steel or stainless steel. The LUKE dimensions are as {oUows:
,. 63.5" high {85.S" when height of solar panells Included)
• 14.5" wide
• 16" deep
• 165Ibstopcabl,net, pedesta!, and all components insta!led (inctuding battery but exctudlngsolar'panel).
IBI Ibs fully loaded with solar pane!
• 7S.lb~ top cabinet only,
ihere Is a single k'il)' ac~s to the main I..UKE dDor that is covered and not exposed externaHy. This lock
c:ontrols six locking poInts In the access door thae connect the door to the main bDdy of the cabinet. ihere is
a second door located In the pedestal that also ha$ a covered lock, This dOOT proVides access to the battery,
and coin bag. The coin bag itself has a completely separate lock. An optional metal coin canister is also
availal!!e. It Is securely mounted In the upper cabinet. Both coin collection devIces have separate locking
mechanisms that secure them in the cabinet to prevent maintenance personnel from accessing any, of the
money atored withIn them.
'For the main cabinet and pedestal door. LOKe uses the Mul·T·Lock high securIty cylInder locks that have a
unlqyetelescoplc pin tumbler mechanIsm with internal and external pins. This design. together with the lock's
patented plug, delivers antl-drming and anti·plck resistance. In addition. each lock's three-in-one cylinder
design etr.\b~s the simple changing of your loclc and key combinations.
The cabinet Is mounted to the sidewalk or con~te using SIB" bolts that are not exposed to the exterior of
the cabinet and can only beaccessed through the locked pedestal door.
Under a stand-alone operation, LUKE Is equlpped with a l25dBa Siren that will activate based' on the' pay
station sensing shock or vibration. Using DPT's Internet EMS system, notlncation of these afartns "Yill be sent
in real-tIme to e-mail, cell-phones or pagers for Immediate response by the approprlate author"lty:
, '
'The ,RIiiS/lond(lllt ~a!l prcvipe all results of tests that I]a\le been performed to dawrmlne the durability
of the cabinet; ped~stal and any l'lPpllcable finishes.
pAIlTIALL V COf'ft'J.IANT on is curren,tly evaluating teSts conducted on the LUKr; pay stati9n'to determine durabll~_ Results of these
tests and ~~y resulting recommendations can be made avat-ble to the City upon ~quest •
Provide Installation drawings and specificatf~ns.
qQMPLIANT ,
The WKE. 'nstallation GuIde can be provided to the City upon awarding of the conu:act.
Osscrlb'S how, looks call be lntegraied into eaoh unit in the cash box aocess doors and prOVIde your
llejiarate price for thJ~ iism If. ~he CUy ohooses to utlliz& thll1'fealure (for Informational purposes only).
, ,
, ,
6.
7.
s.
· ,
4 . :
• <
!. : ...
· .
COMPLIANT
The co!n bill!'. optional metal coin canister. and bill acceptor are all secured by separate ·Ioct<s. The eoln
bagloptlonaf coin canister and bill stacker storlnz the money are sE1(:ured by a double locking mechanism that
includes a key that is used to remove the baglcO'ID canister and stacker from inside the pay station and
separate keys to open tha cash storage devices. Maintenance personnel without keys _not remove the coin
bIlglcoin canlster or bill stacker. .
Describe how cast! 'collectiofls 'wlll bj!I performed showing collection and inechanioal access as .
separate area;; and functions.
PARTIALLY COMPLIANT'
Wtdle the coin baglcoln canIster and bin acceptor are In the maintenance areas. maintenance personnel are
prohibited from accesillnz the collectIon devices through a dual lock mechanism. The coin bag. housed In the
LUKE pedestal and optional metal coin canister and bill acceptor. housed In the UJKl'! cabInet are sacured by
separete locks. The coIn bagloptional coin canister ami blH stacker storing the monei-are secured by a double
locking mechanl~m that Includ<lS a key that Is used to remove the bagll:Oln canister and sta~k'l'r from InsIde
the pay station and sepal';lte keys to open the cash storage deVices. Maintenance personnel without keys
cannot remove the coin bagrcoin canister or bill stacker.· .
Confirm that the meters wUl meet the following envlronmenIaJ
standards:
1. StainlEiSs Steel case
2. Se~Jed to prevent Internal mois\l;lre
3. alBeone gai;kets, If applio"bje. for solar panels
4. All expose(! ancflriteinal pa'its anti-corrosive
5. Ptotective dovsrlng around eXjXlSed Op6I1!nsS.
Confi.rm that the entire meter mechanism shall be enclosed In a
stalnle's~ steel, qUrlable. weather resistant. hpusing construe!ed of
C<lrrbslon resistant non·britlla metal of $ueh Ihlckr.less as to resl$t tamperln~. graffiti ~f~buse.. . '. . .. •
Paint should ~e seal cqafed, hig\'l'qualily and weatljet resistant, and
proVIde a tough, scretQh·resi~lanl an~ easily c;IYlaned sU!faoe. Ufllt
must also have a double zinc pl'lmer. Provide desCription of proc:lu\lt$
to p.e used by Parking Servloee personnel for preventive
maltitenimCfl for eprroslon of housIng urn1$, and mountfng aricllors
and bolls;
Although LUKE is c:urrently not coatelw.~ a double %Inc primer, Off is
currently evaluating ~ne metallzlng galvanIeprotect!on as a Way of further
protecting the pay station against eorrosi'1e elements.
The LUKE cabinet Is designed to bewaather·resistant under all1¥pes of
. weather condltlons and have performed well on Las Olas Blvd for the past
3 years. LUKE has a {lowder coat finish that Is reslstal\'t to scratches and
chips. Graffiti can be removed from the surfac;e with readily avaUabt ..
solvents. whIch do not Impact the pay stadOR'S exterior finIsh.
PreventNe· maintenance procedures are outlined In detail in our LUKE
Mohlten<mce G'ulde. which can be provided to the CIty upon awarding of
the contra,ca. . .
(as an option)
Zine Primee! pay stations are
proposed}, .
v"" -
Y~ -
PARTIALLY <;lOMP!-IANT
I .,
. ,
, . ,
" , i , I
: !
, ,
, I
r'
, ,
, ,
. ~ ~
: '
, ,
....... ", , I , .
. I
"
9 .
10.
11.
13.
Machine apert,ures suoh as, but not limited to, the coin return, receipt
dispenser and card reader must be d;!slgned and/or shielded 10
' ,. dls~orage vandalism, jn~ertion of foreign material or other efforts to
del!liera~ly jam theuoll.
All paymentopt!Qns hardWare is flush-mounted to tile pay station to
discourage vandalism. In terms of preventing Insertlon of foreign materials.
complete prevj,ntlon lslmposslble. This is because pay stationllsers need
to have uninhilllted access to payment devices sucl1 as tile credit cen!
reader. However, DPT has Introduced new mechanical feaWrlils that
Include a coin slot ~l tIlat win limit tile ability to Insert foreign materials
Into the coin slot.
Ape(ture design should prevent damage fl'bll'l the insertion, of any
type of cOl!lrnerclally avaUable pyrotechnle device.
Maohines eh~1I not allow any tampering with Its internal fUnC!llons, to
prevent any time to be given In any manner, other than thE\'!nsertlon
of a valid ccln l'lr card.
Physk:al and date security are key aspects of LUKE's design. For pbysical
security. the maln access door to the LUKE bas a single key access tllat Is
covered and not exposed e«ternally. Thts lock controls six locklng points
in tile access door that connect tile, door to the main body of tile cabinet"
There is a second door located in the pedestal tIlat slsi> 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 a.vallable. It is securely mount<ed In
the upper cabinet. Botll coin collection devIces have separate locking
, mechanisms that secure them in the cabInet tQ prevent maintenance
personnel frQm accessin1l'any of the money stQred within them, ' ,
For the main cabinet and pedestal door. LUKa useS the Mul·T·lode high
security cyUnder locks tIlat have a unIque telescopic pin tumbler
mechanism with internal and ~nal plns. This design, together with the
lock's patented plug, derIVers antt,drilling and sntt-plck reslstance.ln
addition. each lock's wee·ln-one cylinder desIgn enables the simple
changing of yQur lock ~nd key combinations.
The data stored on LUKE 1$ also hig~ly secure with all Information at each
LUKE pay statton being Stored with 20oW·bit !\SA encryption and
communicated to EMS using 12!I-blt SSL en(X)'ptlon. AC<:e!$$ to system date
Is also password-protected both at tile pay stalion and tile central office
Y~
.~ Y......,.
" Y -'-
computer. '
1JI!h"111' Installed, Meters .shall, meet applicable Af1~ requIrements. All ,;.h
ooln and c?rd aperture locatIOns mum I<e i)ornpa,t.lble wlth Americans Y.:!'... ,/
with Dlsabll~les Act {ADA) requlremlln~ -fue c!iiriterl,lne of controJs\
shall-i1e 'no more than 4;l ifIohes (1~065 mm) above tlie pedestrian', //
access route.
Internal humidity sl10uld be controlled utili?lrig a \'an Ilr other :fltoven
means,
N_
N
, .
f
13a. What means dOEl!l your product provide for internal bomidity? · !
, . , LUKE has been extensively tested and is operational is High Humidio/ I ' i , . enylronments. Including Us Olas Blvd. AddItional humidio/ mlti;atibn is , I
• not generally required.
"1
The Housing snail have a door ala'rm sensor set to adtlvate wl1en ihe : i 14. y~ ffont dood;; opened 1/8' or more. ,. " " ' N_ -! -· . · ; 15. Housii'lg includes high security muitJ-polnt looking bar. Housing looks
, I 's.hall be high seow'ity looks J{eyea with a proprletary combination
developed exclllsi'lety f9T Cily of Folt lauderdale Parking & Fleet
Serv/06$. Alllo6ks shall be high seourlty lacks with antl-drHi
: I ,protection.
For the main cabinet and pedestal door. LUKE uses the Mul-T -l.ocl< high
security c:y!inder locks that have a unique telescopic pln tumbler
mechanism with Internal and external pins. This design. together with the
.
· . lock's patented plug. delivers aotl-drming and anti-pick reslstance. III I
addition. each lock's three·ln·one cylinder design enables the simple , , ." · , changing of your lock and key combinations. For example. OPT will, _
· , provide the City with a specified number of green and yellow keys. The
City will use the green key to open the pay station. Should a green key go , . missing, the Cio/ opens tile pey'station with the yellow key thusret)dering'
the green key obsolete. Simllarly. once ,a red key Is used. the yello'l{ key y~ becomes obsolete. This enables the City to "re-key" the locks qUickly and
efficlently twice. ' -'-
16. Machine \1pIJSfng s~~uld hav:e, separat~ compartments for ..,
malntenal')ce and coUecllons. Sepllrate key$ shall be available to Y.,.:-
prevent maIntenance perSonnel from acoessing the collection area
PARTIAW. Y COMPLIANT · . and vice versa.
While the coin bag/coln canister and bllf a<:ceptoT are In the malnteoand
areas. maintenance personnel are prohIbited from accessing the colle'ctlon
devices through a dual lock mechanism. The coin bag. housed In the LUKE ., ....
pedestal and optional metal coin canister,and bill acceptOr. housed In the
• I
LUKE cabinet are secured by' separate locks. The coin bagfoptlonal coin
canister and bill stacker storing the money arli> secured by a double locking
mechanism that includes a key that fs used to remove the bagfcoin canister"
· , and stacker from Inside the pay statlon and separate I<eys to open the CllSb
storage devi_. Maintenance personnefwlthout keys cannot removethe
~lll bag/coin canister or blll stacker.
· .
, . 17. There shall he no access to tl1Ei rttone9 in the Ol:\sh box whliln the v::£. · .. upper or loWer hOUSIng is opened for maintenance or coU/ielion. l ...
'i I ; While the coin bag/co!n canister and bill acceptor are in the malnte~ance
, , areas, maintenance personnel are prohlb!ted from ~s!ng the collection , , . • devices through a duallocl< mechanism. The coin ~. housed in the LUKE
, : 1 pedestal and optlonal metal toin canlsterand'blll acceptor. housed in the
LUKE cabinet are secured by separate locks. The coin bagfoptional coin
canister and bin stacker storing the money are secured by a double locl<ing · , . mechanism that includes a key that Is used to remove the bagfcoln canister
· .
: ,
"i
i ,
i ,
I
, 1
; • I
I . \ : ; ,
: ~"r 18.
• '; • t
• I. 19.
, I
, ;
and stacker. floom inside the pay station and separate keys to open tlie <:as!l
storage devices. Maintenance personnel without keys cannot remove the
coin bag/coin canister or bill stacker.
The V,~l:ldor sll!!1i supply \Wc:I (2) bill boxes and (2) coin boxes per
unit •
The vandor wlli supply tWo (2) sets 6f access Ray!! fill' each meter •
i : t 1". BEVENUE @t.I..ECIlON CAlIlISIER~
The following seourity mcteeuies, alth6ugh not/1m/led to, shell be inoluded with each bfll or COin box:
':~. The coUeo!lol'l boxes ~I'lall hav~ a security locked' keyed system ,.b ~parate from the Maanlne's other compartments.. ' Y ~
..
, .
2.
','
.. , 3. '
4.
5,
,
; l' 6.
I •. '
• , 7.
While the ~oin bagt'coin canister and bnl a<:eeP!'or are In the maintenance PARTIALLY COMPUANT
areas, maintenance personnel are prohibited from accessing the coUeet!on
,deYlce$ through a dual lock mechanism. The cofn bag. housed In the !..UK!:
ped~l and optional metal toln canister and bill acceptor, housed In the
WKE cabinet are secured by separatol iock$, The coin bag/optional coin
canister and blli stacker storing the money are securedby a double locking
mechanism that Includes a key that 'Is used to remove the bag/coin canister
and stacker frQfll, i)'lside trye pay station aild separate keys to open the cash
storage devices. Maintenance personnel Without keys cann~t remove the
<:oin hag/coln canister or bUI stac:l<er, , '
1)1e bill boxes shalf be protected by a locking system only allowing J
liccess t<! Ihe bills with the correct key. Y ~
The coin bPl(Ss sh!illJ pe proJ~c.ted by, a l,oCklng system ~nly aliow\ng
SOOsSS 19 the coinll With the ,correot k~y, , ' .
The oolle.ction boxes shall hav.e Ii hantlle for eailY handling'. '
6d1l<??~o.l'\ boxes shall be streng, lightWeight and'manageable.
A closed coin path'shall direcl coins tG drop Into a locked, oofn box.
The oollector shall not have aooess to the coins in the coin box J
dUring the cotle?llon process. y ..:!:...
The collector shilfl not have access to \he blll$ in the bi!ibox during
the' coDectlon process. ' , ,~ Y-
N
N
,
i . ,
i·' 0 t. QI
r; 9.
'! 10.
, .
11. · I
· ,
! I
, 12.
r •
• .
· ,
I
· .
COiA box should hold a mlnlmum of $6:00 worth of U.S. coins.
The coin bag currently supports apprQXlmately' f ,lOP coins while the
optional metal coin canl~ter sUpports up to 1,800 coins.
The bill boxes should have a maxlnium capacity of at least 1,000 41
bUls. Y_
ani ~oxes must mechanically stack notes \'{hen accepted
The removal of the, bill stacker shall tli9,ger the rEtsordin9 Of'an audit
report specific fO the bill collection. .
Audit reports are manually generated at the pay station when Cash Is
co1!e~. These reports are then automatically communicated to EMS for
ongoing online ae<:ess.
Give deserJption of available colors and materials Ul;ed, Including Materials Safety Data Sheet
(MSDS).
The default colors for the LUKe are iight gray on wrlnlde bronze (dark gray). Awlde range of custom colors
Is also avaUable upon request. OPT can provIde LUKE In almost any color the City may select orwlll flnd an
altlm'late color that provides a close matcl1. Please note that cuatom cofors can Impact lead times for orders.
depending on the c0!ors selected.
For a wpy of the Material Safety Data Sheet, please refer to Appendix P -P<!Wder Coating M;oterlal
Saf<l,ty bata Sheet.
ResistanCe to corraslon.
N · , l3, DISPLAY
1. ~pondeRts-descl'lbe.tl:!e.cap'abilitleS..Gf..tl:la_dlsplay-scr.een..used.lt:I-¥-our..pa~tlot:l ••• ____ ........... _ ... _ _ •
. , ~MPJ.,JA"'T
, . , With its full color 640 x 4110 resolution screen. LUKe's screen Instructions are bright and easy to read In various
ffghtlng conditions and View angles. The software also features time of day controls to automatically' switcb from a blue
., textJwhlte backsround mode. whlcb Is easier ,to read In brlght lighting conditions. to a white tel<l:lblue baclcground
mode, whlcl1ls easier to read in low light conditions, The sleep timer can, be enabled in BOSS to determine the ..
duration of the pay station's lCD screen to stay on wlth full power. The lCO screen a!so has bacldit capabllities..to ..
determine when the ba<:ldlght Is activated to save energy.
• , 'Generallntroclw:tory' and dosing graphics for the lCD lS(;reen may be programmed Into BOSS and communi<;al;ed to
., the pay station, The Introdllctory sereel) may be used to provIde mess:.ges to assist the public wlth using the pay
station. The CIt)" <;an program bow long an Introdu<:tOty. grapblc appears and whether an'EXit Intro Screen On Key-
Press operation should be enabled so that the parker can quickly get to.the rate selection screen. The introductory U graphic may be .menged at any time by the City as the graphic Is a simple ',BMP.1e lOaded onto the pay station.
, ,
· .
· !
· ,
I . ,
: I I . I .2. Res~dents explain language choices aval1able fQr display, must include but. not IImlied to Erjglish,
Spanls)1 and F~ench, a!ld !low language(s) are selected. . · . , I ~ , ., ' I ; 1 C::OMPI:-IANT ' '. .
; . The language options di$played 011 the pay station are programmed in ~dI>ance In BOSS. The standard m~nu screens
, " (;an display up to four languages at any time. English. French, Spanisb. German, and VIetnamese chai'a<:ter sets as well as
.' ;! simplified Chinese are c~r'rent!y available for an prompts. Additional language character sets will requIre softWare
•• deyelopme.nt which citn be considered if OPT Is aWarded the contract. For the five language ~ current!)! avalla~le,
._. • 1 when the parker goes to make a transaction, I.UKE will have a list of languages from which they can choo.se. After that,
all of the system prompts will be in that language. The city may also have tickets printed In Spanish or French
when these language oholces are selected. '
, ( !
~ 1 .,
, .
. .
3.
4.
6.
Pay etanon displays shall be ~ackllt.
The·unlt must have a LED screen wilh high-resolution displaYI which
1$ easy to read In v:a,fious lighting oondftlons Including bright sunlight.
With !ts full color 640 x 480 resolutIon screen, I.UKE's screen lnstru~tlons
are bright and euy to read In various lighting condltlons and view angles.
"file software also features time of day controls to ~utomatl(:l\lly' sWitch
from a blue textlymlte background mode, whtch.ls easle~ to read In bright
lighting conditions, to a white text:lblue background mode; which is easier
to read in low light conditions.
..,
y-
Y~
The~creen m.'L\s:t be pr9~cted by a security cover, vandal resistant, y ,.,
weather proOf and cllrrosion resistant.
N
6. The screen Should be moduJar and easily I,mplugglild and raplaced .;.b
with basio tools for easy servtces.· Y .:!£..
· .. 1.
· .
... : _.
-j •. . . .
8.
, ,
••
The display sbould be <loie to ao(llllilmodaiei 'custom messages, J?
'Whleh cea ~e.progE!!mmed an.il·transmitfud to themeter-·farpotely . --¥-;!f;;. ........... --:-... _.-_. --,--_. .
.!.islng bact{ <iflj0\'! SoftW!!Tt'). -.
The introdu~ry and dostng pay statlon display memges can
accommodate client-specific mElSiages. The lntl'oductory ~ssage (;an
accommodate optlonal photos. graphics. and fleJdble screen formatting.
Almost all prompts on the pay station can be customized using the 'BOSS
software anc! updated remotaly using EMS.
Messages sh~uld be update.able tliroug~ the supP,lled ba~ offioe
softWare end downlQadable t~ individu~16r mulNpl~ units l1!a two.way
communication.
•• f I
, i
: + \
i . i
" ..
! I
, !
: i
, ,
9.
Almost all prompts on the pay station .;an be customized using the BOSS
software and updated remotely using EMS.
Machine di$ptay sl\ould include time PI' day, inilrements cif payment, ",iii
amount enterad and tlmii purch;!l!!1lcl and @l !ndi()~oll the Jlme of Y ..::!...
day when the Em)ount of tlma Raid for Wi.!' E;liplre.
H. ELECTRICAL AND ELECTRlrrC COMeONENT:S ,
., 1. The.'suT:i-assemblles off a meters shall bs'nfodular in construction
, .
. : :
, .
..
. ,
3.
, ,
4
t9 provide easy servi9lng llitci~gh o~siia pllt!:Hri replace,ment of
parts. ,
Respondents shall explain how unit components are pro'teote,d from moisture, dust, lighlnln!!,
saltWater, adveree weather. and other factors lliat might ,cause an, oPerational faUure of a component
or the Machine.
All internal WJIlpOllentS are storoo within the LUKE .:abinet and pedestal. LUKE has been designed with an
internal rain guard and weather stripping to seal against moisture and dust.
To protect against lightning. proper grounding at the grounding terminal is recommended. Correct grounding
is enabled by wnnettlnga ground cable to the electrical box or an earth ground. Proper groundIng
technIques are covered In our I.UI<£ Installation Gukle and wlll be performed by the local distributor chosen for
implementation. AdditIonal protectlon for AC Implementations will be provided by Installing electrical outlets
with surge' suppressor speclflcatlons. '
The controller box has 256 MB of non-volatile flash memory and 128 M.B of SPRAM volatUe memory •
All assemblies shall be electronically g/punclecl efld complianl with y.Ji
locat ()o~es for <:l\i1etricall~l~tronlc equipmer,lt. "g
LUKE Is deslgned to meet ULlCSA requirements.
Proper groundIng teehnlques are covered in our WKE.lnstollat1cn Guide. '
to be provided to the City upon awarding of the contraot; and wUl be
performed by the focal distributor chosen for Implementation.
All clr9\iit boarqjl and Infernal components <!f~ to be \i1p)lironmentally , .J)'
sesied. 'hiShly water-resistant end Operate lri oonclill0ris of over 95% Y.:!!...
fi,umidity. '
r-t_
, All asSemblies /Shall be electronically grounded and compliant, w1Ih ~
_ ~_,_.:., _ local ~~,.fplll!!mnml1lelact['QnIQ egul!1ment. Y N '
, ,
. , .
; t. J
-: ..
; ~ 1
, .
i ' :
, , .
5. All electroniC C'onnectiQI1 plugs ~ho!:lld be, physically differentiated .J)' ;ar<! must Qii,l)/ fit on~ W!ly. Y "g
Alrwlrlng connections are made with phased connectors to ensure ease
of ldentio/lng connection points and avoid interconnects. In addition. all
cabling Is labeled to Identify thE! plug. This means it's impossible to plug Ii
conriectlon Into an)lthlllg except the connection point for whlch It's
intended.
I; ALARM
. )
1.
; , I i ! i , ,
• I
-, • 1
: · ,
2. • •
: I
• •
, . , · .
..
. ,
, ' . 1 •
, ,
$hould h!ilye a minimum of tqo..decibellooal. VibraHonlTMal\1per .....
alarllllnS!aUed, .with an aJar.m to PIC, and automatic alarm paWrlg Y X
capabJlltles. The sensnMbt of the. alarm must be adjustable arief alt
alllfins mu\lt f)e tram;mittlng via the back office softWare, email PARTIAlLY COMPLlANi
ahd~or aUtOmatic: phone notifibation .' .
While the pay atatlon alarm meets the City's minimum decibel
r~qulrements, the alarm Is preconfigured and cannot be configured
dtherwlse.'
RespondentS may describe lIther mes):lage cap!tbilltles that may be available on their product.
COMPLIANT
Each pay station Is continually doing self.dlagnostlcs on the JXIY. station operation. If problems occur, proactive
alarm notlncatlon~ are sent to Individuals assigned by the City to receive. these notifications ahd each of these
alarm j'lotificatlons has a date and time stamp. These are actlvfties that would trigger an event log/message.
Please nota that If any of the payment options are not available, the machine will notify the user and will
prompt them to pay In other metl1ods.
, ..
Alarms that are sent to pagars. cell phones and a-maU Include: .
• Alarm On
.', Low Power Shutdown
• Shock Alarm
• Bill Acceptor Jam
<i .. ' Bill Acceptor Unable to Stac,k
• Bill Stecker Full
• Co!nJam
• Battery Volmge loY(
• Printer'Not Present
• Printer Paper low
• Printer Lever ~isengaged
.. Pr"lI1ter Paper Out
'The alarms that are sent to the pay station for updating items such as system status. bu1: do not necessarily'
generat<l an alarm to a pager. cell phone or e-maIl include:
• Coin f.cceptor Jam
• Coin Ac:ceptor jam Cleared
• Coin Acceptor Not Present
• Coin Acceptor Present
• Coin Acceptor Reset:
• Bill Stacker Fulf Cleared
--'~---'. BiII~tot:-Unable..to.stac~ ___ , , __ .. _____ • __ ... __ _
: , I
.. ,
): t ,
• I
, I
, : .... : . ,
• Bill Acceptor Unable to Stad< Cleared
• Blij Acceptor Jam
• Bill Acceptor Jam Cleared
.' Bill Acceptor Not Present
• Bill Acceptor Present
• Card Reeder Not Present
• Card Reader Present
• Print:er. Not Present
• Printer Present
• Print<lr Paper Out
• Printer Paper Out Cleareel
• Printer Paper Low
,1'""\
-'
'" !
, r
, ,
• 1
I' , .
• I
.. Printer Paper Low Cleared
• Pay Station Low Power ShutdOWll Off '
• Pay StlItlon l.ow Power ShutdoWll On
• Pay Station Voltage
• Pay $tatlon Door Opened
• Pay Station Door Closed
• Pay Station Shock On
.. Pay Station Upgrai:le
MEI.ohlnes shEIl I be amI!) to I$erld alaim notlffcatiohs via Wireless for all of thti: folllJ,Wlng reasonS, withIn 30
" se'Oonds of each oocurrence: '
., 3. Ca$ti box status
: ,
, .
I
, ' . . ,
: .
, .
4.
5.
EMS shows the number of coIns, stored In the coin bag and bills stored
In the bllf stacker: however. no alarm 1$ provide.d when the coin or bUi
levels reach I! cert:aln point. This feature is part of the product
development roadmap and will be: made available on a future release.
If the coin acceptor 1$ not working. an alarm will be sent to '
maintenance personnel and the screen options will automatically change
so that parkers are not given coin paym~nt as an option.
Alarms (yibrationfl1i1t)
Attempted theft or Machine'
Mac~in:a·out of order
EMS has a number of alarms It can send out due to pay station
problems; however, It is unable to send out an a1an:n should the
controller box or modem r .. 1.
PARTIAl.LY COMPLIANT
PARTIALLY COMPLIANT
7. Open door Y ~
Notification of doors being opened is provided using a Visual
notilleation on the EMS Web site. EMS will record when a door is open. PARTIALt,. V COMPU/INT
._ .. _, __ but.lt.wl.I41ot.p~oaC!=l~el)<.sencl.out.aIl-EMS.alar.m.il3-thls.sltuation..:r.bls, ___ ,
: feature is being conSIdered for future development. . ,
S. Paper supply 'low
: . ,
•• J
"'I , · 9 .
• I
j 10. Power failure
,
; :
l • • ,
I
· .. i I'
12.
· , . ..
: l
, .
13.
Card reader oui of artier
If the card reader Is not working. parkers will not be given credit card
payment as an option on the LCD screen. There Is currently no alarm
sent OUt for thls kind of flroblem. This all'fm Is being consldered fol'
future software releases. Notlftcatlon of the card reader not present is
previa!;!! usil.'l$ a visual notlftcation on the EMS Web. site.
Colh Chuta JIiI)'nmed
If the coin ~eptor Is not working. parkers will not be gIVen coin
payment as an option on the LCD screen. There is currently no all'fm
sent out for this kind of problem. This all'fm Is being considered for
future software releases. Notlftcation of a c6!n jam Is provided using a
visual notifICation On the EMS Web site.
Machines must have f:\ulrt.ln diagnostiCS software that records and
stamps elate and tlma of aU oparaUol1s events (wernings, machine
failures, resete, low bat,tary, maintenance funcUons, e!c.) for
reporte to the. communications center.
.~ y-
.. J. BILL ACCEPTOR
1. Machlhes sM)1 acc<lpt any combination of the following ...h
denominatio.n$ of currency: One, two, five, ten and twenty.(!ollar,!lIs Y .::!..
welt as newly !ssu~ US Cur-rency
2. The blR denomfnatlon acceptance shall be programmable.
., 3. Th~ bill acceptor wi!! be capable of Il<;lleptlng n~'II versions of "U.s. ..b
bIlls through simplIV ¢6fiware t;lpdates. Y .::!.. .
4. It stiai" f,1cger.lt blll~ 111 any possible dire\lt1on and be ~pable of .JJ>
reco£1nlz1)19 cQunlE!rrelfcur~ily. . Y ..:!.. .
Counterfeftlng detections shaH be updated as reqUired at rio lXIs! to
the QIW .
5. .~ y .
~
6.
N_
N_
Currency ElcWpted by the meter shall be stored in II IO'cked . ...b
---"'m""iii~I~~t1~l1Iefro~jnt\!jml~'¥;''-' --IM-_----
section oflhe meter. . . · ,
: \ .
· ,
l .•
. .. ,
7. MachIne will trenstl1l1 10 the ~erver via VI(Ireless trenslnilla! Illethod~
every tlm,e collectiqn boxes ~I'e remol(el'l. .
Th'e pay statIon ffansmlts an Audit Report that Is generated during a
collectlon process.
The pay station does not currently transmIt notlflcatlon that a collection
box has been removed: however, this feature Is be!ilgac:tlvely constdered.
I ..
i I ' a.
r I l
Th/JI bill aceeptof shall be easlfy removed for servioing or ..h
replacement Y JL.
! : i
! 9. It must atsQ transmit aU audit Informatldli via wireless, as well.
i . J
i .• : : :
-t I' 10. The acc~pior slot should h~ve a p!~tlc cover to preve,rft weather "'It
Intrus!on. Y -'--
K. DESi1'/CREmr CARD OPEBATIOr.l
1. Reepondents li:len\1fy ahe! itemize all supporting e.quipment ·to
support in·ho\lse operation and malntenanee of a credl!lst~red value
, ! card systsn;l. . .
· .
· ,
· .
'.'
· .
COMP.l..IANT
• Credit cards are Inserted into lUKE's credit'card reader and removed
by the parker so that nQ ingestion of the card takes place and access
to the <:ard Is alw.ays in control of the user. This fact provides a higher
level of comfort to parkers considering uslngthe!r credit cards.
• LUKE's credltlsmart card reader Is flush-mounted with nQ part of the
read$r protruding Qutslde the cabinet.
• LUKE's credltlsmart card reader Is modular, unplugs easily. and can be
replaced In less t\lsn f$O minutes.
• For security purposes. the Q"edit card reader reads Track I, hand 3
of all magnetic stripe <:ards In or~ to conform to the ISO 7910 and
781! Magnetic Stripe Card Standards.
• Credit card information at each LUKE pay station and on the BOSS
software Is stored with 2048·blt RSA encryption-, communi<:ated with
I 28·blt SSL encryption. and Is operator (OIlflgurabte to have only the
fIrst f$O and last four numbers Stored. For receipts. LUKE Is
conflgurable to display only the last four numberp of the credit card.
• Credit card data is communi<:ated by. GSMiGPRS. 802.llb/g or
Ethernet cotn!nunlc:atlons In an encrypted format to a transaction
: service Rfoylder.
~ The :;aNtce provider does a real-tlme checll on the card. generateS an
authorl2atlon number, and communicates tW. information back to
LUK£ The autborizatlon Information Is then printed on the ticket.
0: The same credit card reader <:an support magnetlc·stripe and chip-
based smart <:ardS such as the I'OM l3uD Scot: 5 and Almel smart .cards
and the City <::ard ~mart <:ard from Parcxmart. .
~ ,..., ---"·.-Access"t~cr~t.car.<!.tr.ansa<:;lon.data-Ail.BOSS.and..EMSJs.p.as=':tlrd.",-___________ _
protected,ThE> user access rights and pMllwords can be established by , . . .
-i M, 2.
. ,
. ,
a system adminIstrator.
'! If the credit card reader is Jammed, the pay station will continue to
a~pt payment in coins.
Respondents must provide a card reader system:
TIIat reads ani:! aocepts aPPIQ\(e'd il1$gnetlc sl!:lp credit cards with
arid wllhotit embedded smart' Card chips
Pleas\'> note, PoM and Par(:)(ll'lllrt are the fYIO currentlY. supported chip.
based cards. Other car~s are not supported at this time.
! . , : !
· I
· ,
· i
: 1 I
-i ,. ,
I •• ,
• : !
, ,
•
•
•
,
· . ,
· .. : ;: i
"i ~_
· ..
· ,
· .
3.
4.
5.
6.
r.
That a~pis the (fity of Fort lauderdllle Re!lkl~nt ae~cl'! dara.
Responclents is.respotl$ible to enslJre systsm ilompalll:illfty wltIJ
<;;urrent parl>lng card syslem. '
At this time, LUKE does not support the Cl1;y's Resident Beach Card. OPT
can provlde an alternate card With tile same functionality. but DPT believes
It will be very difficult ~o Work wlth Parkeon to $upportthe Parkeon card.
Although technlcaUy the $tjulpment can support it, it; Will require a lot of
proprietary information from Parkeon. As OPT Is a dir!!ct <;ompetitor to
Parkeon, OPT feels It cannot comtnlt to supporting the card as OPT has
no control over Parkeon's assistance In this endeavor.
LUKE has the ability to work With cusoom cards as an alternative to the
City's Parking Services resident beach card. Pl'Oviding eXactly the same
functlollarlty. .
LUKE can aiso work With generic 10 'custom ~ds where:the' i;ard number
Is Included in the card's Track 2 data. With generic 10 car!ls. paliter! can .
get II parking rec~t for a single pre.establlshed rate. This enables parkers
to get parking Without paying cash at the machine.
FOr smart cards. the pay. statton currently supports the Bull Scot 5 and
Attnel $ma~ ",rds by POM as well as the City Card smart car.d from
Parcxmart. The roM card may be used at the pay station and purchase
values are tben deducted from It. The pay statiOn can alsO be used as a
smart card reload station for the POM smart cards.
That accepts the P~rJl)(mart C1Itd . Y ~
Credit CIlrd trallli$ction data shall be eUlMrfze!d. reat·tlmG and sent ..it
to lSI remote server-fOT processing as per City of Fort lauderdale Y..::!...
!>Ilrklng & Fleet Servloes established oommunlcations media.
If oPllrlltlng in Off·line mode, transactions may be CQnsldered tiased ..b
(m. software cepabllit!es to set purchase limits. Y .::!.,
Respopdent shllQ also Id"!T!tlfy the ~~nlty to pr.~re af\1i\ ·16ad 1I$~s of
credit carqs Jhat tlie mapHirte Will fiQt a~p! I'SI!lo!< psts" via. City
of FOrt Lau¢lerdate Pilrliing & Fleet SerVices' established .
CorMIUO!catl01Wi fqr use when the machine communications are off-
line and the credit card transactions are being stored for later
p,rocessing.
Bad cards are rejected In real-tim",. If the communications ~ Is dO,!"R
for some reason. transa<:tfons are ~tored locally and then automatically
forwarded .when communications resum~ If communtt;atlons are down for
an extended period of time. they may be manually downloaded from each
LUKE pay statlon and then manually Imported Into BOSS so that offline
credit card processing can take place. Any bid cards Identified at that time
are traclGld In EMS and may then be downloaded back onto the BOSS
Data Key. 'These bad cards will then be updated onto each pay·statlon
durlng the next manual download ofa transaction. At this stage, if the bad
card Is use;! again and the communications system Is down for some
reason, the card Win be checked against the bad card list stored locaUyand
then re!ected;
I
I . ~
I I
: . I ,
! l I
Iii
,
, I .. , ,
I " .
i I ~ , , I ' ,
I . . ,
,
: f J
, .
, .
· ,
· .
, '
· ,-
. , . : . ;
-! ..
; .
, • J
!
EMS also provlde$ the abllio/ to manually create a list of known bad cards
that ~not be used at the pay ~t1on.
8. Rj eepondents must proyide lpe numb(jlT of Ilardi; that ca!'l :be 'blaQi< # of oards that can be
I sted', and nUrj1!ler of ~rj;ls Machine can store In memorY. 'BlackUsted" -16.000
L.. CREDIT AND SMART CARD RIl!ADEe
1. Iftha cater i;lot is' Jammed (inoperaQle), the maclline should 8m!
accapt colnsl/:liUs·forms Of paym~n!.
2. Unit ~Td reaqel'll shall b$ equipped with SAM's capable of
acc6pting multipte smart card schemes, such a~ MasterC,atd and
3.
Visa. ,
Current Visa and MasterCard produets do not require usih~ SAM
technology.
, Chip-based Visa and MasterCard payments are not currently supported at
the pay station. '
Theile ptograrnJil Will include the ocncapt of ocop.erative use of
cards among p$y stations, and single spaca meters ,in City of.'Fort
Lauderdale.
, # of cards that cal) be stored In
memory -16,000
yzrl --
y ,~ ,
In tile case where the meters
accept either POM (1M Scot 1;
or Atmel.ba$ed) 01' Parcxmart
cards.
M. COIN ACCEPTOR , ' '
1.' The op!o aocepjo,r shall ~11 ~1$c!r~riicaIJy operated and ~hall register y .."
no less t~a!l 98 % ?-f valid coins. N_
2.
s.
'Coin ~~gls!ratjo!1 shalt. b" locaRy programn]able QY' OitY of Fart
Lau~efdale P~~lng & FleS! Services persQmiel.
Af, eacl\.(.lpiri I.s Inserted and passeslhr{)tigh the (illin acoepfer, lis
value and lime purchased is register~ !:m the dis.p!ay. rne'machlne
sljall then record the 1nansactiQn and ~ecure aU coins in's Ioctred coin
oompartmant construQled of a rigid mateijat and IOQated In ap area
E!lIparate from the msChal\ica1:conipiments of the meter.
While the coin bag and optional metal coIn canister are In the maIntenance
areas, malntenance personn61 are prohlbltcil from accessing the collectlon
devices through a dual lock mechanism. The coin ~tI€. houted In the LUKE
pedestal and optional coin canIster. housed In the LUKE cabInet are secured
by separate lock$. The c;oln bag and coIn canister are teCUred by a double
locking mechanism tbat includes a key that Is used to remove them from
. Inside the 'pay station and separate keys to open them; Maln~nanc;e
personnlll without keys cannot remove the coin storage devlce$.
P.ARTIALt. Y COMPt.IANT
I :! 4. ~~s. reQos,nltlcm shall Include nickels, dimes. quarters, ~n4 dollar y ..,.
! ..
j ~.;
I ,.
I i : , I 5. Rejected coins, foreign coins, ~i\lgs shail be immediately returned v!~
i r I
the coin return outlet.
, , , , . I 6. Tlllire shall be a prpmpt me!illls to cl~ar lien! coins and countarf~lt .; !
I malarial tMt may Iam'the coin. acceptori . ,
• r 1
Coin acceptor must have an antl-puii back mechanical feature In coin · . , 7. : ~ ; , chute. · ' .. MaGhm~$$h.anGontaM: I . ; 8. An automatic coih shutter, -whioh wlIi -opan for ooln Insertion. but hot
for pl?lillle, wOQt1, cloth, ~a iill ,no(l'riletal objects. Tha coIn slot eMil
! . I
haVe means t() prevent insertt¢1'i of foreign objects.
, ' . OPT may supply an alternate non-shutter coin bezel. which can pr6Vlde
resistance to the threats Identified.
• : 1
, , '9. The call:! mechanism shoUld \la able to reject foreign coins and slags.
, .
, .. MachlOes shall b.e able to accept at least 4 different usar defined
coins f/lrough s9f(ware parameter change only.
:
10. Machines shall have a bullt-in feature 1l1a1 prevents coin and debit
card transac!lons used for testing p.u,rposes from registering In the . . . total revenue reglstar •
LUKE does not currently have a built-In feature that prevents tbesl'l
payment methods be!lIg used for teSt purposes or prevents them from
being recotded on the total revenue register.
11. All ooins shall be accepted through a single srpt:
12. Removal, replacement, or repair of thEl ooin $lot should take las!! than
two ,minutes. The ooin slot must meet an ADArequirements,
!
, ' , . 13. {ftne coIn slot isjam,med (Inoperable). ijle machine should slff! aocapl
bUls. ot<?dlt or sm?rt oard f<?rm:s of pe,yment.
N. PRlNT~B AN!} RFCEIP.l',PAPgR
1. Meters must utilize thermal or non-thermal printers (no rihoons) with
Umiteci .mbving paris and with il1li1lecliate ?oCcass for oleaning the
, . paper path. .
. .. 2. The printer shall be easily removed for servicing.
: :, 3. Primer intehslty should ba adjustable.
: .. J
v"' ,.,..-
y,#
--,-
ylii/
-"
,,::!..
~. y-
y~
~
V'" -
Y~
, . 4. Th~ printer shall b'EI non-proprietsry and avaUable at tile City's. ..JI; liIscre~ion 1rom 11111 inilepePdent $oqroe. Y ..::!..
, ,
,
Although the printer i. of non-proprietary nature, the Clo/ is discouraged
frem alternate sourcing It as It wlll void the warranty on the pay station.
N_
N_
N_
Nji
N_
N_
1II~
N_
N_
N_
I
I ••
. : I
• I
I • I
j , I
! . :
!
I' • ' .
: I i , I:
~J t I , '
1 ; I
I
i ! ••
..
, 1'1
, , . ,
·
·
0 ,
.
..
· , . , i ~ :
"' · , .
• • I
::1 , ,
, . ,
· .
, ..
!
5.
8.
7.
8.
9.
10.
Re,sponderit~, Plust p'roVide speoi(Jcalions of recej\)! p'aper
Receipt paper shall be a conllnuous single roll or $9k of direct
paper.
Receipts llhall print within ten seco!'!dli and shaD have a high dli!9ree
of quality and legibility. 'They must remaln legible after reni~riing
~l~e a 've~ic!e In dlJ:ecl sunlight alid heat for 24 hoqrs.
R'espopdents slate file ~roximate number of customer transactions
per roD or stack of recel paper •
The printer currently has an average capacity of 2,200 receipts in Pay.and.
Display operation IiIld 2,900 receipts In Pay.by.Space operation before
reSiling. OPT Is also testing larger' paper rolls tIIat could accommodate a
higher number of tickets in tile future.
~ Y-,-
Available upon request.
However. use of non-DPT
supplied paper wUl vold tile
printer warranty.
Y~ -
y ,"I N_
RecelPt'$ shall be available with custom printinglgraphlcs as y ~
deSignated. ~V the City. , N_
Recelpta shall display "RESiOENT" along wttllU1e card' number when of!
the City of Fort lauderdale Resjdent Bea!lh Cerds is used Y --'-"
If, DPT's version of resident card
Is used (see above for
discussion).
o. rRANSA0110N ST.QRAGE Alllb PR9GesSING ' .
1. All ttanslllclJPI1S shall De s!9rll<l In a pai.\$word' protected secure
, ,database file fonnlitWlth authorized user imporVexport C<iipabillly.
The ~taba$e must be Ellther SQL seNer or Oracle.
2.
PARTIALLY COMPLIANT,
Each LUKE pay station Service Menu. tile SOSS software and EMS online
Web portal have password protectlon that Is set up and controlled by the
Qty assfgh~d Admlnlstrator. However, the database does not aUoW for
user Impolflel,Cport capabilities. BOSS supportS MysQl:--.".....--------------
Transaction data carl bIl a<:<:eSSed tllrougb EMS. Data can also be
exported throughCSV flies. Transactton data tan not bIl imported as per
PCI regulations. '
With a minimum of 12ll enoryptlQn, 'respondents shall state ~ny methOds of enciyptlon or other
SeQ\jnty ~easures taken to meet tlie mInimum of 128 encryption.
COMPLIANT
All data stored on tile pal' station and software is encrypted wlth a04S·blt RSA encryption. All data,
transferred bIltween tile pay statlon. EMS Server. and the processor's server Is done using I 28o:\:>It SS~.
Additionally. any encryption schemes in place by tile Internee Servlce Provider (via WI.FI, CDMA. or
I ,
I
I
I
l' . l~'
; '!
i
'1,1
, · • . I
, • ! s.
GSMlGPflS technologies) further enCI)'Pt the data transmission.
TraJ\saotlons shall be tracked and Identified via sequeriliaUy
numbered lS.erles. N
i I 4. Trru)l!l'Iclions, dlagnosjl~ data and sec4riiy a~ excepti!>ns
shall' be stored In separate and protected memory are~ In
nonvolalne. memory. This data shall not be mlinlpl!Jated' wIth
systelli software. . ''-
i
!
i
, ,
! . , ,
I , , ,
. I!
. ,
, .
..
. . ,
. .
. , .
1· :
: . ,
I .
. . .
i·
5. Sy\Stem PC?Wer loSs shall not oause the loss oflransaclion history. .,
y-
6. Respondents shall state ttt~ average number of transactIons
capable of being herd 1h memory bef<!'rEl overru!'t Qocurs. v:1:..
Each pay station Is capable of
set\lrely storing data for a
mInimUm of 10.000 credit. debit,
and smart <:ard transactions.
7. Transactioh history shall inolude Individual, hourly, dally and y~ monthly transactional history reports. N'_
8. ProVide lire ability to autom~ ~ Irljili$fer of lJl~ter revenue data
to I!n external systam.. Create a CSV file of revenue data, y'" stm')niarlzed by meteri,f, coUectiol'l date and currency type (co1hs; N_'
blUs, credIt oard, smart card. pay-by-phone. etc.). -'-
,. . .
9. The system i;Ilall utilize a minimum Pi" three transaction-v"i processing mooes, on-line. networked. anil Off·line.
10. All trall'sactlons reports with the Resident a,each Cara.shall inoiude
the c'ard I\w:nber. . . y..f
Provided Dl'T's version of the card
!$ used (please see discussions
above}.
P. REAL-JlME CLOCK '
1. .'. .. The: meters shall auiomailcally adju~~ f9r daynght savings time '!/l
2.
4.
aciiOidtng liHlastern Sl!!ildafd lime *1'01'2009. .' '( .:::.-----~N_
The meters shall ile el:!ulppe~ WIth a programmable tll'(l~ of day J
clock that Is accurate to 30 sellohds per month. y 2,
The clock shall operlltEi continuously and shall \lIsa track tfle year, ..II'
montl'!, \jay, and daY Of the week. Y .:!..
the cloe!< will remaIn operational during battery changes and· y . ..11' ...
power losses. "!t
N
.
1
-i
! ,
:
i
I . :
· . !
! S I · .. , . ,
! . i
, ,
: . :
• • 1
! •• , , ..
· . ,
It!
, ,
·
·
-l
•
Q. P6i111ER MANAGEMENT
1. Respondents shall s«lte the rolJllwlng:
. .. Meters primarily run on ~olar pow~r and solpt-pOwer (s used to onarge th.e battery.,
• Mjlters run primarily I?n Solar p?wer and the batlel'Y, Is tile b~p power source: .,'
2,
• The solar pow ?fed machine. must haye the cti/pability ~ complete at least two hundred (200)
transactions pei day without requIrement to recharge the battery.
COI'iPUANT
LUKE'1s ·Power.ed by 2: x I2:V 35M S\'Ialed gel·eell battery that can be trickle charged using a solar power
panel. .
The length of time the battery remains operational Is dependant on the number of dalty transactions and
direct sunlight provided In solar operat10ns.'n non.solar installations, LUKE wiH perform 100 transactions a
day for $lx days on backup alone In a two·battery C!)1\f!guration. On-street daily transactlons are typitaUy
lower, thereby enabling operations beyond one week,
Respondents shall state battery conflgur,a\ion (type, siZe, VOltage,
IG'cation and ntlmber), normal batterY field life and expected
transactions when running on battery only.
The length oftim~ the,battery remains operational Is dependent on the
number of dally transactlons and direct sunlight provided In solar
operations. In non-solar Installations, LUKE will perform' SO
tra1l$lctlon~ a day for 14 days on backup alone in a two-battllry
configuration. On-street clally transactions are ~pitaUy lower. thereby
enabling operations beyond one week.
TYPE! Sealed gel.ceII battllry
SIZI;: 178mm~ 1'98 mmx 130mm
VOl.TAGE: 12V 35Ah
LOCATION: Inside the L~KE pedestal
NUMBER: In an AC I!Onfiguration, LUKE requ1res ons battery. In solar
conflgurlrtion, LUKE supports !)NO batteries.
y~
B.ilEPQRTS
1 Pas~<?P reports shall be available to system managers b.y form fill ..h
quenljs or simp!1(I qUlin'"!!. . Y ~
II
3
4.
6.
6.
I.nl" repone so!t.Wal'6 slioula provla~' report caj%\ll!lity on all ...,
information gather,ed. '. Y ..!!.. 1'1_
Report propertf6l1 should blJl «ser diilffniilb/e, T:hily should epntaln the folfowl(ilP
Cumulative totals of !III cash and card ffanElactlons ~
Type, date, time. and type of all afilTmS .
£late and time Of aU maintanarfce ffansllctlons
Malntenance logging is not currently avallable at the pay station, but
plans are In place to release this capability In the future.
Ma'i)ltenapce aotMty by location number
y-
yili/'. -
N
N_
, \ ,
, ! Maintllnance actiVities are not wrrently logged at the pay statIon, but
, I
are being conSidered for a future release.
, i 7. MaIntenance activity and operational stall!s 'k:f : · ; y-I ~ 1
A rllport all()WS operiltors to see the operatfooa! status by pay station.
The operational status of each pay statlon can also be Vie\\,ed In EMS.
, . , ,
Maintenance actMtles are not currently logged at the pay statlc>n, but . .1
• 1 a!'4! being considered for a. iUWre release.
S. Mallitenance ilmMt)l by type y-N~ · .
· . ~tntenance activities are not currently logged at the pay statlon, but
f ' . are beiR!: considered for a future release. .
9. Date and time of aolleqtlbn ' y"i' N_
'1 I ! .-1'1_ 10. Maohlne Identification '" . ".' y-
11. Maenine losalion y':f... 1'1_
... 12. Seq~enttal collection number y'f l'l-.. is. T oIai amount of money in ~e collection y41f' 1'1_
, . -14. Total card usage y, IfI/ 1'1_.
15. Toial cash in bm cqntl(ljner (real-time)
y:!..,
1'1_
16. Total oash In 'cQin confl!lil;iar (real-time) '" N_
Revenulil 0)1 fbcaUdli'number
,y-
17. y'" N_
is. Revenue by colfectlon area -N_ Y:!...
, '19. Revenue by maintenance route v."i 1'1_ , ' ,
. . 20 • Toial number of tlckets·lssued .., N_
,,' ....~-.. y-
21. Total numbEor, value, and type (credit card anellor stored value y~ 1\1_
cerd) \Sf (lard transactions. -22. U~flt Jog Ill'! ~Istory and activities,
V 1.. N_
23. Exception report for unl\S tlol rep?lred V_ ;'N~
" . As'jlJrt-ef4;ll"Ps-!>rGd~<!l!-readlllllp,a-l\mtur&pfarrhas-beell-mad&w
, add extensive maIntenance logging and reporting for pal" station
· . i activities. Part of thIs plan includes an e><eeptloR,report for meters not , repaired. A~.te-fs.cl!lTl!ll!;lr not iD.place.{o~ditlon of thIs , ' , • feature. . , , .. · ' . i'; .
1 .. 24. Operational s\liltus by u~l( y:i • N_ ! .
{ .. .1
! I' : 25.: Daffy collection 'report with localiqn nu~er;S and audil ..,'!t ' , N_ · .. • I • ,. ;
I
( I
I I : i
, ... ,:
I
I !
I
Exception report 16.r;lIl)IIS not oollected y-
Provide the abilitY t¢ ,automa(e, the transfer of ~fj!er revenue data ' ..h
,to an external system. Create a OS\( file 6f revenue data, Y.:!...
, summarized by meter iF. cg1!ectiql1 date and ¢Orrenoy type (c9ln~, '
burs, oredlt oard, smlilrt card"pay'by oeli. elO.). . ' . . .
s. COMMUNICAIJONTSVSTEM MANAGEMENT SOfTWARE (W1REUESS) .
N
1. Respondents must describe; in detail, arl of'the equipment they propose to use and the security me<lsures
., employed to protect data ap'Cess and ihte>Jrlty. '
The LUKE pay statlon can provide remote cC!mmunlcations capabilities through the following technologies!
, I f Olrect Ethemet conneotion
• GSM/GPRS cilll!ular
• CDMA cellular , 602.11 big wireless
• MetroMesh W,i-Fi (for el(ample, Tropes NetweOOl or Strix Systems) , ,
" if GSMIGPRS is selected, as the preferred n,etwork, the pay station may be updated at a later date·WJth WHi
technology. The upgrade process Involves tbe Installation of a Wi-FJ modem, cabling, and bracket, Only software
configuration changes are required as the stalidard'software supportS both GSMIGPRS and Wi-Fl •
. ' ..
In rlwlewlnll alternative proposals, DPT would highly recommend tbe City ensures all vendors have proven field
Integrations with a broad range of network providers. , '
OPT has Installations that may be referenced to support the pay stations' ability to work w"1th all of these network
, configurations.
C;:redlt card information at each LUKE pay station ~d on the BOSS software is stored with 204S-bit RSA encryption ,
and communicated with JlB-bit SSt. encryptlori, and Is op~rator-conflgurable to have only the tlrst two and last (our
numbe\'S'Stored. For receipts, LUKE is conflgurable to display only the last four numbers of the credit card.
., Additionally, any encryption schemes In place by tile Internet Service Provider (via Wi-FI, COMA, or GSM/GPRS.'
technologIes) further encrypt tbe data transl'l)lsslon. , . ,
DPT's P\05Iucts contain public and prlvaJ:e keys, whlc:!r protect and encrypt $tored data, Seenre password features have
been enabled: complex passwords ~Ei new enforced. , ' "
Cardholder data cannot be stored on a server connllcted to the Internet, that Is. clients cannot host public Web
servers or Web appUcatlons on the same netvtorn.' ,
.. ,
~ , ~
~ " .
" Using LUKE's EMS remote management system, L.\JKE Will·push" information out through these remote connections
ratber tban require operators to "pulP' information by dlaUng up each pay station. As a re~ult; each tran$1¢tlon Is sent
(rom LUKE as soon M it is completed, '1fflkh means up-to-the-second reporting rather than historical data only. All of
thl$ informatlon can be found through a password-procected Internet portal containing up.to-date status information -i , , '
i-'
I
1'1 !. ,
! , , ,
i' I,
i
, on every pay station In the !leld. This means that CIo/ personnel with passwor<! access can obtain information about
the statUs of their equlpment,from any Internet-enabled computer in the world. "
, .
In addition, tbrough the remote communIcations Infrastructure, LUKE has tbeoption to do real-time credit card
prOC6S$lng with direct deposit Into the City's bank acootlnt;li when LUKll's EMS remote management system Is put In
piac«!. This capability would eliminate any credit, catd fraud and potential revenue losses. LUKlfs transaction time for
i .. ,
I ' I · , , , ,
• • t ,
Internet credit card processing is approxlmateo/f'we set:ends.
With the remote communicatlons option, the LUKE pay station also bas the ability to send out a number of proactlve
alarms to pagers. mobile pbones and e-mail '
; : '\ The cost to the City will be $30fpay statlonfmontll. ,.
; ,: 3. Respondents shall eXJ?I~!n average time ~f rePl\ir and au~.1t ,transactions, under normal' op~ra!in"'! .,l . , , ~ndlt1ons. for bom wireless, two-way and Ilane! h~ld com.municatiC(l'!; , ' , ...
· . , For credit caret transaetlons, If real·time credit card processing Is enabled, credit cards Will (lEI proces~ed as the
transactions are oc(:urring and will be deposited In the bank by the transacl:1on processing company. All real-time
,. tranSacdon data wUI also be available online through 'EMS. .
4. Wirele,Ss two-W<lY comml;1nlcation mtl~t be operable in lhe City's ",JJi
garages Y ;!!.....
9.
, .
, .
, ' ,
! . i 10.
-' ! ~ .
, ' . 11. '
! ..
: ... 4'
i .
,. , ,
Machll1e$ shall be,capable ofw!te!e~ two-way communltiatlon 10 V J,
a remote corrimunleaUon center to transmlt finanCial and ac!1V'rt¥ "!l
reports and.u!)ii Status.
The; clearinghouse system must conform to International
standards OrganizatIon (/SO) standards for aU!i1erization ~
mes~ages, Y _
Access to City of Fort l.,auderda!e Parklng Services data shan be
secured, at a .1'l1inlinum, by password protection and shalllnqlude
lUultHevel ~ss bQntroL
The \lCiftware frlust supply reports for revenue. maintenanpe,
andlbi'space usage. '
Info~ation tfla! must be tr(lnsmilted includes, but is !'lot llmlted to:
Cash box status (lower limit warning when coins reaoh a
programmable amount and an upper limit Warning when the
Machine shutS doWn) ',' ,
EMS shows'the number of coins Stored In the coIn bag and bllls stored
In the ;bIll stacker; however. no alarm Is provided when the cotn or bill
levels reach a certain point. This feature Is part of the product
development roadroll\> and may be made aVallable In a future release.
If the coin accet>tOi' is: :not working. an alarm will be sent to
maintenance personnel and the SCNllln options wlll automatlcally change
$0 that parkers are n'otglven coin payment as an option.
Y 1,;.
P P;~;;:I~LI. Y COMPLIANT
Alarms (attempted theft !>f Machines. Machine out of order, (joer ;;,b
open, out of paper, eto.) V .:!...
Man~ilemeni data consisting of Pl!rchase of lime (oc;oupal)CY). . ..#
~e' bOUl!~1 intervals (dureUon)j tYpe of transacl!ons (coin' and Y..:!...
card wilh Elrnounts paJd) etc.
PARTIALLY CQMPI..IAtJT
16.
17
18.
OPT is in the process of developing a rate report in EMS that will allow
EMS to receIve and store rat\!> name Information from the pay station
such as time bought intervals. The pay station does communicate
Information on occupancy. types of transactlons, and expiry time.
MachineS jlbilll: ,
It shall r~corclli\Jld stofe lhe number of v.aWd coin, bill and carll
transactions aIld shall be accurate to 98% of aotoal claposits. . " . " . .
Transmit data to tamota communlcaticin center cash box staWs y .J ..
management a~te (occupancy. dilration. etd.) . T ....-:-
Mak~ multiple attempts if reception of the transrQi!lsion is not ~
conflrined »)' tha communications Center . Y -......-
The communication canter shall:
Make.multiple allempts If card payment does not claar .~ y-
Transmit expire-illinvalld eard lists to units via two-way
communWoh' .
If the pay stellons ar!" ontirw, an expired list Is not necessary.
:rha software will facilitate Iha management of communications, y...b
rates, tylalntanance. collections anc! ~clit functions. ' 'Y1'
Group Unit§! for oommon meS~aglng .
-assign Machines to predeta.rmlned groupIngs
-parades and. ~thar oommuhlly evenfe
other sO!lwaf~ security fe.atureS,
Cf,lMPUAt\lT·
N_
N
N
-..,-----All datli St<ite1!<mlh"6')Sa)' Sla'ctdll iIlldwft>l .... " 1$ elR:. r~048·b!t RSken<:ryptlOIl:;-AlI-data:,...------
ttansf~rred between the pay station. EMS S~er. and the processor's server Is done using I 2a·blt SS~.
Additionally. any encryptlon schemeo In place by the Internet Servlee Provider (vla WI-Fl. COMA. or
i i; 2.
""i .•
! , .
GSM1GPRS technologies) iurther encrypt the date transmissIon •
. Pill -credit card reports. from the !*1< office '$o~are" sHould "I'
balance to the,~learlng housa transaction re~orfs delly, Y .,;......, N_
Mac~in.e~ ar&1UIIy programf!labie. Fi~td 'programming !~ to be
accoroptrShad by City of !fort laud~rdafe Parking Sel\llces .
Qap,ailmant staff, using any of t~e foJ[owlng for all parameter
cl'uinges:
f : I, , ... ,
i ~ ,
: : i . ,
, " , . ,
, . , ' .
I ••
• !
o I ...
, •
, ·
~ : !
0 •
. .
4.
5.
6.
7.
8.
-.,~,
• Wireles$ two w.s..i! transmission
o Hand h'eld. and laptop using InfrareCl. RF, or Bluetooth
pr9to'col . . y "'. .."...... . A laptop or handheld dlWfce Is I'IC\t l'<1llujr~ to update the pay
stlltlon. All pay "",~ions c;on~ected tQ EMS are updated reJllotely
using 2 waf c;ommunlcatlons (wireless or wired) the through
B9SS/EMS.s.oftwarEl or by usIng a simple USB key (BOSS Data Key)
with all c;onfigumlon changes downloaded from the BOSS
computer
p.ARTI~I.Y COMPJ..IAN1'
The Sys,tem management software shall be conf4jurable in a .,.b
slngle-slallon and/or netwoJ'ke'd fashion. .y ..:!...
it shOUld be I@ltiva. oqnvenlent, aoCil easy to liSe. .
. .
Data stof!ld In the software packilll!l ~hall be deslgns~ to allow for . ..#
the easy Import ~d export of all /1e1lfi$sary data to fully integrate Y .::!...
the system Into other data base systems •
Thess and all featuril$ of the software must be password "'-
cpnt~oll~~ wi!h ac~s levels 1lsslgned by Clty.of Fort lauc:tar<1ala Y ..:..:...
Parking S~rvlceS 4e$!gna!e~ ~ystem AdminIstrator.
The System l;!o$1'lDesld!>p Management. Software. sh6uld:
AlIo,!l user to s~!ecf opflons at Ille end of a rafe pe~io~ to incjude:
~I!ow/not ~Uow P4tc!lase of tim~ ellceadjng the I1hlftlCllfe
maxImum, allow/oot allow p.urchas& oftlme elapsed at the end of
a rat~'shift period, alfow/not alloW JI~r to Pl!rchase time throU9,~ a
~pe<ijfied ~hlft down time at Ill> chafge, allow/not alloW pv.rohase
of time through a 010$00 day at no charge. .
Allow the user to select !hC;l·!ilte f9r each indiyldual !lay and have
the ability to desIgnata a·(lay oloSE/d. or "free P.arkin~" i:lI'lY.
Allow user to coo'flt/ure a ~l:Io()ndary daily rate structure to be
acttllata~ by ~ ~p.~fied day: ..
·Nlo)ilt time to be purohased at a mInimum of 1:5 .. miou!e blocks or
Dy the !1'l.inuta.
Include. at least 6 rate tables 19T editing.
Inclf.llfe a mlniJ1ll~m of 3 shifts per rate fable.:
Rate tables allow user to select from the following oplion~; select
the time of day that each individual snlft' will tieg/n, se! the
maximum amount of money thaf will be accepted in a given sliift,
set the exPrre tlm~ ot it given shift, allow lhe wrchase of multipl~
days, allow multiple d$y' purch!lsea to bj) elthar 24 hours fr9m
Plll'9hase 4ate or 24 houm from expIred time of a shift, allow ,for a
jierlod of time durlr:Jg a shift that the sY.$wm will shut down, able to·
. set a per minute rate, able to selecit the number of 15 min\lte
Y"
y~
y"" ~
V::!..
Y!!"
.~ y-
Y ."i
N_.
N
N_
N_
N_
N._
N
N
N_
· ,
; L
I • !
j : I ; t I I I · . 15.
: r!
! ~ : : .. 16. ,
;n
· . I • I 17.
· , .
, : ;
· .
· . is:
· ,
19.
, .
20.
· , 21. · .
22-· ...
23.
24.
25.
· . 26.
• 27.
, ;
, ; :
I ,
-i • ; 28. • · I I
I
! I 29.
i
,
! 1 ,
I
I I
i
i
l!lo9ks p~r. hour and the rate to be Qh~rged 'fgr the 15. minute
blocks, and Is ,,!ble to aU!0matfoalty print a reQelpt The rate table
mu$t be capable of being adjusted remote'Jll' using the back office
·softWare. .
..Allow rat~s IG be eilited by the hour. V"" ~
Allow a mlplrrium tfme purchase to buet: y,#
~
Configure length of time the audible alarm Will sound. y-
The pay statIon audible alarm is preconflgured to sound for 30 seconds .
and (annot bl!> configured otherwIse. If this feature Iii deemed a
necessary requirement.by the City. DPT wllkonsider adding it to its
product deVelopment roadmap for avaifabUity In future software
. releases.
'Set the start of a day. V"
Allows for an optioll to prlnVl'Jot print receipts. V'"
Set iii ms«h:nuln number of tickets to be sold in a day. y-
Set en amount thai no bills above that amount w'dl be accepted. y'!t'
{let the maximum amount of mQney that wlU be accepted: :.' 7 y-
Select what to do durln~ a printer error. V_
S!illlmodify cr¢dit cer9 p&rameters fa Include: enablelnQf enable V~ oredit cards, aca~linot accept American Expr.e.ss, MallrerCard
'and Vls,a. a~p riot ~pcept a crecilt card when elf-lIne. set
minimum/maXimum cre(ll,t amounts and set iii (!efauft "mount.
Acc6nimBdate a mlnlmom of 50 spaces per machina .. ." . ,y1.
Vary rates by stan renge. .,
y-
Set an ·exPiration window to Show expired/going to \iicplre stalls, V, i!f
D.r) e,hforcel11 etit rllpo)'ts. .. " .. -
N_
N_'_
N~
1'1_
1'1_
N~
N_
N '" N~
N_
N·
N-,-
Upon the enforcement officer prompting' the pay station. LUKE will, . i>A~TIAU:. V COMPLIANT.
print II report showing eIther valid or ~lred spa<:es for. any range of'
spaces that is requested regardless of the p~yment method. It wiD show
all the spaces currentlye51plred or going to eq>lre: however. the City
will not be able to enter a time eJq)iratlon wlndo~.
Set an enf~m:ement access code.
Set an lnactMty time·out'for the bacKlight/overhead tight. . .
,
I • , , r. 30, Modify the printed receipts. y~ I : I
N_
3t . Set an "oU! of service" phone numbar, N~ .' J I ; y--/
.i I 1 32. Preset charg$ for spacial rates, \I'Ihich Celn be ramqtely updated ttl : r : i ; i by using the baak affioe softwaTlil. y-N_
.. i . " : .
I ,. I 33. Does not aUP11I for user manipulation \If aUdit historical data y"-' I
t . i witl10Ut an audit trail of riianJpulailon, .' . i'l_
I --. , , 34. All rem?te programming must ~ allowe~ using standard' y<t{ communioation protocoL to( --'-..,..-
, ! 35. l\IIachlnes must hE\ve built-In diagnostic software that reoords y~ dates and "lime stamps' all QPerationl! events (qnll failures. N_ · , resete, fow battery, etc) for reportS to the oommand center. ...,..-
, , 36, Upon cyo~ng thrOl.\gl'! the ~iagnostlo mode, Machines shall be y'1! able to' update tile !lr~play litillus; display appropriate messages. i'l_
I ; ~ and Sljlnd diagnostio rel'!or!s to the communication cemet.
37. Self-dlagnostlo tnode should be interrupted if a higher priority t.lsk ~ · , is queued (a customer at the unit paying for parking has the
highest priority), SlliY-dlagnostic results can optionally be sent 10
y-
the coml)'lunfQ!rtiof\ center. .
38. The system will report the status of each machine to a central
· , server indicating staius and ?i~tin conditions (m alntenance needs
and Qut-or-order conditions). The communications I!ystem shell
also provide real-time notiffcafttin of collections, maintenance,
alarmS, revenues, a.n~ Indivic:lua,l patron transactions to tl)e City of
rort lauderdale parking Servlces.· "
1'10/ lltatton alarms for 'collectlons are currently not available, bue y~ reports may be viewed online In real-time to determine how many
coins and bills residE! in the pay station. Plan~ are in place to release -
. alarm J'lotffic:atlon on collections in the future PAB:TIt\lLY COMPUANT
, , 39, City of Fort !;aUderdale PElr1Ql')g Sel'Vices shall ba able Jo njodifY "it .
rales and hours of operation via the communio~tion softWl:lre and y-N_
upload this new comig~iaUo'n to Individual meters or any
. , coml>ihl!!tion of nelwcrke!i meters •
----~~--~T.nhe~~~!s~~~n~I~~~~reus~'bwOw"~W~; ____ ~ ____________________________ __
.: 42.
i : : : .. ~
-j ••
: :
: • I , .
!
1 • ,
! . : . ,
: '"r
Be Pql compliant for· transmission of qredlt C~d-.data and· ..#
passwo1'4 protected . . ....,y.""'. "!l,,-,-
All proeesses used by OPT equlpmefltto authonm credit card data l\'"
designed to foUolI{ the latESt practlces as speclfled by we PCI Data .
SecurIty Standard. Both equIpment and company servltes have been
audited by a third-party to en~ these pl'llctices have been met. OPT
first received ofllcial compllanee as II level I Service ProvIder In' April
200r after completIng ali audit by a quailfled security assesllOr (QSA).
OPT completed Its third annual audit In May 2009. OPT's products
retelved official validation under PCt's Payment Appllcatlotl Data
Security Standard (pA.OSS) in O_mber 2007 and Its latESt major
,
I
1
I · ,
, -I , : !
: ,
i
; I 4& •
;
,"" 44. " ,
, ;
, • 45.
46.
I I
; ,
47.
: •
: ,
48.
, 49.
• ·
50. ,
51.
•
52.
53. . ·
software release was validated In May 2009. Confirmation of Dl'f's
status may be found by reviewing the lists of Comprrant Serylce
Provi!lers and Validated Payment AppJicatlons on Visa's Web site at
.l\#p;/lwym,yls!!,wmlcisp.
Communications sof!w~re Includes tile following options, elial
modem, hang-up' m9clein, and walt for call, recelve/seQd a'uClit
commands and lot ffm~ions.
Accesses to vital communications areas are password pfote~e~.
All system, p,hone numbers ~r& held II) .2 phonEi directorY fbr ease
of accesSing phone nu~~ers. .
Has the abilIty to hl>\ng up the modem via the communloallons
software.
Able. to set softWare to a walt incoming ca\fs from a remote site.
Able to process aU tlal1saotions, and b~c;kup. exception log,
diagnosllcs.
Records set)ur!!Y Informl\lion to include: • Door open/door closed,
'Oash container In", ·ca'sh container ouf'. Date, time and machine
number Is f<!lcOrded wltli asoo entry.
There Is no automatic notifscafion of cash box removal. Thls notlflcatlon
is tr~cked by the time and date ¢f an ¢nline audit rep¢rt that is
manually printed at the pay station during a coin collec:tlon.
Mllintain a IQt! Qf a)) tl"an~cHonai ~~nts. The (og Informallon
Includas: I'!l~Mdual.purOOaseS; receIpt numbe~ !I~nerated. power
outages, syst9!ll restarts. .
Communications saflWare Is .aJ:!le 10 receivlt processor
configuration !abies.
Qomrn4nlcatlQns s~e is able to set and send C\Onflguratlpn
tablElS and diagnostic Ie)lels. '
N
v~
'if "{ -
y::!..
v:!...
PARTIALLY COMPI.IANT
yif..
,,1-
-# y......:.:.:.
N_._
!il4.
Cammunliia'tlons software· 1$.' able to e,end a ba!l'credlt card file to ~ updat~ credit cards that !i!relo be r,ejected.· 'yNfA+_
----~~-fe~.m~n~"lmo~lri~~~Uml$~T~Hlh~~da~le~wwtruHlmb'~~~.------~~~~~--------------~
I
· , ; ·
~ , , •
: ,
•
i : ,
, · • ,
, i
55 ..
56.
57·
Oommunlca!lonS sQ{tWare Is li!bl~ to add time to ~ eeieclef;! stall.
Cah not ,be done ·through:l:MSIBO$S softWare, but· can be
performed by the parking public using any pay station or through
optional pay-by-phone functionalIty
.........
y~ --
Com\l'lunl<:latlons software Is able to check the statue of a selected. ~.
stall. ." Y ..."......
C,QrilmunlQlltions . siiiiware II,< able to vIew netWor~ $ta~ and ..#
'IridiCate wlilch terminals are cilriantly on-line or off-line. Y :;!...
N
. , ,
. ,
I ; \ · ..
· ." · ..
, ,
• t I
..
. ,
58 •. Communications software.' iii able to fllmotely monitor the '" following arelils; status, o~sh box, audit, p~r, and version . Y ~ 111 _____ -
Communications software is able to view the cuirent aUdit totels 59. v~ .'
and current gtand totals to'lnolud~ cash. credit, (!ash card ~ncr N -' over.payment.. .. .
60. CommunlciiUi>r!s software Is able to view the curr'etli status of the y'f// . following iie'iils:' .' .
a. BIR.Acceptorl "disabled', "jammed"1 "notj$mmed" -:-
b. Bill Stacker: 'full"I"not full" .
o. Coin' Acceptor.: "enab!ed"rdls~led" and 'lammed'fnot
jammed"
. d. Card Reader: "present'/;'not prseent"
e. Cash COntainer: '!\n~taIled'rnot Installed'
f'-Goor: "open"f'clQsed" {ma{hlanance and CollC¥i\illn}
g. I.oqk: 'opelfr'closed' , (malnten~nca and .Collec\lo!])
h. Power status ..
i.Alarms
61. Communioatlons soffwarl'l is able to alert u~ers to at arms via y~ emai~ and back offfcesof!ware. N....--: -
U. PRICE LIST/COMPONENTS .
1. Respondente 'Shall provide to the :Clty of Fort Lauderdale Par~rig Seri/lces a sclJe.dule of IndMdual
component pricing, inoluding a pricing discount on all maIntenance and re~r materials, parts li\nd
. supplies, and a residual value on mlildular ClO1l1pOnElnts returned for repali' or f$manufaclur~. T.his
priolng i~ for allllddillonal parts and oompQf)llnts for future rep.!ljts, eto'-l19t Clo~nents required for
initial product.offered, and Is to be submilteCi for Informational purposes on -wll! not be factored in~o
award crlt~~1a cost conslderellons.
2.
3.
Please s~ pricing sheet In Append~ G.
Respondente shall supply pricing for the purchase a slngie meter ·to inplude aft p.~rts . . .
Respondents shaU provide .avaflabiliIY and p~bihg for additional ".b
parts ~hd ooinj:iol1en!s. :;J yeare ii1fter th~ .eljd of the warra.nty . Y 1
period. .
Maoilioes shan ha'iI~ iptllmal !ldmponente designed as '"
InterChangeable 1J10dular. parts. y ~ N_
4. ResPQndents shall ext>la!n what too~, ~ any, are lJ!lede~ to
rep!~ modular components.
· .. : t I
-1 ..
• • I
; . :
· . ,
An internal devl<:eS are modular and are comtructed to provide easy ,
servidog 1;ither by hand or with a few tools. The only tools utilized to
remove comp.onems are a PhUips #2 screwdriver,' flat-head #3
~eWdriVer and a nut driver #8.
5. All rePfllt~~en! compon~n.~ shall be read\iy'~allabl~ ~rom II local y. J
ISlributOt, III thlil ellent IIiat the local dlst.rlbutor Js teMporarily out "!l'
ot any oomponent; addHional components sAall be available
Within .twenty-four (24) l)O!lTs. '
•
• I
~ , j
I ! . 1
f • I r : j
: · I ! 1
· •
; .
• ;
,
: f I
· .
...
6.
OPT maintalns an inventory of spare parts for units covered under our
direct warrant1 coverage. As stated in our warranty contract:, tbese
parl:$ are delivered from our head office within 48 business flours of
recelvlng lIotl1lcation of the need. If f)f'T works with a loeal distributor
in the 2rj!a, these dlstributors are required· 10 malmaln the!rown
Inventol1 of spare parts 1:0 support installation base in the area.
Delivery times for distributors vary depending on their cipablfides and
the loeatlon of the clients they silTv;;. .
/I, Estlmate costs to 'deslQn, in$tall, support a(ld maintain a
WIreless infrastruCture, If appropriat&.
The wireless Infrastructure wlU be suppfiad by either T-Moblf<l or Y ."
Verizon.
~. Ir;f!l!1lify wl]o will pr~lVide local support of \he wireless
Infr~ucttJr<l. What [s \11$ long<lst !lrM !o r<fcover from network or
hardWare'damag<l due to SE)V<lre weath<lr?
The wtreless provk\<lr and tile local distributor wlU pro\ltde the
support for the wireless network. :
V. MAINT§NA.NC§ . '
1. " Macl1frieS shaJrbe constructed s9 that individual components can y ,JJ
2.
b.e ejssily ,r!1i/nplled and sub~,se'mblies be; chal)ged wlthgllt Iliajor "!l
dismantling.
R~sp6ntlent shall prQvitifl, tl"llIlning on tile procedures of jlhanging 'I'
and replacing· of su&fassembl!as. ,.y ....:...
I
.. s. Describe proeedures of chanlling and replacing of sub-assarniines, Training that your cpmpany. will'
...
• I
· .
; i .i
--i: ••
, • I
: , . ,
t .•
• I
'Provide at no addHlonitl charge: .
, ,
AU Internal deVices are modular and are constructed 10 provide easy servicing; The only tools utilized to
remove components are a Phlli~ #2 screwdriver. Flat Head #3 screwdriver. and a nut driver #8. , .'
OPT WiD provide training on the WKE pay statlon and all Opr products. lhe maintenance people w,ho should
attend are fisted below:
HardW<1rt rlJVlew -ottended by all malntena/ll:e personnek '
• Keys and locks
• Keypad
• CoiR.acceptcr
• Powering
• Remote connectivity
• Printer
• Entering the Service Menu
•• Reports at the station
• BOSS Data Key
• Operations
• LO!i)cIlng new rates
• Obtaining transaction data , Maintenance
• Changing paper
• Cleaning printer
i ! I
I
J
,
, ! ,
i . , ;
. I , , : ;
.J ,
! ; , ,
, ,
: I
,
, ! , ,
; ,.
,
:
. ,
...
I ..
!
i , .. , . , , , ,
I
I ..,. , , , .
f ; I
I .. I ..
I ..
1 . !
• I
4.
5.
6.
7.
Co/Tec!lons review-attended by a/T colfectlons personnel:
• Collellling money
• Entering s\9lVlce mode
~ Audit report generation
Enfbrt:ement review-i attended by all enforcement personnel:
• entering sel1l1ce mocle
• Generating and reviewing Pay-by.Space reports
, "
ProVide electronic copies of recommended
malnt~jjal'lce pi-needura's-arid supplies'
Respondent s~1I pr,ovlii¢. fuJI traljling of sqft't\'are appUoation and
usage to City of Fort LaUderdale Parking Services mliifntananoe
staff. ..
Modtiles shall !;a replaced with minImum US/) of tools.
, .
'N~
Desctiba software application and usage training Urat your company will provide at no addHional
charge:, . . .
OPT will proVide software training to be attended by all)' pay station administrators responsIble for creating
pay statlon conflgurat1on~ and rates as well as processing credit card payments and generating accounting
reports:
BOSS arid EMS Soi'tivare Overview
So(tware Instal/atflm: .
• Installing software .
't' Backing up data
Soflware OWlYlew and conjiguratk>n $etup:
• Review BOSS menu stI'\lctUre
~ Sewp of user pef!!llss!ons
• Sewp of global settings
• Create baslclot SettIng
~ LCD screen messages
* Head!,,!, and fooj:er messages
• Pay-and.Olsplay. Pay·by..space .
• Payment options
• Machine setup
Rate tables:
• Rate tab!e configurations
• Fixed rife
• Hourly rate
• D~lly rate
~ Add time functionality
AIxountIng on rep.rti'ng:
• Reponing
• Transaction reports
EMS:
• Accessing the appllCliltlon
• Setting u!> users and ootlficatlons
• Reviewing B-1S feawres
! .':
, s. GUy perSPlil)el will perform all routine ,and dallY, maintel$1oe on
these machines. All product pr.iclng will be basec;l on that • I ! i : · .. , , · .. · , · ..
"''': ..
; , :
; · . ,
: 1
, ,
, ,
. .
. ,
req~ir~ment. " ' ,
w. P!LlVEBvAtljj I&§iTALLATIQN
1. PackagIng lind shIpment shaH be the responsibinty of the y J
2
3 .
mar!Ofaeturer.. . .,. .... .. "!l
'P;0~sal!S shall inoiude frelg)'lt and be F.OB desjm'atlon.
In th¢:e,yent tll!!t tl!e clelil1~!)' and{o,r i!lSlallat(ol'! of lInlt~ aflilll?t
r;;omplete4 according to CitY of fort lauderdafe Parklng Serwles
spacffioatjohs -and'agreed lipan scl1l1dul!'J. City 9f Fort
Lauderdale Parking Servioes will impl)se IIquktated damages II)
the arrtoont of'F.lve Hundred dollars ($500) 'per unit par day.
These charges are Intended to aCt as jill) Incentive for the '
Coniraot9fto perfo.nn In full pompftange wlthtlut specifications.
AckooWl$dgmjlnt and agreemeQt II'! given I>y both pa.rlles that the
a!l\olint herein above set is not Intended to lie, nor shall be
deemed to be, In thlt nature of a penalty.
Delivery shall be made tQ' a designated address. as designatS\!J2l!..
. the ,City within aMy (60) oalendar days following execution of the Y ."
contract. The delivery dates for the three phases of InstaUatlon
may '1pt be simultaneoUs •
T/'ie su~!\'ful Responden\ eftall 99mplete i,ll~alla!lol) wlthln y~ fiftelln (is) dE:!Ys following delivery cHtle unlls or as sp.eclfied by
the Glly of Fort Lauderd?le Parkl~ services.
N~
N_
N __
4. Respondents shalllfl9lude a d~cri~tiot1 of any pre·lnstallation andlor l)1Stiniallon work to lie compl'lted I'ly
911y o~ Fort lauderdale. Plirking ~rvlces. . . .
Pads for the pay stations wilt need to be poured by t;ha CIty. OPT can haye the pads poured for an additional charge of
$400fpad. . ,
., ;:!C, Sy§TEM iMP!.E!lIIENTAiiON , , .
'1. . Tlie ayste/ri shall iriClude allliardwara and so.i'tWare reg141red for ..h
, communIcating. with. programming or m.onltoring any of \he. Y ,1'1 ~ppjled unlls. It itlltte 'RespQn<!ehfs respdrisi~II!~ to incorporale -.-
all of the above and tei establish the communicajions bef.I.Vean fue
units anp fue c~lIlmillllCl!tions center. .
"
2. The wirruess twO-Wilt communication. syStem Imi}i be provided ,\lirecUy by the ven~or or in partnership Wlth, __ _
'Ii WlreIEiS$ system 'Vendor. Respondents shall'&Xpraln how !he :Elnllra system Will .be deployed, and wti11iSi
• . . : . -
'i t ~
i
! · .
! ..
~!!rniible flilr. maIntaining the varIoUs cQmpohentll. .
.The LUK£ pay station r;an be enabled with real·time WIO-way comrnunlCl\1:ions using a number of dlfferentwired.an.d
wiret_ techno!o&l_dlrect Ethernet colll'le<;tion. GSMfGPRS, CDMIi. 801.11 bfg wlrelEWs. and MetroMesh Wi·fl (for
example. Tropos Networks or Strix $y$~).·lf GSMlGPRS Is sele<:ted as the preferred neWlOrk, th~ pay station may
betlpdated at a later date with WI-f'l ~nofagy. The upgrade process Involves the Installation of a WI·fl modem.
<:ablIng. and bracket. Only softv;are cOnfiguration. changes are required as the sta~~rd softWare supports both
GSMIGPIt.S and WI·Fl. ' , . , .
, , • The wireless proVider (commerclaily available such as T-Mobtte) will be responsible for providing maintenance of.the
wireless network., . i .. ,
! , ' .
I
: • I V.tRAINING
! i I Th~ '$uccessftl) Re3pqn¢lent shall provld/'f. at no a~ditlonal <1h~l1la, a minlinum,of eighty (SO) hours of trainl!19
Ill:a desl{!naled qIW 'If Fort laljderdale Parking Servic~l1. fElcility 19! each City employee to develop exp!,rllse
In the ma1J')t~nanr;:E! and repair of thelr'product, includIng, 1M no! limited to:
i : ~
: ! ! , .
i;
-.1
t. !nsll!!fliiifol;!,
2. Ma.llitenam,e
; ~, , ~ TroiJbleshoOting repairs.
, . 4. operatiorni-programmJng, inventory
5. Collections
r ,
. ,
, ,
2. Rasponctellts 'shall provide a thorough outllne of the training conta!'lt and provIde a traIning schedule for
both soitware.and hardware. The schedule shaliinolude periodic reffesher traIning (continuing e'dumloil)
" . inclUding, but· not limited to, emphasis on pa~il?tilar areas of the City of Fort lauderdale Parking & ,Flelilt
SelVlcee' choice and upgrades of scftware arid/or hardware. AU operafln{;l manuals that sUPj)l:lrt ,installation,
. main~enance ~nd user information complete with wiring-diagrams and speciflcations shall be in En,!lish.
~, This must be provided at no additional charge.
, .
The specific training schedule will be.determlned by the number of PElI'Ple and fUnc:t!onal areas Involved in the overall
management of the. parking operations. The general outline of the training act:lvitiell includes:
Ipstalfati9!l . . ,
• Finalize pay station site selection and l>ay-by.Space numbering sequence
•• • Test wireless or o;Uular Coverage at site lotatlons
~ Rate table declslClns -Important tC1 determine before signage completed
.• Slgnage preparation '
,. • Finair..e communications methods and CQSf;$
, Obtain quotes on AC power inst1lllation arid book dates
" Credl; o:ard merchant account processor sm:up :. .
• Pay .. by..space: numbers painted on an spots -'every space must ~ a unique.humbst' when considerIng aU tots
. • u~deruse , '. ' :
. ~ Doclimenting el'\)p!oyee procedures for operating
o Cellular ac<:ollnnet up .
• Site preparation for installation -conc:rete pods, <:onlluit
•• • Pay statton~ on-slte .
., • Pay stations Installed
• All appropriate sMe is Installed subject tC1 CouneU-apprcved communicatIOns plan. Signage covered until go live . • day .' .
--:lJ"O,sS-l$IJ~E?ft'.irIU·e ~!.ler.tjew .,
Training WlII ba attended by any pay station admInIstrators responsible for creatlng'pay station configurations and rates
., as welt as proceSSing credit card payments and generating accounting reporta.
., Softwatl1/IlQtaUatJon:
: :: .. Installing software
: ~.. • ·Backing 'I!P..data .
-; •• Sofirrare overv!ew. and c0nfigur.atlon setup:
! Review BOSS menu structure
; • i .' Sewp of user permissions
. i • Setup of global settings
-: 0 Create basic lot setting
., • LCD screen messages
• ., • Header and footer messages
. l
• I ! :
t ' :
i
I : I , ,
I , , •
;, Pay-and..olsplay. Pay·by-5pace
• Payment options
• Machine setup
Rille tabler.
• Rateltable configurations
• FIXed rate
~ Hourly rate
.. Dallyrate
• Add time functionality
Accounting on reporting:
• Reporting
• Transaction repOrl:$
EMS:
~ Accessing the appUcation .
I I ~ Setting up users and notifications
;, • R~viewing EMS features
l.uKI! Hardware Overview .
" The people who should attend are listed below:
Hardware review-attended by al/.malntenance personnel:
• K<i»'s and locks .
" • K<i»'pad
.. CoIn acceptor
• Powering
" • Remote connectMlq'
• Printer
,.; Enturing the Service Menu
• Reporl:$ at the statioI\'
.. BOSS Datu Kej! :
" Operations
• LoadJng new rates
• Obtaining transaction data
Ii Maintunance
,. • Changing paper
.: Cleaning printer
pillect1nns revtew-(I~ended by all collections personnel:
.. Collecting money
,
• Entering service mode
.' Audit report generation
enfOrcement revlew-.olleMed by all en(orCemeni personnel:
• Entering ServIce mode .
,!, . Generating and reviewing Pay.bY-Space 'reporl:$
~~~R~ev~w. , ,
;
i
"i
,
:
;
. ,
• Any items that require further r<1NieNol are handled during thls t1rne period.
A detaUed schedule for adminl$tering the training program and ongOing refresher tralnlog will be determined tn
toUsultatlon with the Cilq' and may result In addltlonaitlOsts. DPT provides regular product.manual updates and online
Weblnars to educate clients on the featut'eseontalned In new releases. In many cases, these free ¥leblnars and manual
updates provide cHants wlth additional training required. However, tn situations where staff changes are necessitated.
addltlonal training can be arranged. .
Z. WABRANJY . , .
1. ~~poJli:lents mu$t guarantee. for a period' of two (2) years from y' ,;.b
the date !Iif Instalatlon, to repair andlor replsea any. part or "!l'
modular component determined to be defeotlve In material or
,
! I ,
, • ; • i i I
i ,
, , I , !
I , •
, • , •
• ,
, ,
0 •
, ,
2.
3.
4.
5.
workmanship under-nonnal use and $erviC\:! at no addil[9lial cost to t!lE! City of Fort l;a!lderdal~ Parldng ,aM Flal'i 'Serv)ces.
Respondent !5hall also be solely respol1$lble for lhe cost of
$ipplng and retul'fl' ~pp!ns of warranty parts gurlng tITe: ,two (2)
year warranty perloi:!: RespoMents ~an also provide tlle City of
Fort LQudsrdale ParklriS! and Fleet Serv!C\:!s free of onarge witli
any n~ software releases for a peiiod Qf tWo (?) YeafS,
The ,focal disttiputor shaD maintain an, adequatll supply of
replacement C!?,rr'ip,onents (E!-9.-cutters, card fead~s, etc) on site
at the City of PdT! l.!Iuderdafe Parking Servm meter shop .
Payment ancl, warriimtf P(6'vislons fOr replaoement components
shall apply fiCirti the d!l~e'of installation of the module.
The warranty p~riod for all, !ns~~1fed met~rs In eap~ phas~ of
purchase win begin on tlile fast date afiElT the las! ·l1)eter has ~en
aCCl:!pted by tile CiIy'lIia:'Wfitten acceptl,lnce.
The City' of Fort l.auderdale Parklng and Fleet Services shall have
the option of extending the warranty period withln 90 day~ before
the end df tf:1e existing warrar1ly period. The· Respondent will
provld\\l quote for the ~nded Wolrrarlty will
v.f -
T/le ResPQrldent Will provld~ quote for the extended 1(Varranty J»
detailing ,tl'\e (lost pat meter, perlqd of coverage and wl1at will be Y.::!..
c()vere~ under ,he warranty ,
,"
"
N
AA. VARIANCES TO TECHNICAL SPECIFlCA!I:QNS USTED ABOVE ..
ltel1)$ not included lit your proposal -DiscuSs·, ~plain 'any requirements of the RFP that are not included,
In your. propos!!!. -All Itsms that you Indicated '1'1 • are to ba explained here (To be indexed and
~Ubmltted In the o~der'lI$ted) ,
, .'
c: CUSTO~elt OPERATION ,
'If&; Sxp{i\!n !:he qlp'ahility ¢, tile pay l!ta~ion to accept Il' "PIN" !I!lmbElr ~en usinjf a "Debit" or "Cr~it"
caW, ana If there 'Is an ad<litlonal coil1iguratlon cost for this ot:!tlon, wbl!t that costwould be. , '
Checking aecount debiteatlls accepted wlll be only non·PIN-based ~rds issued by Visa that do no1:provlde credit
capabfl~, At thiS tIme, Introductton of PIN based cards'ls =prol1lb~. .
F. RP.V.ENI.i~ CpU.E(,mON CANiSTEI.\S
" #1 [: The rea:nx-v.al of the biU ~k:el' shall trigger the racol'ding ofajraijdit rE!P'ol,'l: speclfi\= to the bill
, '
, ..
! . i
-j , ,
~ .. I
i , . ,
i ' I ,
I ' •
I ' ,
" ; l
eon ..
Audit reports are manually ~erated a1: the pay statlon when cash Is roUe
communicated to EMS for ongoing online access. .
ese reports are t en automatics 'I
J. SILL A.CCEPTOR' ' ,
#1/11ac1iine ~UI ti'ansmtt to tl;e sewer via. Y!ireless t!fa'nsmi~ h1l1thQds every time eo!lec:tion boxes are
rernov~ . ,
The pay stttlon transmits an Audit Report that is generated during a colfectlon process. The pay statlon does not
currently transml1; notllreatlori that a collectIon box has been removed; however. this feature I. being actively
consl1ered•
K. DESIT/CRlDIT CARD OPERATIP,N '
#13: That accepts the 'City of Fort 14bdel'dal, ltesidel\t leach r;:lird. Respondent" is respol)sible to
ensilre system C9mpa,tjbllity wltli curret;l~ 'parklng card system.
I ' .
I !
j , I
! : I
, ' ! t : I
, ~ 1
At this time, LUKE does not support the City's Resident Beach Card. OPT can provide an alt~mate card ¥!lth the same
functionality. but OPT believes it will be very difficult to work with Parkeon to support the Parkeon card. Although
teclmlcaKy the equipment can support it, it will require a lot of proprietary Information from PaM<eon. As OPT is a
direct competitor to Parkeon. OPT feels it cannot commit to supporting the' card as OPT has no control over
Parkeon's assistance in this endeavor.
• I LUKE,. the ability' ~ work with custom,~rds as an alternative to the Clty's'Parklng Servlces resident beach card.
-1 t ~ . ,
p,rOvldlng exactly ~he seme fu'nctlon:l!l.ity. '
, '
, , , , , .
I
• ~ t
LUK~ can also work with &enerl<: lD.eustom cards where the Cllrd number Is Included in the card's Track 2 data. WIth"
generiC: ID cards. parkers can get a' parldng receipt fur a single pre-established rate. Thls enables parkers to get parking
'!I!thout paylng cash at the machine. '
For smart cards. the pay statton currently supports the BuI! Scot 5 and Atmel smart cards by POM as weli as the City
'! Card smart card from Parcxmart. The POM card t113}' 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 reloed station for the POM smart cards. ,
MI COIN ACCEPTOR ,
t'. #8: An automatic i::<?ln shutter, whicil wiD opeA for coin insertjoo. but not for plastic, wo,!d, cloth, al'\d all
non-metal objects. The coin slot shall have means to preve!lt insertion of fOl'<Ilgn objeets, '
OPT may supply an alternate non-snutter coin bel<cl, which can proyide resistance to the threats identifled • . ' .
#1(1: Machines shall have I!-built-in feature tl)at prevll!'tts coin aM debit card transad:ions (f'e.! for
testi!'lg "purposes trom r.ellistering in the f:l>J;all'evenlle register.
., LU(9! does not currently have a built-In feature that prevents these payment methods being used for 1;<lst purposes or
, prevents them from being recorded on the total revenue register. '
NI PRlNTfiR AND RECEiPT PAf;'ER
#3: ~inter inl;ens!W shoUld be adjustable.
Print Intensity Is not Currently adjustable. .
• , It; REP-ORTS ,
#S: 'Date '!lid time I)f all mlli.ntimance trallSal't/oris.
MaintenanCe Jogging Is not currently avaUabte at the pay station, but plans are in place to release thfs capability In the
future. "
, '
'#I(;: Maintenance ~tivity by I,ocati<!n Ilumber.
A report allows operators to see the operatlonal statuS by pay station, The operatlonal status of each pay statioll can
also be vi_d in EMS. Maintenance activities are not currently logged at the-pay station. but are being considered for a
future release:
ins: Exceptioiuepart for ,uh"lt$ not repaired: ' . ' "
•• As part of OPT:s product roadmap. a. ~ture plan has been made to add extensive maintenance logging and nilporting
for pay statlon activities. Pan: of thfs plan Indudes an exception report for meter$ not repalred. A release date is
currently not tn place (or the addltlon of this feature. .
'#ill"': EXl:eption r<epori; for unit!; ntlt coll~.
-j " OPT pay stations catmot print exceptIon reports for units not collected.
; . i
I . ' . 1 . !
, .,
~
I '
" ,
s. <;qI'1MU~!CATIONISYSTIi!~ M~GEMENr SOPTW!\RE (Vy.1~ELE~S),
~I~: Transm.it expll'ediinvalicl card lists to unitnia. two-w~ commJUlicatiol\
If the pay stations are oriline, an expired list Is not necessary.
r . ),
: . J T;SYSTEM MAN.MEME,,"SOflTw~\lE " ,
I . #17; Conilgur.e length pf time tbe audibl", a.larm will sound,.
:: The Pay station audible~!aim Is preconfigure~ to sounclfor 30 seconds and cannot be configured otberwlse.lf this
: ., feature Is deemed a necessary requirement by the Cio/, OPT v.;U consider adding It to its product development
, roedmap for avaUllblllty In future soft.ware relea~
.~ 1 i : i ! ' •
-j , . ; . :
! ' ; ,
#20: Set: ~ 1'\i1ixi~1!!l': lI'umbet oi' l:tc:kets. to b~ sold in a. day.
OPT pay Sfiltlons ca~not set the maximum number of tickets to be solei il' II $y.
#2~: Select 1/lh;it to elb durIng a printer ~frol'.
V\lhlle the pay station wdl display a pnnter error, It will not specify what to do In such a case.
: I ,
#31: $.et an "o"t of servlj:G" pllolle nUll:\bl'!"-"
LU«E will not display IlII "Out of sarvke" messsge or phone number. If a pay station Is out of service on the block
" where the motorist Is parked, the motorist could pay for parking at another macblne nearby.
,. #55: c;rommt!ll!catlons softw~ is able ttl add time to a selected st"lll.
, , BOSS and EMS cannot add tlme to a stall.
Othe~ Standards Used .liet in ~etall, arrt addiflonal standards '!lndlor practIces that you considElr worthy of
corislderation by the Evaluation C'ommlttee in evaluating your proposal.-lndicated any add1llonal fl\~tl!res that
yollr product ha~ that may no l)e Indicated above, or any ai:lditional enhanqemen!s to requlretTlants we may
have listed above (To be In,i:lexed and submitted in the order nsted) ,
'. CQMPLIANT
DPT is the best qualified vendor to provide the CIty with muftl.space pay, stations for its reqUirements due to DPT'.
successful track record for developing high quality and innovative parking products that serv1ce dients well today and
into the future. '
'Many vendors claim to support the technologIes afld standards outlined Within the CIty of Fort Lauderdale RFP, but
" :. DPT is one ohhe few manufactUrers that ha'l'e 'proven success with all of the technologies the Cio/ is rnt:erested in
suppordng either nowor'ln the'future. Specific examples Indude:. , , , ,
-i
; . :
., Wi.~! support-Installations su~sfully oper.at/ng In H9uston, TX, Redwood City, CA; Brookline, MA. and the
\!niversity of California. Santa llarbara. '
., .' Ethernet IlUpport-Numerous,dlent Insta!latlons where direct ,Ethern,et support has been deployed. References
,
; i
•
•
• ; .. ,
, .
~:~~:::~=~S~E -OPT has ,e)Itetlsive experlenc~ in integrating Its technology with third"l>arty cell OPT pay stations are currently in operation with Verrus systems. Transaction data Is
Verrus system and thls Information f~ then provided In real-time for enforcement. transaction,
and revenue reporting. .
'TJitr:d,party hardware ,a~d software integt/ltlon -OPT's Web Servlces ha$ enabled clients to integrate ~MS dam With both thelr handlierci enforcement devices and Banner accountf~ system. Enforcement msnufacturers
such as Complus Data Innovations, Duncan Solulloo .. ParkTrak, and 1'2 Systems have already developed
, '
, ,
integrations with OPT EMS data on their handheld device\!.
• ~Iatt'orltl for 'the 'u.tura -LUKE Is buUt on the Windows ell operating system that enables the product to take
advantage of industry standard technologies that can provide new featUres in the future such as multi-screen
adver~isIng that may provide new b~eflts to the City. Most alternative suppUe~s have built their products on,
prop'rletary platforms that limit the abfllty to take advantage of new technologies that may emerge in the milt'ket.
! I :! OPT a!s~ knows that the key to any n'ew mufti-spaee parklng mater project Is a suc\les~ullmptementation. '
Implemenl'atlon includes pre-lnstallation planning, mater placement, tommunlty public relations, slgnage. rate structures
., that work for the public, and ongoing monitoring.
, '
,J END OF SECTION
, !
: ,
, ,
· .
· ,
, ,
· '
, '
, .
.. ,
" , , Requeetfor Propo$lll for MultI-Space Farkln9 Metef$ , . ,
, ,
. ! Appendix A -LUKE Brochure
I : . ,
. , I
, ,
• I
, !
, .
. ' .
, .
, , , DIgital Payment Technologlee -Reeponee to tho City of 1'0It Lauderdale 31
~
" o • .., .
~ ~
;; ~ : -'" . $ W i
:. "'~ . '" ~ .... :0::
" "" 'A 0_ • <06" ...
u. " ~ o _ ~
l: i! a
6 ~ ~
~ f I'l £
;u '& .. ~
Ccw5'g !~~~~
liJ:§g I a ~ ~ ~ E
~ ,
~
~..... ~
00 $ " '" . ("('No ~ oOd3:~ ~!~:g I
11 1
~ ~ E :
"-"!:J 11> = ~g ~: 2~4).Q~ ~~~8~
~ ~
G o l .... & 0·
JO ~i -w Qi
~ .... ~ w o~ ~ ... ~ :.:.~ il) i 1'..-..... a S cu ~ e:: Q.
.~ al = ;;::;K ~ cae
-w. .!:! f ~ :a~ ,'1='1 :::s~
();f Q" ~
;I!\
~
CllY OF SOUTH MIAMI
COURTESY NOTICE
NOTICE IS HEREBY eWen that the City CommISsion of IhtJ City of South M:<ami, Florida wl1l conduct Pub\[c-Hearings.at Its. regUlal'
City Commission maatingscheduhldf01 Tuestlay; October19,,2Q10 b(lgmnlng a17;30p,m. fn the City CommlS$ion Chambero. 613{)
~t Olive. to consider the fOllowi1lg itemes);
An Ordinance of the Mayor and CIty Commisslon (If the City (If South MIamI, Aortda amendbig the South Miami Pension
Plan, pto\llding for an a/tWndMent toSeoff.on lG-12, Oefjnllions, to complyv.ith eurrent CjtYpo~cy conce."lling tbedefinitions
of annual compensation, final avernge compeTl$3.tIon. department mad, employee,. rull time employee. partICIpation and
part-1ima emplOye« amending Section 1G--14{f}{1)(b} to aUew retired particlpantG to change a benefICiary tIP to-two times
at the particip:ant'$ cost in compliance witn Chapter 2000-91. taws Qf Frolida; alOOl'Iding the City of Soulh Miami Pollee
Off"!CCr$ Roti1emant Trust Fundto provlO'& for<:empfianee. with chapter2000-9/'.l.aws OfROrkta;-amGt'ldlng Sec:!iOn 16471bt to
efllTllnate 1ne3% Interest payment (m ra.'um of contribution; j'lI'ovldmg for severability: providing fOr oodifrcation; and pro~ding
(or art effect/vedate.
An ¢«Iinance oftn!) May¢( and City CommlSSion Of tll9 City of SQUill MIami. FlO'rlda, relating to Chapter 5 of the City Code.
amandfng SeotlOtt$ 5-2, .$-M, 5-2.2, $-2-3 and 5-2.4 and «eating 5-2,S 1hro~h 5--2.12 of the Coda of OrQltlances emitJed
"Poulby andfowl~.nowto beenUUed "Ch!c;lrons"; prov/ding-fO'rth8 maIntainIng of weff.mannered chlckens underoertaJn1erms
iltld condlllons; creating entorcement proeedures; providIng-for saverablHty. ordln;mces In conmet. and an ef19ctWl) <fat$,
An Oldlnaru::e oftlJeMayorand1he City CQromissi(mofthe City of South MiamI, florida relating to the fee$ChemJ/e. amending
Ordlnanoe 21..o9--2Q.1Sas amended by-OrdlMncesto inclUde a new Partdn9 DlvislolJ Fel!l SehCdufe., Increasing Wine parking
fees, adding new fees and defetln.g some fees rrom ihe soot!<1u!e, providing for $ellmbif~ OWinances in Cilnffic:t, and
provfdlng an effecllvedate.
An Ol'dinanQO! of the Mayor and ctty CommISsion of ine City of South Miam!~ Fforid ... amem:ling. the telrt 01 tha South Miaml
COmprehensive Plan, by amending the ComprehensiVe Plan FuMtlt Land Use Element in or<:lerto adopt a nOW futurelaM use
map category entitled "l«v O.ensHy Affotdabla Mult1pI~Famliy RS$lcfent!al (Two SlQTy)"whicn in the futUte C<IUld be-applied
to daveloprrnmt ptoJeets -and propMles provIding multlple·1amlly housing unlfS or town home urtila.in transitional (~enlm!
areas; providing for :;everabWty, providing fororoinances: in conflict: and p1QlAding an effective date.
An Ordlnanoa of \he-Mayor-and City Comm!ss«m ()f1M City of South Miami Aorida, amondillg the Future Land USa Map of
the South M!aml CofllPl'ehsns!v& Plan by ehaogmg thefuture land usa IllBp cateSOIYfmm MiXed-Use¢OOlmerGiaI R:ssldanlial
{Four Story) to MIxed USe-Affordabl& HousIng (iWo SWry) for an area kientJf!eo as a part of the proposOO Madlson Square
Oellelopment P10ject gerlCI"!illy l(lCated at the sOlltbeast comer O'f $W 64th Street and SW 60th AVllnue and the-southeast
comer of &Ii 64tn Street and SW ssth Place IneIudlng pro)mlies more speci1tcaUy legally descrlbOO in SectiOn 1 of this
ordlflanoo; provilfmg fuT severabl.fHy. provldin9 tor o~nances in oonll1¢t; and ptoliiding an affective date.
An Ord"mance Of tne Mayor and Qly OommlSSlon of the City of SOuth MlamJ Aorida. amending the Future Land USll Map of
the$outh M!ami Cotnp1ehensive Plan bycnanglng thttfuttm;-land use: map catl3goryfromMbrett-Vse Commerolal RssidGntiat
{Four StolY,l to Residential I limned Comme:ola1 District (T..vo Stot)'} for an area Joenti1led as. aU propsrtles fac/I\g the west
skle of SW 62 Avenue from SW 64tb SWet to SWOOth Streetincl:uding 6914 $W 69IhStreet said prop$rtl!;s more $pe(:ifica!!y
IegaIlydesc.rlbad In Sootion 1 offuls ordinance; providing forsev.erability; provltf!flg for-ordinances in eotdlict; and proViding
an effectiVQ date.
An ordinance of Ule Mayor and City Commission of the City of South Miami Florida. amanding too Future Land Usa
Map of the South MIami Comprehensive Plan by ehang'ln91h& future lanel use categwy ftom Singte-AlmUy Aesidet'lUai
(TW&-Story) to Parks {tOO Open Space for the p:operty identified as Van Smith Park located at ?l!OO &II 59 Avenue
(Fol!Q N~ 09-4QS6·oss·ao2l) and FaUO No. OS~036-0S9·0[,}2S); provilfmg for severablrrty; providing for or<ilnanees In
conflict; and providlt\g nn eff1;\Cftve date.
D RESOlution 01 the Mayor and City Commisskm at th&City af SOtIlli MiamJ. Rorida. authorizing the mY Manager to exee1.!te~
an a,greemeilf with Digital PayrnemTe\;hnolo.gies. Corp.; a(;atlad'ranfeder$l ¢OI]:>¢tatfon aulh<'lli~ed to transact bt!$!ness in thfil
Sf,at& of Florida to purcl\ase Ihirty-eight {!3S} F:mkIng Pay Stations to bt; placed furoughouttlw City of South M'mml; providlog
andk¢lj.~ date.
A Raso1utiOn of th$ Mayor and City ComfllissiCn of the City Of &luth t-r1Iami, flol'ida. Authowng tho Clty Manager to enter
in to an agreement with SunGaro PuMa Sectodrw. for Softwal'e Maintenance. For lhasumgf$115.000 for S.Y$3fS. annual
maintenance 100 payment: $35,000..00 Wm be. paid from aecount number 1'J(J1·1411J.S13-4G34 Maintenance Computer
Programs; and providing for an ~tlVI) date.
A Rasoh1fion of the Mayor $1d (,rlly Commis$loll 01 the City of South MiamI, ROlid.a, AuthOrizing the: City Manager to enter
In to !in agreement mlh &.mGard P.ublio Sector mOo for $o1lware Uwnse and Servroes. for the sum of $172.010.00 over a
s.~ period fnter<1st free at a total of $34,414.00 annual from a<:~ount number 091~1410-513~1110; and proWdlng ror an
effective -date..
fcrfurther mfomtatlOn. pl~e contact tbft City C!etk's Offiw at {3(5) e63-6340.
Allinterosted parties art!' inllited to anend and will be !ward.
Marla M. Mefumdez. CMC
CltyCler't!.
~l1tt9~~JUiGj)lG5.II1$Citylletttb'/ao'v~sUl(lpW.'lol?lal"(lPe<oon~t(lappe:d"<lJ'tf~~byllt$-alW<J,AlJM!;'jor¢G~\lilI'Itt;IpCCt
Intdt/~).!tt~ati!&"""dIngClllleaOOg,~«swlW'llIffi!afGC<)tdO'flh<tP=~l.aIl11IllM~r$tl¢b~~.~MpmO<lIlla)'ne"<1'(>6lWl&tMf:a~
~tlftlm~ .... ~wtl!$f>lOO'IfIrAll!lOS'Ih61~yMde'6;ltl'~uPM"lichtM~btob .. ~.
Dr. Jerome Hernandez
is pleased 10 announce
his practice has
moved to the
Kendall Optical Center
7400 North Kendall Drive. Suite 110
Miami, Flol1da 83156
(305) 670-6060
Dr. Hernandez has been In practice in the MiamI
area forthe pasttwentyyears speda!izing in general
neby, harcMo·fit contact lens cases~ as weH lens cases~ as weH oPtOl
as fow vision.
For over forty years, the Kendall Optical Center has
been known for fts premium eyewear. exceptional
quality and outstanding service.
Schedule your eye exam today and join us as we
welcome Dr. Hernandez.
~
~~\'l!(I!! 1 0% D/"",untoff
O the purch.",
of fl8Jrles!
-----"----------Cash Back On Trane
Air Conditioners.
Buv a T,ane Gumlurt svslem lutlav.
And receive an Ins!an! Reba!e up 10 Sl,OOO