Loading...
HomeMy WebLinkAboutCC Resolution 11856 (Purchase Multi-Space Parking Equipment)RESOLUTION NO. 11856 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL WAIVING COMPETITIVE BIDDING REQUIREMENTS PURSUANT TO 2.55.070(D) OF THE SAN RAFAEL MUNICIPAL CODE AND AUTHORIZING STAFF TO COMPETITIVELY NEGOTIATE AND THE CITY MANAGER TO EXECUTE, A CONTRACT FOR THE PURCHASE OF MULTI -SPACE PARKING EQUIPMENT IN AN AMOUNT NOT TO EXCEED $50,000. WHEREAS, pursuant to San Rafael Municipal Code Section 2.55.070(D), the City Council may approve the waiver of competitive bidding for the purchase of equipment, and may authorize purchases of such equipment by City staff without recourse to competitive bidding where valid reasons exist to do so; and WHEREAS, the City Council finds that valid reasons exist at this time for the waiver of competitive bidding for purchase of the Multi -Space Parking Meter Equipment, since such equipment cannot be obtained on a timely basis with competitive bidding, and contracts for purchase of the equipment must be completed by staff negotiations with a vendor on an expedited basis in order to assure timely delivery of the equipment and to avoid a reduction both in services to the community and in revenues to the City's Parking Services Division. NOW, THEREFORE, IT IS HEREBY RESOLVED by the City Council of the City of San Rafael as follows: 1. The City Council hereby waives the competitive bidding requirement of Chapter 2.55 of the San Rafael Municipal Code because the subject parking equipment cannot be obtained on a timely basis with competitive bidding, and purchase of the equipment by staff negotiations on an expedited basis will assure timely delivery of the equipment and will avoid a �J ii u u iu U i b reduction both in services to the community and in revenues to the City's Parking Services Division. 2. The Parking Services Division staff is hereby authorized to competitively negotiate and the City Manager is authorized to execute a contract for purchase of multi -space parking meter equipment, software, and other related components for off-street parking operations in San Rafael, in a total amount not to exceed $50,000.00. I, JEANNE M. LEONCE, I, City Clerk of the City of San Rafael, hereby certify that the foregoing Resolution was duly and regularly introduced and adopted at a regular meeting of the City Council of said City held on Monday, November 21, 2005, by the following vote, to wit: AYES: COUNCILMEMBERS: Cohen, Heller, Nii 1 i er, Phillips & Mayor Boro NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None JEANNE M. LEONCINI, City Clerk AGREEMENT FOR MULTI -SPACE PARKING EQUIPMENT This Agreement is made and entered into this 23rd day of December 2005, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), and Caracal Enterprises LLC, dba VenTek International, (hereinafter "CONTRACTOR"). RECITALS WHEREAS, the City of San Rafael intends to upgrade the multi -space parking equipment currently in service at three (3) parking areas; and WHEREAS, on the 21" day of November, 2005, the City Council of the City of San Rafael adopted Resolution No. 11856 approving and granting authority to the City Manager to execute, a contract for the purchase of new, updated multi -space parking equipment; and WHEREAS, the Parking Services Division has selected CONTRACTOR to provide this equipment and service. AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION. A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The Parking Services Manager is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Gary Catt is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall provide all materials, services, and equipment as described in Exhibit "A" attached hereto and incorporated herein. The materials and equipment shall be delivered, functional, and operational no later than February 20, 2006. - 1 - 3. DUTIES OF CITY. In consideration of the CONTRACTOR'S performance of the duties provided in paragraph 2, the CITY shall pay compensation in an amount not to exceed $50,000.00 for the purchase of five (5) 2005 VenTek S6 Pay -by -Space machines configured to meet all specifications as described in Exhibit "A" attached hereto and incorporated herein. 4. COMPENSATION. CITY shall pay CONTRACTOR a sum in an amount not to exceed $50,000, payable upon delivery and installation of all required equipment and the written acceptance thereof by the CITY, as being in conformance with the specifications of Exhibit "A" attached hereto and incorporated herein. Progress payments made for equipment or services shall not constitute written acceptance by the City for the purposes of this agreement. Payments will only be made after CITY has satisfactorily tested the installed equipment and determined that said equipment is functioning and performing in full compliance with all of the specifications and requirements specified in Exhibit "A". 5. TERM. Except as provided in Paragraph 6, the term of this Agreement shall continue from the date that this Agreement is signed until twelve (12) months following the CITY'S written acceptance of the equipment and materials as being in conformance with the specification described in Exhibit "A" attached hereto. 6. TERMINATION. A. Cause. Either party may terminate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified party's failure to cure or correct the cause of the termination, to the reasonable satisfaction of the party giving such notice, within such fifteen (15) day time period. B. Effect of Termination. Upon receipt of notice of termination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. C. Return of Documents. Upon termination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR'S documents and materials prepared for or relating to the performance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after termination. 7. OWNERSHIP OF DOCUMENTS. The written documents and materials prepared by the CONTRACTOR in connection with the performance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 2 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its performance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the performance of any of their respective obligations hereunder, without the prior written consent of the other party, and any attempt to do so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE. A. During the term of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A comprehensive general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non -owned, and hired vehicles) insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence. 3. If any licensed professional performs any of the services required to be performed under this Agreement, a professional liability insurance policy in the minimum amount of one million $1,000,000) dollars to cover any claims arising out of the CONTRACTOR's performance of services under this Agreement. B. The insurance coverage required of the CONTRACTOR by section 10. A., shall also meet the following requirements: 1. The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution. 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractual liability and personal injury. 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. - 3 - 4. CONTRACTOR shall provide to City's Risk Manager, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents, employees, and volunteers, as additional named insureds under the policies. 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminate or otherwise modify the terms and conditions of said insurance policies except upon thirty (30) days written notice to City's Risk Manager. 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 7. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. C. If it employs any person, CONTRACTOR shall maintain worker's compensation and employer's liability insurance, as required by the State Labor Code and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to CONTRACTOR'S officers and employees. D. Any deductibles or self-insured retentions in CONTRACTOR'S insurance policies must be declared to and approved by the City's Risk Manager and the City Attorney. At CITY'S option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY'S satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. 11. INDEMNIFICATION. CONTRACTOR shall indemnify, release, defend and hold harmless CITY, its officers, agents, employees, and volunteers, against any claim, demand, suit, judgment, loss, liability or expense of any kind, including attorney's fees and administrative costs, arising out of or resulting in any way, in whole or in part, from any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR'S officers, agents and employees in the performance of their duties and obligations under this Agreement. This indemnification obligation shall survive termination of this Agreement. 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. -- 4 - 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the performance of its duties and obligations under this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 14. NO THIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon the date of deposit with the United States Postal Service. Notice shall be given as follows: TO CITY: David Johnson Parking Services Manager City of San Rafael 1400 Fifth Ave. (P.O. Box 151560) San Rafael, CA 94915-1560 TO CONTRACTOR: Gary Catt President & C.E.O. VenTek International 424 Payran Street — Suite D Petaluma, CA 94952 16. INDEPENDENT CONTRACTOR. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees be that of an Independent Contractor and not that of an employee of CITY. - 5 - 17. ENTIRE AGREEMENT -- AMENDMENTS. A. The terms and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior or contemporaneous agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY. C. No other agreement, promise or statement, written or oral, relating to the subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment to this Agreement signed by the CONTRACTOR and the CITY. E. If any conflicts arise between the terms and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WAIVERS. The waiver by either party of any breach or violation of any term, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other term, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other term, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, performance, or other consideration which may become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of this Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. - 6 -- 21. CITY BUSINESS LICENSE / OTHER TAXES,. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR shall pay any and all state and federal taxes and any other applicable taxes. CONTRACTOR'S taxpayer identification number is FEIN # 20-0142785, and CONTRACTOR certifies under penalty of perjury that said taxpayer identification number is correct. 22. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. IN WITNESS WHEREOF, the parties have executed this Agreement as of the day, month and year first above written. CITY OF SAN RAFAEL t1A, )-� RDHOFF, Inte ' Manager ATTEST: ANNE M. LEQ I I I, Cit;Clerk FORM: RY T. FOAGGHI44TI, City Attorney - 7 - CONTRACTOR ame) t CATT, P. Eng. (Title) President & C.E.O. EXHIBIT "N'-- Multi -Space Parkina Meter Eaubment 1. GENERAL INFORMATION 1.1. Proiect Description. The City of San Rafael (CITY) is purchasing and installing five (5) Multi -Space (pay-by- space/pay and display) Parking Meters for three (3) of the off-street parking facilities. The purpose of this document is to set forth the requirements of this equipment and the CONTRACTOR, identify the types and quantities of equipment desired and specify the placement of the equipment within each of the City's parking facilities. 1.2. Definitions and Abbreviations. The following definitions are provided to clarify the terms used throughout this Request for Proposal. • "Multi -Space Meters" (MSMs) or "Meters" shall refer to devices as specified in this document used to control and collect revenue for multiple parking spaces. • "Purchasing Department" shall refer to the Purchasing Department of the City of San Rafael. • "Parking Department" shall refer to the Parking Services Division of the City of San Rafael. • "Parking Office" shall refer to the Parking Services Division's office located at 1400 Fifth Ave, San Rafael, Ca 94901. • "Parking Manager" shall refer to the Parking Services Manager for the City of San Rafael's Parking Services Division or his or her designee. • "Provider", or "Successful Proposer" shall refer to the CONTRACTOR as stated in the agreement. • "Work" shall refer to all efforts described herein or implied relating to providing a complete working system during installation, testing, final acceptance, warranty, and extended warranty as applicable. • "User Settable" shall mean that the setting may be changed through the online management software, by and at the discretion of the City without any additional tools or software. • ANSI American National Standards Institute • FMS Facility Management System (PC Hardware & Software) • GC General Contractor A-1 EXHIBIT "N'-- Multi -Space Parkina Meter Equipment • NEMA National Electrical Manufacturing Association • PC Personal Computer 1.3. Facilities Descriptions. The City is upgrading Multi -Space Parking Meters at the following locations: 1.3.1. Third Street & Lootens Place (N.W.) Parking Structure. This facility will require a total of two (2) Multi -Space meters, to be installed on the upper level only. One will be installed at each end of the North side of the second floor located in proximity to each of the pedestrian stairs. Each will be pedestal mounted with appropriate protection posts included. Proposer must secure the MSMs to the existing pedestals without damaging the structural integrity of the deck. 1.3.2. Fifth Avenue & C Street. This facility will require a total of two (2) Multi -Space meters. They will be installed on the second level only. One will be installed at the top of each of the stairways, located in the northeast and southwest corners of the second floor. Each will be pedestal mounted with appropriate protection posts included. Proposer must secure the MSMs to the existing pedestals without damaging the structural integrity of the deck. 1.3.3. Fifth Avenue & D Street. This location will receive one (1), pedestal mounted, Multi -Space meter. The Unit will be located on the island closest to the entry/exit on D Street. This location and unit shall either include the solar power option or have AC power run to the MSM location at no additional cost to the CITY. If fitted, the solar panel shall attach to the roof of the weather shelter protecting it. 1.3.4. Parking Office Equipment and Spare Parts. The CONTRACTOR shall provide all hardware, software, and firmware necessary and suitable to operate the Multi -Space Meters as described in accordance with this document. In addition to the actual Multi -Space Meters, Proposer agrees to provide the following: 1.3.4.1. Parking Office. 1.3.4.1.1. Intemet-based database access shall be provided to City by CONTRACTOR. 1.3.4.1.2. CONTRACTOR shall provide and be responsible for all equipment and service necessary to establish the communications. A cellular link via the Verizon network is currently proposed. 1.3.4.2. Spare Parts - Proposer agrees to provide the following Spare Parts as described herein. 1.3.4.2.1. One (1) Currency Accepter Mechanism. A-2 EXHIBIT "N'-- Multi -Space Parking Meter Equipment 1.3.4.2.2. One (1) Coin Accepter Mechanism. 1.3.4.2.3. One (1) Coin Hopper Mechanism. 1.3.4.2.4. One (1) Printer Mechanisms as specified and compatible with the Multi -Space Meters. 1.3.4.2.5. A total for two (2) Currency Containers per unit ordered. 1.3.4.2.6. A total of two (2) Coin Containers per unit ordered. 1.3.4.2.7. Three (3) sets of Keys for each unit ordered. 1.3.4.2.8. Receipt Paper in the amount of (4) rolls per unit ordered. Each roll shall be capable of processing approximately 4500 transactions. 1.3.5. Facility and Equipment Summary. Third Street & Lootens Place (N.W.) Parking Structure 2 Multi -Space Meters Fifth Avenue & C Street 2 Multi -Space Meters Fifth Avenue & D Street 1 Multi -Space Meters Total: 5 Multi -Space Meters A-3 EXHIBIT "N'-- Multi -Space Parkina Meter Equipment 2. OPERATING REQUIREMENTS 2.1. Customer Operation. 2.1.1. Meter Operations - Operation of the multi space parking meters is comprised of the following basic steps: 2.1.1.1. The user will park vehicle, remembering the stall number in which they parked. 2.1.1.2. Simple graphics and prompts on the Display will instruct the user on how to use the Meter. 2.1.1.3. The machine shall be capable of at least a four (4) number space designation, 1 — 9999. The machines will be delivered configured to accept two -digit (2) space numbers. The user will enter their space number, including preceding zeros. Upon entering of the final number, the machine will automatically move to the next phase without interaction from the customer. 2.1.1.4. Rate and time information will be displayed as the user inserts any combination of bills, coins and credit cards to pay for the amount of time desired. 2.1.1.4.1. Time will increase as coins and bills are deposited 2.1.1.4.2. The machine will allow users to decrement time and receive change in user settable increments. 2.1.1.4.3. When a Credit Card is inserted the default time shall be settable by duration of time only to any length and will decrement in the same user settable increments as chosen for the operation in 2.1.1.4.2. 2.1.1.4.4. A minimum and maximum credit amount is user settable. 2.1.1.5. Display will show amount deposited and the time of expiration. Users will press a confirmation key to accept. If the user does not press the confirmation key, the machine will time out and apply the funds to an escrow account. The text associated with the confirmation key shall blink to draw the attention of the user. 2.1.1.6. A return lever (or key) allows the customer to cancel the transaction and have all deposited funds return in the form of coin. If an amount is deposited that is unable to be returned, such as $0.10 and the minimum denomination for change is $0.25, the amount that is unable to be returned will be applied to an escrow account. City may choose to activate or deactivate, a user settable option to provide (or not provide) a refund receipt. A-4 ( EXHIBIT "N'-- Multi -Space Parkin4 Meter Equipment 2.1.1.7. The customer will automatically receive any change due and a receipt signaling the end of the transaction. 2.1.1.8. Contractor must demonstrate the operation of this machine, as it will function in service prior to acceptance. The City shall be the sole judge of compliance. 2.1.2. Other Payment Configuration. 2.1.2.1. Each system shall be capable of multiple flat, variable, progressive, regressive, special event (capable of 97), volume discount, and multi -pick flat rate configurations. Please detail the other available payment configurations the equipment is capable of operating. 2.1.2.1.1. On the multi -pick flat rate you can only have four picks that are displayed at one time. This firmware package is NOT able to do a quick pick rate. Four quick picks may be set up under the multi -pick process, however anything more would require a firmware upgrade. 2.1.3. Pay and Display. 2.1.3.1. The Multi -Space Meters described herein will function as standard "Pay by Space" meters. The City may, at its discretion, change the operating format of these meters to "Pay and Display" meters. A firmware upgrade is required to convert to Pay and Display. This upgrade shall be performed without the need to physically change chips. The upgrade shall be through a laptop and will not affect audits, or data integrity. This function may be preformed by and at the discretion of the City. There shall be no cost for a change to the standard pay and display function. There are no additional costs for this function. 2.2. General Mechanical Functions. The Multi -Space Meters will function mechanically as follows: 2.2.1. Meter Function. 2.2.1.1. The Meters will be programmed to prompt the user to enter their space number and pay for the desired amount of time. 2.2.1.2. As coins and bills are inserted into the Meter they will pass a series of optical and metallic sensors validating their value. 2.2.1.3. The display will then notify the user of the amount deposited and the time of expiration, and prompt for confirmation when payment is deposited. 2.2.1.3.1. The user settable minimum purchase is by time only and must be achieved before the system will prompt for confirmation. A-5 EXHIBIT "A:'-- Multi -Space Parkina Meter Equipment 2.2.1.4. Valid coins are held in electronic escrow while non -acceptable coins, slugs, tokens, etc. are channeled out of the processing route and back to the customer. 2.2.1.5. Valid bills are held in electronic escrow while non -acceptable bills are returned immediately to the customer. 2.2.1.6. The decrementing amount is a user settable function that will limit the customer to the set amount. A More Time or Less Time button, which is based on sell time, shall appear and the customer may use these as needed. 2.2.1.7. A return lever (or key) allows the customer to cancel the transaction and have the value of all coins and bills returned in coin at any time prior to completing the transaction. Amounts not refundable shall be kept in an escrow account. 2.2.1.7.1. A user settable option to issue (or not issue) a refund receipt shall be available. 2.2.1.8. The equipment will issue any change due in user settable increments of $0.05, $0.10, $0.25, and $1.00. Any additional change due shall be applied as an over payment. Change will be dispensed from a self -replenishing change fund and a printed receipt will display the following: 2.2.1.8.1. Machine and Transaction number 2.2.1.8.2. Space Number 2.2.1.8.3. Amount paid 2.2.1.8.4. Time of transaction 2.2.1.8.5. Expiatory time 2.2.1.8.6. User settable message. 2.3. Proerammine Functions. 2.3.1. Rate Features. 2.3.1.1. The Multi -Space Meters will have computer controlled, fully programmable and customizable rates structures. This shall be user settable. 2.3.1.2. Rate Types - Listed below are the minimum rate types that shall be available: 2.3.1.2.1. Progressive. 2.3.1.2.2. Regressive. 2.3.1.2.3. Flat rates. EXHIBIT "A:'-- Multi -Space Parkins Meter Equipment 2.3.1.3. Rate Customization. 2.3.1.3.1. Each rate type shall be user settable, with a minimum of the following variables each capable of being programmed one (1) calendar year in advance as one of the 97 available special events, all confined to the six available rate tables (Machine downloads at 4am daily and will take affect thereafter.) 2.3.1.3.2. Time of day. 2.3.1.3.3. Day of week by date. 2.3.1.3.4. Stall range — six breaks available. 2.3.1.3.5. Holidays. 2.3.1.3.5.1. Date based only. Holidays that are date based can be set as set to default every year, such as Dec 251h Holidays that the dates change are only settable 1 calendar year at a time. Multiple rate tables may be set in advance and downloaded each calendar year to establish those holidays. 2.3.1.3.6. Special Days by date. 2.3.1.3.7. User type. 2.3.1.3.7.1. A user type can be established as part of the multi - pick, which will affect rates. It will NOT affect payment methods. 2.3.1.3.8. There 97 user settable days. Six tables allow for a total of six different rates of any kind. CONTRACTOR shall supply and load rates at no charge to CITY for the term of the agreement. 2.3.2. Additional Programming Features - Additional user settable programming features will include the following: 2.3.2.1. Allow or not allow the purchase of time exceeding the rate/time maximum. 2.3.2.2. Allow or not allow purchase of time past the end of a rate period. 2.3.2.3. Allow or not allow purchase of time prior to expiration of existing time for the same space by everyone, no one, or with a receipt number from a ticket from the same space number regardless of when it was sold. 2.3.2.3.1. If receipt number function is selected a precursor screen will ask all customers to purchase new or add time. Add time screen with require the receipt number to proceed. 2.3.2.4. Allow or not allow the customer to see the time left. A-7 EXHIBIT "A" -- Multi -Space Parkina Meter Eauipment 2.3.2.4.1. It will never randomly show this information. It will only show this information when the machine is set to allow more time to be purchased for a space and the customer has deposited the minimum purchase requirement. 2.3.2.5. Allow the City to select the rate for each individual day of the week and have the ability to designate a day closed, holiday, or free parking day. 2.3.2.6. Allow the City to configure a secondary daily rate structure to be activated automatically at a pre -determined day and/or time. 2.3.2.6.1. Permanent rate changes need to be downloaded at the time of change, but may be written prior to download. 2.3.2.7. Allow time to be purchased at a minimum of one (1) minute or 15min blocks. 2.3.2.8. Allow a minimum time purchase to be set. 2.3.2.9. Allow for the option to print or not print receipts. 2.3.2.9.1. Allow for an option to automatically print or prompt yes/no for a receipt. Current function will be to automatically print a receipt when the print receipt option is activated. CONTRACTOR shall provide firmware changes as needed for this function at no charge for the term of this agreement. 2.3.2.10. Select what to do during a printer error. User settable choices of Continue, Stop, or Do Not Test shall be available. 2.3.2.11. Select what to do if change fund is exhausted during a transaction, including printing of a refund receipt. User settable choices of reject bills, accept and apply change as overpayment, or issue refund receipts. 2.3.2.12. User settable maximum amount of change to be give on any transaction. 2.3.2.13. Set/modify credit card parameters to include; enable/not enable credit cards, accept/not accept American Express, MasterCard and Visa, accept/not accept a credit card when off-line, set minimum/maximum credit amounts and set a default amount. Enter specific credit cards that shall NOT be accepted by the machines. 2.3.2.14. Accommodate a minimum of 9999 spaces per machine. 2.3.2.15. Vary rates by stall range. A limit of six total available rate tables and six total breaks in stall number ranges applies. 2.4. Enforcement Functions. The Multi -Space Meters shall enable enforcement by producing a report with the following characteristics: [ EXHIBIT "A" -- Multi -Space Parkina Meter Eouioment 2.4.1. Enforcement Reporting Characteristics. 2.4.1.1. Listing of spaces paid or not paid at the enforcement officer's discretion. The spaces that are within this time period shall be demarcated with an asterisk. 2.4.1.2. Listing of the expiration time for each space on the paid report. The non - paid report will show last paid expiration. 2.4.1.3. Printed directly from the machine. 2.4.1.4. The report must be accessible without opening the unit. 2.5. Reporting Functions. The Multi -Space Meters and the System Management Software shall be capable of providing detailed statistical and transaction data reports. At a minimum, the following data will be available in report format for each time/date period specified: 2.5.1. Statistical Data. 2.5.1.1. Total revenue collected peruser designated period. 2.5.1.2. Revenue collected by rate type and payment method. 2.5.1.3. Revenue collected by rate segment. At a minimum, all the data above will be available in report format for the following time periods: 2.5.1.4. 24 hour (daily) time periods. 2.5.1.5. Monthly time periods. 2.5.1.6. Duration between collections. 2.6. Cash Audit Functions. The revenue collection system shall have an electronic memory that stores information by category. Each collection shall be given a sequential collection number and each time a collection is made, the number advances in sequence and is non-resettable. At the completion of the coin and bill collection, the revenue collection system shall issue a report with the following minimum information: 2.6.1. Audit Function. 2.6.1.1. Cash Box Settings. 2.6.1.1.1. Cash box has three settings, A --Actual prints at the time the coin bag is removed and advances the collection number. C - Current is the print of what is currently in the collection without making the collection or advancing the number. A-9 EXHIBIT "A:'-- Multi -Space Parkina Meter EQubment You may print as many of these receipts as you want. R — Previous is the last collection made at this machine. 2.6.1.2. Machine number. 2.6.1.3. Date, time and number of current collection. 2.6.1.4. Total amount of money collected (line items of number and denominations of all bills and coins). 2.6.1.5. Total amount of money in the change fund (line items of number and denominations of all coins). Display the difference of coins from the last fill/collection. 2.6.1.6. Value and type of card transactions in audit reports. The number of cards accepted and total value is displayed. It will differentiate between smart cards, debit/credit cards. This function is only available in the audit reports. 2.6.1.7 Total amount paid for parking and total difference of the change fund and the total sales during the collection period. 2.6.1.8 Time and date of: 2.6.1.8.1. Last failure including code. 2.6.1.8.2. Last collection. 2.6.1.9. Any additional information possible should be listed. 2.7. Interconnection. Where more than one Multi -Space Meter is installed at single facility, each unit must share all relevant transaction data and system data. At all times, each unit must be capable of supplying data for the entire parking lot in reference to the stall database and enforcement. Customers can pay for parking at any Meter regardless of where in the lot they parked. Enforcement Officer's may generate reports for the entire lot, regardless of which machine they choose to extract the reports from. 2.8. Additional Features. 2.8.1. Card. CONTRACTOR must have a card reader system that reads and accepts standard magnetic striped credit cards with and without embedded Smart Card chips. 2.8.1.1. Smart Card Option. 2.8.1.1.1. Respondents must identify and itemize all supporting equipment necessary for in-house operation and maintenance of a debit/stored value card system. All equipment must be upgradeable to incorporate this function. A-10 EXHIBIT "N'-- Multi -Space Parkina Meter Eauipment 2.8.1.2. Credit Card. 2.8.1.2.1. Respondents must identify and supply all supporting equipment necessary for credit card processing. Credit card transaction data shall be real time and sent to a remote server for processing. The Respondents' system shall also have the ability to prepare and load lists of credit cards that the machine will not accept (black lists). The machine will maintain the black lists for off-line operation. 2.8.2. Complete On -Line System. 2.8.2.1. CONTRACTOR will provide cellular technology to create a completely functioning, real-time, online system. The monthly connectivity fees associated with this requirement will be the responsibility of the CITY. 2.8.2.2. On-line System Benefits - The purpose of the online system would be to accomplish the following: 2.8.2.2.1. Monitor entire system and all components in real time. 2.8.2.2.2. Receive alarm/exception activity immediately, and provide remote messaging of alarm/exception activity. 2.8.2.2.3. Accumulate data more easily by sending it directly to central computer with one database. 2.8.2.2.4. Store facility transactions and alarm/exception activity for future examination, reconciliation and auditing. 2.8.2.2.5. The ability to notify the parking office, via any device capable of accepting email messages. 2.8.2.2.6. The ability to check paid, unpaid, and expired spaces from the central server. A-11 EXHIBIT "N'-- Multi -Space Parkinq Meter Equipment 3. PRODUCT SPECIFICATIONS 3.1. Multi -Space Meters. 3.1.1. CONTRACTOR will deliver and install multi -space (pay-by-space/pay and display) parking meters in conformance with the following specifications: 3.1.2. Type of Housing. 3.1.2.1. All components of the Multi -Space Meters will be enclosed in a housing with following characteristics: 3.1.2.2. Construction. 3.1.2.2.1. A minimum of 10 -gauge, stainless, pressed or cold rolled steel. 3.1.2.2.2. Tamper proof hardware. 3.1.2.2.3. Concealed mounting bolts. 3.1.2.3. Coating. 3.1.2.3.1. Multiple layers of paint or coating. 3.1.2.3.2. Scratch resistant. 3.1.2.3.3. Easily cleanable. 3.1.2.3.4. Corrosion inhibiter used. 3.1.2.4. Environment. 3.1.2.4.1. Resistant to UV rays. 3.1.2.4.2. Resistant to extreme weather and those conditions found in San Rafael. 3.1.2.4.3. Resistant to extreme temperatures. 3.1.2.4.4. Resistant to water and salt spray. 3.1.2.5. Service Door. 3.1.2.5.1. Minimum of 10 -gauge thickness of steel similar to the housing. 3.1.2.5.2. Tamper resistant construction. 3.1.2.5.3. Weather tight. A-12 EXHIBIT "A" -- Multi -Space Parking Meter Eauipment 3.1.2.5.4. Multiple locking mechanisms. 3.1.2.5.5. Drill resistant keyholes. 3.1.2.5.6. Commercially unavailable key blanks. 3.1.2.6. Unit Size. 3.1.2.6.1. No more than 30" (thirty inches) in width. 3.1.2.6.2. No more than 18" (eighteen inches) deep. 3.1.3. Power Requirements. 3.1.3.1. 110 -volt direct power. 3.1.3.2. DC battery backup to process up to 300 transactions after loss of direct power. 3.1.3.3. The battery will automatically recharge itself when power is restored. 3.1.3.4. Suitable grounding apparatus in the power supply. 3.1.3.4.1. Circuit breakers. 3.1.3.4.2. Filters. 3.1.3.4.3. Fuses. 3.1.4. Mounting Requirements. 3.1.4.1. Pedestals. 3.1.4.1.1. Constructed of heavy gauge (9 gauge minimum) steel. 3.1.4.1.2. Securely mounted in a concrete base. 3.1.4.1.3. Using only non -accessible fasteners.. 3.1.5. Coin Accepter. The Multi -Space Meters shall have only one slot for coin introduction. Coin registration capabilities shall include the following: 3.1.5.1. Electronically operated using multiple validation tests. 3.1.5.2. Register 98% of valid coins. 3.1.5.3. User settable and can be tuned for nickel, dime quarter, dollar (both types). Ability to train to use tokens. A-13 EXHIBIT "N'-- Multi -Space Parkina Meter Equipment 3.1.5.4. This device shall have the ability to dispense change in user settable denominations, employ a self -replenishing platform, provide accurate reports explaining the amount of collected revenue entering the change fund. Amounts of revenue collected and change issued must be auditable and easily reconcilable. 3.1.5.5. The change device must be modular and easily removed for servicing and/or replacement. 3.1.5.6. Standard coin recognition shall include. 3.1.5.6.1. Nickels. 3.1.5.6.2. Dimes. 3.1.5.6.3. Quarters. 3.1.5.6.4. Susan B. Anthony dollars. 3.1.5.6.5. Sacagawea dollars. 3.1.5.6.6. Tokens. (TBD by client) in lieu of dollar coins. 3.1.5.7. As each coin is inserted and passes through the coin acceptor, its value is registered on the display. Rejected coins/tokens, and slugs shall be immediately returned via the coin return outlet. There shall be a prompt means to clear bent coins and counterfeit material that may jam the coin acceptor. This procedure must not allow access to the locked coin compartment. The Coin acceptor must have an anti -pull back mechanical feature in the coin chute. A Phillips head screwdriver is needed if a jam occurs in the change bank management system. This allows access to the coin change bank area. 3.1.6. Coin Container. 3.1.6.1. Upon verification, the machine shall secure all coins in a locked coin compartment making coins inaccessible during meter maintenance. The removal of the coin compartment shall trigger the recording of a cash box report specific to the collection. This report will be printed at the site and be electronically transmitted to a central computer. When the coin compartment is removed for collection it shall remain locked, securing the contents. The coin compartment shall be easily removed for servicing or replacement. 3.1.7. Bill Accepter. There shall be only one slot for inserting currency into the Multi - Space Meter. Currency registration capabilities shall include the following: 3.1.7.1. A cover or canopy to prevent water, dust or other foreign objects from entering, and is designed for out door use. A-14 EXHIBIT "N'-- Multi -Space Parkina Meter Equipment 3.1.7.2. Must accept any combination of U.S. ones, five, ten and twenty -dollar bills, including the most up to date versions of any newly issued formats for five, ten and twenty -dollar bills as of the implementation of this agreement. 3.1.7.3. The bill denomination acceptance shall be user programmable and capable of accepting new versions of U.S. bills through simple software updates. Upgrades for new bills shall be supplied by the CONTRACTOR at no charge for the term of this agreement. 3.1.7.4. It shall accept bills in four directions. 3.1.7.5. The bill acceptor should accept 99 percent of valid and serviceable bills, as determined by the manufacturer of the bill acceptor equipment. 3.1.7.6. In the event of rejection, the bill shall be returned to the patron. 3.1.8. Bill Collector. 3.1.8.1. Currency accepted by the meter shall be stored in a locked container making the bills inaccessible during meter maintenance. The bill container shall have a capacity of approximately 1000 bills and shall be protected by a locking system only allowing access to the bills with the correct and distinct from the cabinet key. When the bill cassette is removed for collection it shall remain locked, securing the contents. The bill collector shall be easily removed for servicing or replacement. 3.1.9. Coin Hopper. 3.1.9.1. The coin hopper will be manually loaded by adding coins. There shall be a user settable function to enter the amount of coin currently available in the hopper. The Audit report indicates the number of coins dispensed from the hopper during each revenue collection cycle. 3.1.9.2. If change dispensing system (coin acceptor and/or coin hopper) is depleted, a refund receipt may, at the discretion of the City, be printed and dispensed to the customer. 3.1.10. Printer. 3.1.10.1. The receipt printer shall be of the thermal type that provides a receipt with a high degree of quality and legibility. Each roll/stack of receipt paper, tickets or receipts shall be of sufficient quantity to provide records of 4,500 transactions. The printer shall be easily removed for servicing or replacement. Printer intensity should be adjustable. The printer should utilize thermal paper capable of not turning black up to 140°F. The printer shall initiate a low paper alarm when paper is low. i"WR EXHIBIT "N'-- Multi -Space Parkina Meter Equipment 3.1.11. Receipt paper. 3.1.11.1. Receipt paper shall be a continuous single roll or stack of direct thermal printed -paper. Receipts shall print within seconds and shall have a high degree of quality and legibility. Printed items must remain legible after remaining inside a vehicle in direct sunlight for 24 hours providing the inside temperature is under 140°F. Receipts shall be available with custom printing/graphics and shall, at a minimum, contain the following: 3.1.11.2. Transaction date and time. 3.1.11.3. Expiration date and time. 3.1.11.4. Facility Name. 3.1.11.5. Machine Number. 3.1.11.6. Fee paid. 3.1.11.7. Unique, Sequential Transaction Number. 3.1.11.8. User Definable Message Area 3.1.12. Alarm. Each Multi -Space Meter shall be equipped with an audible motion/shock/tilt/vibration alarm that sounds if the machine accessed in any un -authorized fashion. 3.2. System Management Software. 3.2.1. The System Management Software (SMS) shall be hosted by the CONTRACTOR. It should be a user-friendly, menu driven, password protected and data encrypted program. 3.2.2. All data shall be and shall remain the property of the CITY. At any time, including subsequent to the termination or expiration of this agreement, CITY may demand and vendor will provide, at no charge, all data to CITY in a standard format, readable by CITY, no later than 30 days from the initial request. Vendor shall be liable for any and all costs incurred by CITY for failure to deliver in the time allotted herein. 3.2.3. General System Software Requirements. 3.2.3.1. CONTRACTOR shall provide an integrated software system and all applicable licenses needed for operation are granted herein. 3.2.3.2. All software functions, programs, and reports shall be menu driven, utilizing a generally accepted, PC industry, and standard user interface. 3.2.3.3. The contractor shall provide Crystal reports and all functionality included therein, including the ability to export all created reports to a fixed field A-16 EXHIBIT "K- Multi -Space Parking Meter Equipment length, flat ASCII, comma or space delimited format suitable for importation into an off-the-shelf spreadsheet program, such as MS Excel. 3.2.3.4. Contractor shall provide the instructions, tools and utilities necessary to demonstrate this export routine during acceptance testing. 3.2.3.5. Contractor shall provide, at no additional cost, any software revisions, updates and standard enhancements to the standard software product, or to the options supplied to meet the requirements of this contract, which are released during the term of this Agreement. Any such software revisions, updates and enhancements and related documentation shall be supplied within sixty (60) days of the revisions implementation to the standard product line. 3.2.3.5.1. If there is any cost because of a third party provider, CITY shall decide if it wishes to receive the update. 3.2.3.5.2. If the upgrade is required to comply with the terms of this Agreement, all costs shall be borne by CONTRACTOR. 3.2.3.6. All alarm conditions generated by the Multi -Space Meters shall be capable of displaying on the central computer monitor independent of, and without interruption to, the current system user function. 3.2.3.6.1. As an example, if the user is working on the creation of a lengthy report or programming option, any alarms conditions must be displayed to the user, in a separate window or dedicated screen area, in real time without interrupting the user's current function. 3.2.3.7. The software system shall be capable of handling an expansion of at least 200% in terms of the number of Multi -Space Meters monitored and controlled. 3.2.3.8. The system shall provide for the following minimum data retention: 3.2.3.8.1. Transaction detail for 90 days. 3.2.3.8.2. Summarized shift and daily reports for 1 year. 3.2.3.9. All report printouts shall have column and row headings in either full English, or clear abbreviations of English. 3.2.4. System Security: Passwords. 3.2.4.1. System security passwords shall be configurable by an authorized system user only. A-17 EXHIBIT "N'-- Multi -Space Parkina Meter Eauioment 3.2.4.2. All password security shall have a corresponding record file, and shall create an audit trail of each user's use of the central computer software system. 3.2.5. System Security: Data Integrity by CONTRACTOR. 3.2.5.1. Under no circumstances shall the stored raw transaction detail, summarized report audit data or non-resettable audit numbers generated by the parking devices be available for editing using the system application program. 3.2.5.1.1. Data at the machine is non -accessible. Since it is an Oracle DB, it is only secure as the DB and system the DB is stored on. 3.2.5.2. Any raw data files that may be stored in industry standard DOS/ASCII or standard PC Windows or Database formats as part of the system application software shall be encrypted to prevent casual user manipulation. 3.2.5.3. It shall not be possible to simply power up the central system, interrupt a "batch" program boot sequence with the keyboard (using standard Ctrl/Break keystrokes) and edit the audit data using a widely available text editor or database application program. 3.2.5.4. Credit Card transactions from the Multi Space Meters shall be stored in an encrypted format and transmitted to the credit -processing agency in an encrypted format. 3.2.5.5. Notwithstanding all of the above, it is recognized that no computer system is totally secure, and that each level of security comes at a price to the end user. It is the intent of this section to provide, at minimum, a first level of security only, to prevent a casual PC novice from hacking his or her way into the audit data. 3.2.5.6. System Security - System Activity Logs. 3.2.5.6.1. Software shall provide an activity log of all user sign on and sign off activity on the system. CONTRACTOR will provide this information to CITY upon request at no additional cost to CITY. 3.2.5.6.2. User acknowledgments of system -generated alarms shall also be maintained in the system activity logs. 3.2.5.6.3. All system activity log entries shall include a time and date stamp, along with the system number and user ID. A-18 EXHIBIT "N'-- Multi -Space Parkina Meter Eaubment 4. CONTRACTOR REQUIREMENTS 4.1.Oualifications (Manufacture). 4.1.1. Company specializing in manufacturing the Products specified herein shall have a minimum five years documented experience. 4.1.2. Manufacturer shall have current version of each primary component currently operating successfully in three or more parking facilities of similar size and activity. 4.2.Oualifications (Installer). 4.2.1. Installer shall be a company specializing in performing the work of this specification with minimum three years documented experience and must be approved by manufacturer. 4.3. References. 4.3.1. Document the experience and qualifications of the CONTRACTOR, Manufacturer(s) and Installer(s) of each primary component listed in the Bid. Include the three most recently installed, complete projects that are similar in magnitude, complexity, and dollar value. Please provide address and phone number for each. 4.4.Ouality Assurance. 4.4.1. Installation Observations. 4.4.1.1. The City or their designees may observe installation work at any time during progress of Work. 4.4.2. CONTRACTORS Representative. 4.4.2.1. CONTRACTOR and/or Installer shall present evidence of training and certification by the Manufacturer of each product to install, test, operate, and service the product and will insure that no factory warranties are voided by improper or unauthorized actions by CONTRACTOR and/or Installer. 4.5. TestinLr Requirements. 4.5.1. CONTRACTOR may participate with CITY to test and document the result of each specification contained herein. 4.6. Responsibilities of CONTRACTOR. 4.6.1. Accept Sole Responsibility. A-19 EXHIBIT "N'-- Multi -Space Parkina Meter Eauipment 4.6.1.1. It is the CONTRACTOR's sole responsibility to provide all products, services, wiring, and installation necessary for a complete and functioning system. 4.6.1.2. Provide the Multi -Space Parking Meters as defined by and implied by the Contract Documents and generally accepted industry standards. 4.6.1.3. Provide all equipment, software, components and materials to comply with the functional system requirements of the Contract Documents. 4.6.1.4. Provide labor, equipment, and materials necessary to deliver a complete system with the functional system specifications as defined by this RFP and corresponding Contract Documents. 4.6.1.5. Provide all necessary labor, equipment and materials and training to maintain and guarantee the Work too comply with the Contract Documents. 4.6.1.6. Provide all necessary labor, materials and facility to train personnel in the use, maintenance and management of the Multi Space Parking Meters to comply with industry standards and the Contract Documents. 4.6.1.7. Provide all necessary labor and equipment to protect, transport, and store the equipment and materials removed and provided under the Contract Documents. 4.6.1.8. Provide all necessary project supervision, coordination, and inspection, including clean-up, punch list, and corrections, to comply with industry standards and the Contract Documents. 4.6.2. Meet Testing Requirements. 4.6.2.1. CONTRACTOR shall certify manufacturer's assurances of quality according to any cut sheets or product detail supplied, as it relates to types of materials used, manufacturing means and methods, and suitability of purpose. 4.6.2.2. Provide all necessary functional demonstrations and acceptance testing to comply with the functional specifications as defined by the Contract Documents. 4.6.2.3. Provide one (1) person on site for a minimum of one (1) business day to assist in and witness testing of the system. 4.6.3. Meet Regulatory Requirements. 4.6.3.1. Products requiring electrical connection shall be listed and classified by Underwriters' Laboratories, Inc., as suitable for the purpose specified and indicated. A-20 EXHIBIT "A" -- Multi -Space Parkina Meter Equipment 4.6.3.2. Adherence to applicable portions of state and local building codes is the responsibility of the CONTRACTOR. Conform to applicable codes, if any, for paint finishes on equipment, installation issues, etc. 4.6.3.3. Verify that field measurements are as instructed by manufacturer and are as designated in any plans, drawings, and specifications provided by City. 4.6.3.4. Be certain that all functional requirements, as described herein, can be met with equipment specified and provided. 4.6.4. Coordination. 4.6.4.1. Coordinate work with others under provisions of City Guidelines. 4.6.4.2. Coordinate with others the placement of equipment frames and anchors, bollards, and cement pads. 4.6.4.3. Coordinate with others the placement of conduit and accessories and the power wiring to operating equipment and provide for support activities. 4.6.5. Wiring. 4.6.5.1. Provide, install, and test all necessary electrical wiring, device control wiring and communications wiring to equipment provided in this contract and equipment to be installed by others. 4.6.5.2. Terminate and properly connect all electrical wiring and communications cabling. 4.6.5.3. Provide all incidental conduit and wiring which is needed for total system performance but which was not noted on Contract Documents. There shall be no additional cost to City for these incidental items. A-21 EXHIBIT "N'-- Multi -Space Parkina Meter Equipment 5. WARRANTY & SERVICE REQUIREMENTS 5.1. General. 5.1.1. CONTRACTOR shall warrant equipment and installation for a period of one (1) year from the date of final acceptance at no cost to City. At the completion of the one (1) year maintenance and guarantee period and/or any Extended Warranty period, CONTRACTOR shall insure that all of the equipment shall be operating within the original operational specifications of the Contract Documents and the manufacturer's equipment specifications. 5.2. Warrantv Response Time. 5.2.1. Following installation, during the testing phases, CONTRACTOR shall provide one (1) full time qualified technician on call at all times and to respond within 4 hrs during regular business hours, Monday through Friday, for a period of forty-five (45) days. 5.2.2. Warranty response shall be provided five (5) days per week, twelve (12) hours per day (6AM-6PM). Response time from initiation of trouble call to on-site presence of qualified technician must not exceed twenty-four (24) hours for trouble calls. CONTRACTOR shall insure calls received after the close of business are forwarded to an on -duty technician or manager for prompt dispatch of service. 5.3. Performance of Warrantv Repairs. 5.3.1. CONTRACTOR shall maintain an "on-time" inventory of parts to effect immediate repairs of specified equipment. 5.3.2. CONTRACTOR shall repair or replace all defective or damaged items delivered under this specification by the end of calendar day following day on which notice was given by City or its agent. 5.3.3. CONTRACTOR shall maintain a staff of qualified technical personnel authorized by the specified equipment's respective manufacturers to perform warranty work as allowed by the factory. 5.3.4. If CONTRACTOR is not available within the above prescribed response times, City may affect repairs. CONTRACTOR shall then reimburse City for parts and labor necessary to correct deficiencies as defined within warranty clause and time. CONTRACTOR shall pre -qualify appropriate City personnel to effect repairs, as described in Part 3, and identify the types of repair each trained individual is qualified to perform after training of owner personnel. Such qualified action by City shall not void any warranties. 5.3.5. CONTRACTOR may elect to have any replaced item returned to manufacturer at no additional expense to City. A-22 EXHIBIT "K- Multi -Space Parking Meter Eaubment 5.3.6. Contractor shall provide, at no additional cost, any software revisions, updates and standard enhancements to the standard software product, or to the options supplied to meet the requirements of this contract, which are released during the warranty period of the system. Any such software revisions, updates and enhancements and related documentation shall be supplied within sixty (60) days of the revisions implementation to the standard product line. 5.4. Manner of Conduct During Original Warrantv Period. 5.4.1. CONTRACTOR shall ensure that all maintenance is provided sufficiently to maintain the equipment in like new condition until completion of the one (1) year manufacturer's warranty period for parts and labor. 5.4.2. CONTRACTOR shall check-in with the City's representative immediately upon arriving at the parking facilities and prior to performing any work. 5.4.3. Preventive maintenance services shall be scheduled in advance with City during the performance of the initial installation, and during the one (1) year guarantee period. 5.4.4. CONTRACTOR shall submit a copy of a work order detailing the service performed to City immediately following completion of each maintenance or preventive service call. 5.4.5. Each work order shall detail arrival time, departure time, service performed, parts required, and the servicing technicians name and signature. City shall authorize the work order. 5.4.6. CONTRACTOR shall provide sequentially numbered work orders exclusively prepared for the Work. 5.4.7. Copies of the work orders shall be inserted in the maintenance logbook. 5.4.8. CONTRACTOR shall maintain a log listing all work orders and detailing all of the preventive maintenance and repairs made during the performance of the Work and prior to final acceptance. 5.4.9. CONTRACTOR shall maintain a log listing all work orders and detailing all of the preventive maintenance and repairs made during the one (1) year contract guarantee period. 5.4.10. CONTRACTOR shall maintain the log on each parking multi -space meter. 5.4.11. Format of the log shall be of two primary divided sections for the acceptance period and the one (1) year contract guarantee period. 5.4.12. The logbook shall contain the history of maintenance and repair activities, the duration, and cause and cure for all malfunctions. 5.4.13. The logbook shall be turned over to the City's representative at the completion of the Contract period. A-23 EXHIBIT "N'-- Multi -Space Parking Meter Equipment 5.4.14. Preventive maintenance provided by the CONTRACTOR shall consist of examination of all installed equipment at least once every month by the CONTRACTOR's service personnel, and necessary adjustment, lubrication, and cleaning of parts. 5.5. Limitations of Warrantv. 5.5.1. Warranty shall not cover acts of vandalism, damage caused by third party, or natural phenomena. Warranty shall not cover damage caused during maintenance actions by untrained/unapproved City Personnel. A-24