Press Alt + R to read the document text or Alt + P to download or print.
This document contains no pages.
HomeMy WebLinkAboutLAZ PARKING - CONTRACT - RFP - 8409 PARKING TECHNOLOGYSERVICES AGREEMENT
WORK ORDER TYPE
THIS AGREEMENT made and entered into the day and year set forth below, by and
between THE CITY OF FORT COLLINS, COLORADO, a Municipal Corporation, hereinafter
referred to as the “City” and LAZ PARKING MIDWEST, LLC hereinafter referred to as "Service
Provider" and/or “Contractor”.
WITNESSETH:
In consideration of the mutual covenants and obligations herein expressed, it is agreed by
and between the parties hereto as follows:
1. Services to be Performed. This Agreement shall constitute the basic agreement between
the parties for services for parking technology including but not limited to supply, design,
configuration and implementation of parking technology services on a phased project
approach. The conditions set forth herein shall apply to all services performed by the
Service Provider on behalf of the City and particularly described in Work Orders agreed
upon in writing by the parties from time to time. Such Work Orders, a sample of which is
attached hereto as Exhibit "A", consisting of one (1) page and incorporated herein by this
reference, shall include a description of the services to be performed, the location and time
for performance, the amount of payment, any materials to be supplied by the City, and any
other special circumstances relating to the performance of services.
2. Phased Projects.
a. The City has developed a phased project plan to implement parking technology as
detailed in Exhibit “B”, Scope of Work, consisting of fifty-eight (58) pages, and
incorporated herein by reference.
b. Each phase detailed in Exhibit “B” is subject to change based on mutual written
agreement by the parties. The stated implementation schedules for each phase are
for reference only and subject to funding approval by the City.
c. The City will issue Work Order(s) to authorize any Work under this Agreement. The
City may, at any time during the term of a particular Work Order and without
invalidating the Agreement, make changes within the Scope of Work subject to mutual
written agreement.
d. Phase I will be executed on the City’s behalf by Hensel Phelps Construction Co.
("Hensel Phelps"). The Service Provider will contract directly with Hensel Phelps for
Phase I under a separate agreement. The Service Provider shall coordinate with
Hensel Phelps and the City to allow City access for system testing during Phase I, as
further provided in Exhibit "B".
3. Changes in the Work. The City reserves the right to independently bid any services rather
than issuing work to the Service Provider pursuant to this Agreement. Nothing within this
Agreement shall obligate the City to have any particular service performed by the Service
Provider.
Services Agreement - Work Order Type
8409 Parking Technology
Page 1 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
4. Time of Commencement and Completion of Services. The services to be performed
pursuant to this Agreement shall be initiated as specified by each written Work Order.
Time is of the essence.
5. Contract Period. This Agreement shall commence on the date of the last signature below
(the "Effective Date") and shall continue in full force and effect until June 9, 2018, unless
sooner terminated as herein provided. In addition, at the option of the City, the Agreement
may be extended for additional one year periods not to exceed four (4) additional one year
periods. Written notice of renewal shall be provided to the Service Provider and mailed no
later than thirty (30) days prior to contract end.
6. Delay. If either party is prevented in whole or in part from performing its obligations by
unforeseeable causes beyond its reasonable control and without is fault or negligence,
then the party so prevented shall be excused from whatever performance is prevented by
such cause. To the extent that the performance is actually prevented, the Service
Provider must provide written notice to the City of such condition within fifteen (15) days
from the onset of such condition.
7. Early Termination by City/Notices. Notwithstanding the time periods contained herein, the
City may terminate this Agreement at any time without cause by providing written notice of
termination to the Service Provider. Such notice shall be mailed at least fifteen (15) days
prior to the termination date contained in said notice unless otherwise agreed in writing by
the parties. All notices provided under this Agreement shall be effective when mailed,
postage prepaid and sent to the following address:
Service Provider: City: Copy to:
LAZ Parking Midwest, LLC
("LAZ”)
1899 Wynkoop Street, Suite 375
Denver, Colorado 80202
Attn: Rob Maroney
City of Fort Collins
Attn: Craig Dubin
PO Box 580
Fort Collins, CO 80522
City of Fort Collins
Attn: Purchasing Dept.
PO Box 580
Fort Collins, CO 80522
In the event of early termination by the City, the Service Provider shall be paid for services
rendered to the termination date, subject only to the satisfactory performance of the
Service Provider's obligations under this Agreement. Such payment shall be the Service
Provider's sole right and remedy for such termination.
8. Pricing. Pricing shall be in accordance with Exhibit “C”, consisting of three (3) pages, and
incorporated herein by reference. Pricing shall be firm for a period of five (5) years from
the Effective Date of this Agreement. The actual amount of work to be performed will be
stated on the individual Work Orders. The City makes no guarantee as to the number of
Work Orders that may be issued or the actual amount of services which will in fact be
requested.
Services Agreement - Work Order Type
8409 Parking Technology
Page 2 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
9. Payments.
a. Payment shall be made by the City only upon acceptance of the work by the City and
upon the Service Provider furnishing satisfactory evidence of payment of all wages,
taxes, supplies and materials, and other costs incurred in connection with the
performance of such work.
b. Scheduled or Progress Payments shall be made as work is performed to the
satisfaction of the City according to the proposed schedule and as defined in Exhibit C
- Pricing
c. Payment terms shall be Net 30 days from the date of the invoice.
10. City Representative. The City's representative will be shown on the specific Work Order
and shall make, within the scope of his or her authority, all necessary and proper decisions
with reference to the work requested. All requests concerning this Agreement shall be
directed to the City Representative.
11. Independent Contractor. It is agreed that in the performance of any services hereunder,
the Service Provider is an independent contractor responsible to the City only as to the
results to be obtained in the particular work assignment and to the extent that the work
shall be done in accordance with the terms, plans and specifications furnished by the City.
12. Subcontractors. Certain Work may be subcontracted by the Service Provider as detailed
by the applicable Work Order. The following shall apply to all Work subcontracted
hereunder (with the written consent of the City): (a) the subcontractor must be a reputable,
qualified firm with an established record of successful performance in its respective trade
performing identical or substantially similar work, (b) the subcontractor will be required to
comply with all applicable terms of this Agreement, (c) the subcontract will not create any
contractual relationship between any such subcontractor and the City, nor will it obligate
the City to pay or see to the payment of any subcontractor, and (d) the work of the
subcontractor will be subject to inspection by the City to the same extent as the work of
the Service Provider.
13. Personal Services. It is understood that the City enters into the Agreement based on the
special abilities of the Service Provider and that this Agreement shall be considered as an
agreement for personal services. Accordingly, the Service Provider shall neither assign
any responsibilities nor delegate any duties arising under the Agreement without the prior
written consent of the city.
14. Acceptance Not Waiver. The City's approval or acceptance of, or payment for any of the
services shall not be construed to operate as a waiver of any rights under the Agreement
or of any cause of action arising out of the performance of this Agreement.
15. Warranty.
a. The Service Provider warrants that all work performed hereunder shall be performed
with the highest degree of competence and care in accordance with accepted
Services Agreement - Work Order Type
8409 Parking Technology
Page 3 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
standards for work of a similar nature.
b. Unless otherwise provided in the Agreement, all materials and equipment incorporated
into any work shall be new and, where not specified, of the most suitable grade of their
respective kinds for their intended use, and all workmanship shall be acceptable to
City.
c. The Service Provider warrants all equipment, materials, labor and other work, provided
under this Agreement, except City-furnished materials, equipment and labor, against
defects and nonconformances in design, materials and workmanship/workwomanship
for the longer of 1) manufacturer's warranty; or 2) a period beginning with the start of
the Work and ending twelve (12) months from and after final acceptance by phase
under the Agreement, regardless whether the same were furnished or performed by
Service Provider or by any of its subcontractors of any tier. Upon receipt of written
notice from City of any such defect or nonconformances, the affected item or part
thereof shall be redesigned, repaired or replaced by the Service Provider in a manner
and at a time acceptable to City.
16. Default. Each and every term and condition hereof shall be deemed to be a material
element of this Agreement. In the event either party should fail or refuse to perform
according to the terms of this Agreement, such party may be declared in default thereof.
17. Remedies. In the event a party has been declared in default, such defaulting party shall
be allowed a period of ten (10) days within which to cure said default. In the event the
default remains uncorrected, the party declaring default may elect to (a) terminate the
Agreement and seek damages; (b) treat the Agreement as continuing and require specific
performance; or (c) avail himself of any other remedy at law or equity. If the non-
defaulting party commences legal or equitable actions against the defaulting party, the
defaulting party shall be liable to the non-defaulting party for the non-defaulting party's
reasonable attorney fees and costs incurred because of the default.
18. Binding Effect. This writing, together with the exhibits hereto, constitutes the entire
Agreement between the parties and shall be binding upon said parties, their officers,
employees, agents and assigns and shall inure to the benefit of the respective survivors,
heirs, personal representative, successors and assigns of said parties.
19. Indemnity/Insurance.
a. The Service Provider agrees to indemnify and save harmless the City, its officers,
agents and employees against and from any and all actions, suits, claims, demands or
liability of any character whatsoever, brought or asserted for injuries to or death of any
person or persons, or damages to property arising out of, result from or occurring in
connection with the performance of any service hereunder. The foregoing sentence
notwithstanding, the Service Provider's indemnification obligation shall not extend to
the City's own negligence or willful misconduct and that of its officers and employees.
b. The Service Provider shall take all necessary precautions in performing the work
Services Agreement - Work Order Type
8409 Parking Technology
Page 4 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
hereunder to prevent injury to persons and property.
c. Without limiting any of the Service Provider's obligations hereunder, the Service
Provider shall provide and maintain insurance coverage naming the City as an
additional insured under this Agreement of the type and with the limits specified within
Exhibit "D", consisting of one (1) page, attached hereto and incorporated herein by this
reference. The Service Provider before commencing services hereunder shall deliver
to the City's Purchasing Director, P. O. Box 580, Fort Collins, Colorado 80522 one
copy of a certificate evidencing the insurance coverage required from an insurance
company acceptable to the City.
d. As required by the City pursuant to the requirements of any Work Orders, the Service
Provider shall obtain Payment and Performance Bonds.
20. Entire Agreement. This Agreement, along with all Exhibits and other documents
incorporated herein, shall constitute the entire Agreement of the parties. Covenants or
representations not contained in this Agreement shall not be binding on the parties.
21. Law/Severability. This Agreement shall be governed in all respect by the laws of the State
of Colorado. In the event any provision of this Agreement shall be held invalid or
unenforceable by any court of competent jurisdiction such holding shall not invalidate or
render unenforceable any other provision of this Agreement.
22. Prohibition Against Employing Illegal Aliens. Pursuant to Section 8-17.5-101, C.R.S., et.
seq., the Service Provider represents and agrees that:
a. As of the date of this Agreement:
1) The Service Provider does not knowingly employ or contract with an illegal alien
who will perform work under this Agreement; and
2) The Service Provider will participate in either the e-Verify program created in Public
Law 208, 104th Congress, as amended, and expanded in Public Law 156, 108th
Congress, as amended, administered by the United States Department of
Homeland Security (the “e-Verify Program”) or the Department Program (the
“Department Program”), an employment verification program established pursuant
to Section 8-17.5-102(5)(c) C.R.S. in order to confirm the employment eligibility of
all newly hired employees to perform work under this Agreement.
b. The Service Provider shall not knowingly employ or contract with an illegal alien to
perform work under this Agreement or knowingly enter into a contract with a
subcontractor that knowingly employs or contracts with an illegal alien to perform work
under this Agreement.
c. The Service Provider is prohibited from using the e-Verify Program or Department
Program procedures to undertake pre-employment screening of job applicants while
this Agreement is being performed.
d. If the Service Provider obtains actual knowledge that a subcontractor performing work
under this Agreement knowingly employs or contracts with an illegal alien, the Service
Provider shall:
Services Agreement - Work Order Type
8409 Parking Technology
Page 5 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
1) Notify such subcontractor and the City within three days that the Service Provider
has actual knowledge that the subcontractor is employing or contracting with an
illegal alien; and
2) Terminate the subcontract with the subcontractor if within three days of receiving
the notice required pursuant to this section the subcontractor does not cease
employing or contracting with the illegal alien; except that the Service Provider
shall not terminate the contract with the subcontractor if during such three days the
subcontractor provides information to establish that the subcontractor has not
knowingly employed or contracted with an illegal alien.
e. The Service Provider shall comply with any reasonable request by the Colorado
Department of Labor and Employment (the “Department”) made in the course of an
investigation that the Department undertakes or is undertaking pursuant to the
authority established in Subsection 8-17.5-102 (5), C.R.S.
f. If the Service Provider violates any provision of this Agreement pertaining to the duties
imposed by Subsection 8-17.5-102, C.R.S. the City may terminate this Agreement. If
this Agreement is so terminated, the Service Provider shall be liable for actual and
consequential damages to the City arising out of the Service Provider’s violation of
Subsection 8-17.5-102, C.R.S.
g. The City will notify the Office of the Secretary of State if Service Provider violates this
provision of this Agreement and the City terminates the Agreement for such breach.
23. Special Provisions. Special provisions or conditions relating to the services to be
performed pursuant to this Agreement are set forth in Exhibit "E" - Confidentiality,
consisting of one (1) page, attached hereto and incorporated herein by this reference.
Services Agreement - Work Order Type
8409 Parking Technology
Page 6 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
THE CITY OF FORT COLLINS, COLORADO
By:
Gerry Paul
Purchasing Director
DATE:
ATTEST:
APPROVED AS TO FORM:
LAZ PARKING MIDWEST, LLC
By:
Printed:
Title:
Date:
Services Agreement - Work Order Type
8409 Parking Technology
Page 7 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
coo
7/7/2017
Michael Kuziak
Assistant City Attorney
7/7/2017
City Clerk
EXHIBIT A
WORK ORDER FORM
PURSUANT TO AN AGREEMENT BETWEEN
THE CITY OF FORT COLLINS
AND
AGREEMENT DATED:
Work Order Number:
Purchase Order Number:
Project Title:
Commencement Date:
Completion Date:
Maximum Fee: (time and reimbursable direct costs):
Project Description:
Scope of Services:
Service Provider agrees to perform the
services identified above and on the attached
forms in accordance with the terms and
conditions contained herein and in the
Services Agreement between the parties. In
the event of a conflict between or ambiguity in
the terms of the Services Agreement and this
Work Order (including the attached forms) the
Services Agreement shall control.
The attached forms consisting of ___ (_)
pages are hereby accepted and incorporated
herein, by this reference, and Notice to
Proceed is hereby given.
SERVICE PROVIDER
By:_______________________________
Date:_____________________________
CITY OF FORT COLLINS
By:_________________________________
Project Manager
Date: ______________________________
By: _______________________________
Gerry Paul
Purchasing Director (over $60,000.00)
Date: ____________________________
Services Agreement - Work Order Type
8409 Parking Technology
Page 8 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
EXHIBIT B
SCOPE OF WORK
GENERAL PROVISIONS
1.0 PURPOSE
1.1. The City of Fort Collins (City) and LAZ Parking Midwest, LLC, hereinafter called,
Contractor, have entered into this Agreement for the purchase, installation and maintenance
of the following, including any incorporated sub-systems, collectively referred to as the
"PARCS System" or "System":
1.1.1. Parking pay stations and management system;
1.1.2. In ground (or other unobtrusive, innovative individual space counting system for on-street
and uncovered parking areas) space sensors and space occupancy management system;
1.1.3. Configurable, illuminated parking guidance system with individual space availability
indicators that display parking space availability within a parking structure;
1.1.4. Dynamic message signs ("DMS") that display parking space availability as well as messages
via back-office interface to provide status information at the entry of parking structures;
1.1.5. Integrated smartphone applications that includes parking payment and parking navigation;
1.1.6. Technical services and development to fully integrate all proposed systems and existing City
owned systems wherever applicable.
1.2. The parties also intend that the Contractor shall provide project management services to ensure all
work, including sub-contract work, is completed on schedule and within the proposed schedule.
1.2.1. The parties also intend that the Contractor shall establish an on-going maintenance agreement
to support all hardware and software as defined in the scope.
2.0 BACKGROUND
2.1. The City manages two parking structures, four surface parking lots, on-street parking and an
increasing number of residential permit zones throughout the community. The Contractor shall
provide a turn-key solution which includes the supply, design, configuration and implementation
of parking technology systems for the phased project. As part of this turn-key solution, the
Contractor shall provide any sub-contractors necessary for integration activities, provision of sub-
systems, installation, testing, go-live activities and license acquisition in order to provide a
complete solution.
2.2. As part of this Agreement, the Contractor will also enter into an agreement with the construction
general contractor, presently Hensel Phelps Construction Co., hereinto referred to as “General
Contractor” to provide all work within the scope of Phase I of this project which includes the new
construction of the parking structure located at 363 Jefferson Street, Fort Collins, Colorado, also
referred to as the Downtown Hotel Parking Structure. The Contractor shall ensure that during
Services Agreement - Work Order Type
8409 Parking Technology
Page 9 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
Phase I the PARCS System is made available to City for system testing as provided herein. It is
the intent of the City to execute Phases II and III described within the Scope of Work after
completion of Phase I and provided that funds are appropriated.
2.3. The following tables and figures are listed for informational purposes only. The actual
procurement and implementation schedule are subject to funding approval and planning, and will
be agreed upon at each phase of the Agreement.
Table I – Space Count by Parking Asset
PARKING ASSETS APPROXIMATE SPACE COUNT
Downtown Hotel Parking Structure 200
Old Town Parking Structure 325
Civic Center Parking Structure 900
Surface Lots 325
On-Street Parking 3,600
Total Spaces 5,350
*Space counts may fluctuate
Table II – Project Phase Descriptions
PHASE PROJECT STATUS
I
Downtown Hotel Parking
Structure
New Construction
Project
II
-Downtown On-Street Parking
Counting
-Mobile Payment Application
for On-Street Spaces and
Downtown Hotel Parking
Structure Existing Parking Spaces
III
-Old Town Parking Structure
-Civic Center Parking Structure
-Downtown Parking Surface
Lots
-Addition of the above facilities
to the mobile payment
application
Existing Structures &
Lots
Table III – Systems by Phase
SYSTEMS PHASE I PHASE II PHASE III
Parking Sensors & Guidance • • •
Pay Stations • •
Digital Signage • •
Smartphone Application • • •
Guidance • • •
Payment • • •
Back Office Software Integration • • •
Services Agreement - Work Order Type
8409 Parking Technology
Page 10 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
Figure A – Sample System Integration Layout
Table IV – Current System Specifications
Brand/Company Model/Version
T2 FLEX / 15.4.188
T2 Enforcement App / 15.4.188
T2 E-Ticketbook / 15.4.339 (Varies)
Genetec AutoVu Security Center / 5.2.1696.13
Genetec Patroller / 6.3.139.7 (Varies)
Figure B – Sample Integration Use Cases
CASE 1: Payment by Pay Station
Customers wishing to pay for parking using a pay station shall enter their license plate
number into the pay station and enter their payment by credit card or cash.
In this case, license plate and validation information is provided back to the T2 Enforcement
Application and/or to the AutoVue license plate recognition ("LPR") system so that parking
enforcement officers do not erroneously issue a citation.
Services Agreement - Work Order Type
8409 Parking Technology
Page 11 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
*As an option, City will consider solutions that rely on fixed LPR systems upon entry/exit to
facility and/or parking garage.
CASE 2: Payment by Smartphone Application
Customers wishing to pay for parking using their smartphone application at any City parking
location within the defined areas will either enter their payment and license plate information
on demand or, if they have an account established, will complete their payment transaction
from their smartphone application account.
Customers parking in on-street spaces will have free 2-hour parking. After the free 2-hours
are up, customers can use their smart phone application to purchase additional parking time
or use a purchased daily, monthly, or annual permit for parking longer than 2 hours, as
permitted by applicable laws, ordinances and regulations.
In this case, license plate and validation information is provided back to the T2 Enforcement
Application and/or to the AutoVue LPR system so that parking enforcement officers do not
erroneously issue a citation.
CASE 3: Parking Guidance by Smartphone Application
Customers wishing to find available parking in any City parking location within the defined
areas will browse the application interface to navigate to available parking spaces on-street
and within parking garages. The application shall also provide pricing and time restriction
information for each space/group of spaces to enable the user to make an informed decision.
This information will be displayed on a map as well as via plain text.
In this case, the smartphone application will lookup information from the parking counting
system to determine which spaces are available within the defined areas.
CASE 4: Parking Guidance at Structures
Customers entering a parking structure will encounter digital signage indicating availability
by floor of the structure. Additionally, customers will encounter color-coded, lighted space
availability indicators to help direct them to available spaces.
In this case, the parking count system will provide information to the lighted space indicators
to demonstrate space availability. The system shall provide information to the digital
signage system to give availability counts. Additionally, the system will provide information
to the smartphone application via back-end integration.
CASE 5: Reports - Occupancy
City staff will access occupancy reports from one interface. Occupancy reports shall show
actual occupancy, trends, percent full and other analytics, using the parking count system as
its data source.
Where the reports are accessed and/or displayed is subject to agreement between the City
and the Contractor. As the parking count system shall provide the most reliable data source
Services Agreement - Work Order Type
8409 Parking Technology
Page 12 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
for the full parking supply within each area, the data should derive from that system.
However, given the nature of the integrated solution, the Contractor shall propose the most
reliable, user-friendly interface from its own systems or selection of sub-contractors on the
project for the reporting-interface.
CASE 6: Reports – Payment Transactions
City staff will access payment transaction reports from one interface. Payment transaction
reports shall show payment type, payment amount, account information (if applicable),
license plate information, trend and other analytics. Additionally, the reporting system will
need to integrate and interact with the enforcement system.
Where the reports are accessed and/or displayed is subject to agreement between the City
and the Contractor. As payments shall be made via pay stations and smartphone application,
the data shall derive from both sources. However, given the nature of the integrated
solution, the Contractor shall propose the most reliable, user-friendly interface from its own
systems or selection of sub-contractors on the project for the reporting-interface.
3.0 SCOPE
3.1. The Contractor shall perform the following services over a multi-phased project. All required and
optional systems and sub-systems are established in this Agreement. Actual quantities of
components will be determined and agreed upon by the City and Contractor during site review.
3.2. The Contractor agrees to manufacture, test, deliver, install and integrate the following major
systems along with their component sub-systems which are detailed within the specifications
section of this agreement:
3.2.1. Automated pay stations to be installed in garages.
3.2.2. Parking guidance systems including infrared space sensors and overhead space availability
illuminators to be installed in garages.
3.2.3. Digital signage that displays current space availability by level as well as dynamic messaging
from a back-office prompt in garages.
3.2.4. In-ground parking space sensors for on-street and surface lot parking spaces.
3.2.5. Mobile, smartphone application that allows users to pay for parking, extend parking sessions
via mobile payment, and provide parking guidance navigation.
3.2.6. Integration services to integrate all systems within this agreement along with City-owned,
existing parking management systems.
3.2.7. Development of an integrated management system that consolidates all back-office systems
into a user interface for reporting and management of the parking systems.
3.2.8. Project management services to ensure consolidated implementation of all systems and sub-
Services Agreement - Work Order Type
8409 Parking Technology
Page 13 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
systems.
3.3. The Contractor shall furnish and install conduits, pull strings, and junction boxes, additional
wiring, cable relay boxes, transformers and all peripheral equipment associated with the parking
guidance systems provided.
3.4. The City shall provide Ethernet cabling and conduit to master controller and pay stations provided.
3.5. The Contractor shall provide:
3.5.1. Electrical wiring diagrams and details
3.5.2. Electrical installation requirements
3.5.3. Electrical power units
3.5.4. Phase I – Downtown Hotel Parking Structure
3.5.4.1. The Contractor shall deliver and install six (6) parking pay machines that accept license
plate information, cash and credit card payment in the locations identified by the City.
Pay stations in this structure shall have power supplied by the City via electric utilities
and conduit.
3.5.4.2. The Contractor shall deliver and install all conduit, cable and components for the
parking guidance and space counting system. This system shall include overhead space
sensors with illuminated space availability indicators at approximately100 indoor parking
spaces on the second floor of the structure.
3.5.4.3. The Contractor shall deliver and install all components for loop detection sensors for
the roof of the structure.
3.5.4.4. The Contractor shall deliver and install one (1) dynamic message sign (DMS)
integrated with the parking space counting system to display availability of spaces and
allow City staff to program dynamic messages on demand for alerts, notices and other
operational usage.
3.5.4.5. The Contractor shall develop, design, configure and deliver an integrated smartphone
application for mobile parking space payment and parking space guidance. The
smartphone application system shall allow a customer to maintain an account that accepts
new credits via a credit card and automatically deducts from the account for payment.
3.5.4.6. The Contractor shall fully integrate PARCS System with each sub-system as well as to
existing City-owned systems where applicable. Integration services shall be coordinated
and managed by the Contractor, including integrations to existing City-owned systems.
3.5.4.7. The Contractor shall configure and implement a parking space management system that
monitors current occupancy and historical trend analysis of parking space availability.
The system shall be modular and provide for the addition of new zones, structures,
surface lots and on-street spaces. The system shall manage and monitor data from
Services Agreement - Work Order Type
8409 Parking Technology
Page 14 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
multiple inputs including all systems that provide occupancy data.
3.5.4.8. The Contractor shall provide City staff with requirements for and details needed to
integrate credit card processing and handling systems with the City’s credit card
processing vendor (currently Chase Bank). Any configuration of credit card processing
systems shall be the responsibility of the Contractor. The Contractor shall provide
assistance to the City for credit card processing integration and testing. Solutions that
require credit card processing through the Contractor-supplied credit card processing
solution shall be considered if there is an economical advantage to doing so.
3.5.4.9. The Contractor shall configure and implement a payment management system that
provides one interface to manage pay station and smartphone application payment. The
payment management system shall allow City staff to configure rates, parameters and
other management activities. Additionally, City staff shall review payment information
and generate combined reports that categorize payment method as an attribute or
dimension and detail transactional and summary payment information by these
categories. The payment management system shall be part of the parking space
management graphical user interface.
3.5.4.10. The Contractor shall ensure that during Phase I the City has sufficient access in the
City's discretion to undertake testing of the PARCS Systems and component sub-systems
as provided herein.
3.5.5. Phase II – Downtown On-Street Parking Counting
3.5.5.1. The Contractor shall deliver and install all components for in-ground sensors for up to
two thousand (2000) parking spaces. This provision will also allow options to deliver and
install up to two thousand (2000) additional space sensors within five (5) years of the
Effective Date of the Agreement.
3.5.5.2. The Contractor shall configure the parking space management system and smartphone
application to accept input and management of the additional space sensors identified in
section 3.5.5.1. Any integration work to existing City-owned systems shall be the
responsibility of the Contractor. The Contractor shall identify and secure any applicable
licensing for the benefit of the City as part of this Phase II.
3.5.6. Phase III – Existing Asset Retrofits – Old Town Parking Structure (326 spaces), Civic Center
Parking Structure (903 spaces) and four surface lots (323 spaces)
3.5.6.1. The Contractor shall deliver and install a total of twenty-four (24) parking pay
machines that accept license plate information for vehicle identification, cash and credit
card payment in the locations identified by the City. The Contractor shall deliver and
install ten (10) parking pay machines at the Old Town Parking Structure and ten (10)
parking pay machines at the Civic Center Parking Structure (collectively, "Parking
Structures"). The City shall provide power and Ethernet cabling to these twenty (20) pay
stations at the Parking Structures. The Contractor shall deliver and install one (1)
battery-powered pay station unit with solar recharging capabilities and wireless
communications at each surface lot.
Services Agreement - Work Order Type
8409 Parking Technology
Page 15 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
3.5.6.2. The Contractor shall deliver and install all conduit, cable and components for a parking
guidance and occupancy counting system. This system shall include overhead space
sensors with illuminated space availability indicators at up to one thousand (1000) indoor
parking spaces of the Parking Structures.
3.5.6.3. The Contractor shall deliver and install all components for loop detection sensors for
the roof of each Parking Structure.
3.5.6.4. The City shall provide power, Ethernet and conduit to the master controller and the pay
stations, except those that are battery-powered and have wireless communication
capability.
3.5.6.5. The Contractor shall furnish and install conduits, pull strings, junction boxes, additional
wiring, cable relay boxes, transformers, and all peripheral equipment associated with the
parking guidance systems provided.
3.5.6.6. The Contractor shall deliver and install one (1) dynamic message sign (DMS) at each
existing Parking Structure for a total of two (2) signs. Both signs will be integrated with
the parking space counting system to display availability of spaces and allow City staff to
program dynamic messages on demand for alerts, notices and other operational usage.
3.5.6.7. The Contractor shall configure the parking payment management system to accept input
and management of the additional pay stations identified in section 3.5.6.1. Any
integration work to existing City-owned systems shall be the responsibility of the
Contractor. The Contractor shall be responsible for integration to the smartphone
application and existing City-owned T2 enforcement system and/or LPR system for
enforcement.
3.5.6.8. The Contractor shall deliver and install all components for in-ground sensors at up to
four hundred (400) spaces at the four (4) surface lots.
3.5.6.9. The Contractor shall be responsible for any integration work to existing City-owned
systems. The Contractor shall identify and secure any applicable licensing for the benefit
of the City as part of this Phase III.
3.6. Contractor shall provide unit pricing for additional or replacement pay stations, space sensors,
guidance system components and DMS, serviceable parts and installation. Said pricing shall be
firm and apply for the duration of this Agreement.
4.0 ADMINISTRATIVE REQUIREMENTS
4.1. SUBMITTALS
4.1.1. The Contractor's submittals to the City shall conform to the following:
4.1.1.1. All submittals shall be in English.
4.1.1.2. All manuals shall be provided in an editable MS Word document format and shall not be
copyrighted.
Services Agreement - Work Order Type
8409 Parking Technology
Page 16 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
4.1.1.3. Certification that the parking payment system can perform as specified.
4.1.1.4. A clear plan for the credit card processing sub-system shall be submitted. This plan shall
include:
4.1.1.4.1. A clear migration path for EMV compliance
4.1.1.4.2. Anticipated operational or administrative issues with EMV compliance
4.1.1.4.3. Identification of how PCI DSS compliance is achieved
4.1.1.4.4. Credit card processing system flowchart
4.1.1.4.5. List of credit card clearinghouses for which the Contractor has a certified interface
4.1.1.4.6. Anticipated monthly costs for recommended 3rd party chip card processors
4.1.1.4.7. Provide a signed Attestation of Compliance ("AOC") showing the Contractor’s
current PCI compliance with a statement as to the Visa-assigned level of service
provider
4.1.1.4.8. Use of a P2PE validated card reader solution
4.1.1.4.9. The Contractor shall identify how offline transactions may be achieved as part of the
payment processing subsystem.
4.1.1.4.10. The Contractor shall identify whether cellular modems can be used as a backup
network solution for processing credit card transactions when the network is offline.
4.1.1.4.11. The Contractor shall identify potential cost savings associated with a non-EMV
solution, but must also provide a proposed solution and cost for an EMV-compliant
system as specified in these requirements.
4.1.1.5. A construction schedule for the installation, testing and training as specified
herein.
4.1.1.6. High level, functional PDF diagrams for system integration strategies.
4.1.1.7. Basic schedule for all development activities with development milestones for
AGILE development (or similar development methodology).
4.1.1.8. Certification that the Contractor is approved, certified and factory trained by the pay
station system manufacturer(s).
4.1.1.9. Qualifications of Contractor Project Manager for review and approval by the City.
4.1.1.10. Testing programs, schedule and procedures (Operational Review, Proof of Concept,
Installation and PARCS Integration Testing Final System Acceptance Test) for City
review and approval.
4.1.1.11. Maintenance program requirements for the PARCS System for one (1) year, five
(5) year, and ten (10) year durations.
4.1.1.12. Scope, terms and annual cost of extended maintenance service after the expiration of
applicable Warranty Periods, up to the maximum allowable term of this Agreement, at the
discretion of the City.
4.1.1.13. Per unit and extended pricing for all products and services identified in the Scope of
Work.
Services Agreement - Work Order Type
8409 Parking Technology
Page 17 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
4.1.1.14. Per unit and extended pricing for all optional products and services identified within the
Scope of Work.
4.1.1.15. Certification that the personnel maintaining the parking payment system shall have
direct and local supervision, and that supervisor has a minimum of two (2) years’
experience maintaining the system.
4.1.1.16. Qualifications of Maintenance Supervisor for review and approval by the City.
4.1.1.17. Technical diagrams with dimensions, power usage, pixel density, pixel placement,
LED color and native software specifications for VMS. Note: DMS selection shall be
subject to approval by City of Fort Collins Zoning Services. This information and
approval from Zoning Services shall be required prior to finalization of the actual sign to
be procured. The City will be responsible for submitting approval request to Zoning
Services.
4.1.1.18. Other trades and their responsibilities that will be part of your team.
4.1.2. The Contractor shall submit to the City within ten (10) days after the Effective Date of the
Agreement:
4.1.2.1. Full PARCS System Design Documents for review and approval by the City.
4.1.2.2. Detailed installation schedule with milestones addressing project schedule for
installation.
4.1.2.3. Detailed development schedule for all development and system integration activities
with work breakdown structure, critical path and general development milestones using
AGILE development method (or similar development methodology).
4.1.2.4. Construction coordination requirements with other trades.
4.1.2.5. Shop drawings for review and approval, including equipment wiring diagrams and
electrical requirements.
4.1.2.6. Cut sheets for all equipment and components.
4.1.2.7. Final local spare parts list.
4.1.3. Submit to the City no later than Thirty (30) Days prior to PARCS System Proof of Concept
Testing:
4.1.3.1. Operations and Maintenance Manuals for the PARCS System, including any incorporated
sub-systems.
4.1.3.2. Ten (10) hard copies and electronic copies (PDF and MS Word format) of training
manuals and materials, and electronic/video versions of a training program provided by the
Contractor with tutorials.
Services Agreement - Work Order Type
8409 Parking Technology
Page 18 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
4.1.3.3. Demonstration that the PARCS System integration is complete.
4.1.3.4. The Contractor shall provide software documentation for all computer software systems
and components. These shall include, but not be limited to, the following:
4.1.3.4.1. One (1) copy of the manufacturer’s site license for software (central, remote (laptop)
and network workstation computer(s)) and for all communications protocols.
4.1.3.4.2. All documentation concerning the Contractor's central and workstation operating
systems and software, including controller software, located throughout the PARCS
System; including original, installable copies of the software and operating systems on
original medium.
4.1.3.4.3. All documentation concerning central host computer, laptop, workstation and field
communications protocol, including all documentation needed to define the
interface/integration design, message definitions, message sequence for control and
feedback, remote input/output (I/0) module programs, operating system programs and
device driver programs.
4.1.4. Submit to the City no later than fifteen (15) days following the City's determination that
each phase is substantially complete following the respective Installation and PARCS
Integration Test:
4.1.4.1. The Contractor shall provide all documents in electronic PDF format. The Contractor
shall provide all manuals in electronic format and in a single bound hard copy.
4.1.4.2. One (1) copy of “as-built” documents for all systems provided.
4.1.4.3. All original copies of computer user manuals and three (3) copies of all software
operations manuals, including instructions for performing a backup of all software and
message libraries. This includes all standard user/operator manuals provided with all
commercial hardware and software. These manuals shall include the procedures for
performing any and all necessary back-ups, archival copies, and restore procedures.
4.1.4.4. Three (3) original copies, or City-approved third-party publications, of the computer's
operating system manual.
4.1.4.5. One (1) copy of all documentation supplied by the manufacturers for all plug-in circuit
cards used in the microcomputer chassis. Three (3) copies of narrative descriptions of all
software programs that describe the program name(s) and the programs function(s).
4.1.5. The Contractor must provide to the City all required documents before the City will issue a
notice of final acceptance.
4.2. QUALITY CONTROL
4.2.1. The Contractor's Project Manager shall be the single point of contact for the Project and shall
be responsible for managing and coordinating all aspects of the work including project
management, administration, coordination, attending regularly scheduled meetings, and
subcontracting. The Project Manager shall provide regular written communication to the City
throughout the course of the project with no less than bi-monthly project status updates from
the issue of the Notice to Proceed.
Services Agreement - Work Order Type
8409 Parking Technology
Page 19 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
4.2.2. The Contractor shall be approved, certified and factory trained by the PARCS System and
sub-systems manufacturer(s) for the installation of the described system or close variations of
the described system.
4.2.3. The Contractor shall provide a qualified manufacturer’s representative to assist with the
installation of the PARCS System. Representative shall have a minimum of two (2) years’
experience with the installation of the PARCS System. At a minimum, the Representative shall
be on site for the following:
4.2.3.1. Pre-installation meeting with the City, design team, General Contractor, Contractor, and
related subcontractors to review PARCS System requirements, details, precautions, and
coordination required with other work.
4.2.3.2. Two (2) day on-site representation to assist the Contractor with initial preparation,
layout, and installation of the PARCS System.
4.2.3.3. Periodic on-site representation/assistance as required during construction.
4.2.3.4. Testing and system startup of the PARCS System.
4.2.4. The Contractor's Personnel maintaining the PARCS System shall have direct and local
supervision. The Maintenance Supervisor shall have a minimum of two (2) years’ experience
maintaining the PARCS System. Supervisor and maintenance personnel shall be located
within two (2) hours of the City.
4.2.5. The Contractor shall submit a list of replacement parts and quantities that will be stocked
locally in Fort Collins or nearby Denver metropolitan area. The Contractor shall promptly
replenish stock as parts are used and shall bear the cost of expedited shipment of parts from the
source if they are not on hand when needed. Payment of expedited shipping costs does not
relieve the Contractor of the responsibility to maintain the local stock of on-hand parts and
materials.
4.3. ENVIRONMENTAL REQUIREMENTS
4.3.1. The Contractor is required to confirm that all materials used are in accordance with local,
state, and federal environmental and workers' safety laws and regulations.
4.3.2. All components and their installation shall comply with all laws, ordinances, codes, rules, and
regulations of public authorities having jurisdiction over this part of the work. It shall be the
responsibility of the Contractor to meet these and all other current technical, performance, and
safety standards that are applicable to all components and to the entire PARCS System, even
when not specifically referenced. It shall be the Contractor's responsibility to obtain any and
all permits that are required to complete this work.
4.3.3. There shall be an open-architecture system where all interfaces (hardware and software)
conform to International Organization for Standardization (ISO) standards or, at a minimum,
conform to American National Standards Institute (ANSI) standards.
4.3.4. All materials and equipment shall be listed, labeled or certified by a nationally recognized
testing laboratory to meet Underwriters Laboratories, Inc. (UL), standards where test standards
have been established. Equipment and materials which are not covered by UL Standards will be
Services Agreement - Work Order Type
8409 Parking Technology
Page 20 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
accepted provided equipment and material is listed, labeled, certified or otherwise determined to
meet safety requirements of a nationally recognized testing laboratory. Evidence of compliance
shall include certified test reports and definitive product data.
4.3.5. Housings of the components exposed to weather (any location not in a conditioned
environment) shall meet NEMA 4X standards or better to be moisture-proof and shall provide
sufficient protection so that the components continue to function without moisture, dust, heat, or
cold-related interruption.
4.4. DELIVERY, STORAGE, AND HANDLING
4.4.1. The Contractor shall deliver all materials to the site in original, unopened containers
bearing the following information:
4.4.1.1. Name of Product
4.4.1.2. Name of Manufacturer
4.4.1.3. Date of Manufacture
4.4.1.4. Lot or Batch Number
4.4.2. The Contractor shall store equipment in a clean, dry location protected from weather and
damage. Contractor shall replace damaged materials at no cost to the City.
4.4.3. The Contractor shall replace containers showing any signs of damage with new material at no
cost to the City.
4.4.4. All equipment and materials shall remain the responsibility of the Contractor until it is
installed, fully operational, and finally accepted by the City. The Contractor shall provide
appropriate insurance to cover potential loss or damage until Final Acceptance.
4.5. PROJECT SITE CONDITIONS. The Contractor shall ensure the following requirements are met:
4.5.1. Environmental Conditions: All field equipment and components shall be fully protected from
the ambient environment when installed in the proper housing provided by the Contractor.
Operation of the equipment shall not be affected in any way by normal weather conditions. In
addition, operation of the equipment shall not be affected in any way by the conditions listed
below:
4.5.1.1. Ambient Temperatures: -20°F to 140°F (with addition of solar loading)
4.5.1.2. Humidity: 0% to 99% (non-condensing)
4.5.1.3. Rain: Blowing rain with 140 mph gusts
4.5.1.4. Dust: Blowing dust and fine sand
4.5.2. The equipment shall be electromagnetically compatible with other equipment at the project
site including radio frequency emissions. The equipment shall not be susceptible to noise
induced from the emissions of Electro Magnetic Interference ("EMI") of any radio equipment
normally utilized at the project site.
Services Agreement - Work Order Type
8409 Parking Technology
Page 21 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
4.5.3. Environmental conditions shall not inhibit the equipment from performing in accordance with
the contract requirements. The Contractor shall provide a system such that environmental
conditions in a cabinet shall not cause failure of the installed equipment.
4.5.4. Electrostatic and electromagnetic forces within the environment, e.g., non-direct lightning
strikes, or other types of power interference shall have no effect upon the integrity or operation
of the PARCS System. The Contractor's solution for preventing power interference shall be
presented to the City for its approval prior to implementation. Lightning protection through
surge arrestors or earthen ground rods or a combination thereof shall be provided and installed
for the PARCS System. The Contractor shall determine, based upon their system requirements,
the appropriate lightning protection method to use for the location.
4.6. SYSTEM TESTING
4.6.1. Operational Review. An on-site operational review shall be conducted between the City and
the Contractor no later than ten (10) business days after notice to proceed. The intent of the
operational review is for City staff to provide sufficient information to the Contractor related
to the scope of work and project requirements. The Contractor shall lead this review process;
provide questions and record answers from the City sufficient to gain necessary clarifications.
The City shall provide necessary office space for the duration of the operational review to
facilitate this acidity. The City shall provide planning, operational, enforcement and technical
staff to provide responses to the Contractor’s prepared questions. Upon completion of
operational review, the Contractor shall commence PARCS integration development.
4.6.2. The Contractor shall conduct System testing in coordination with the City at all three Phases
of the project. Software design and configuration will go through the full testing periods on
the first phase of the project. Thereafter, subsequent phases will allow pre-tested software to
be tested for Final Acceptance at the end of each Phase of the project.
4.6.3. The Contractor shall apply the testing milestones identified below to all hardware
components to be delivered and installed at each phase of the project.
4.6.4. Proof of Concept Test ("POC"):
4.6.4.1. An on-site POC test shall be conducted by the Contractor at a City site no later than ten
(10) business days after Operational Review. The intent of the POC is for the Contractor
to demonstrate full integration of the PARCS System. The method of this proof of
concept shall incorporate a visual review that demonstrates all subsystems are full
integrated per the requirements of the contract.
4.6.4.2. The Contractor shall conduct a minimum of one (1) POC per project phase. The City
shall have the right to attend and witness the POC tests. For Phase I, the Contractor will
remedy any system deficiencies within three (3) business days and provide a review of
the changes to the City for approval during a review meeting to be conducted no later
than four (4) days after the POC test. For Phases II and III, Contractor shall provide the
City twenty-one (21) business days advance written notice of any POC test. In addition
to the tests conducted by the Contractor, the City shall have the opportunity to participate
in, and conduct, real-time, hands-on System testing of all functionality during the POC.
The Contractor shall adhere to testing and documentation procedures previously
submitted and approved by the City.
Services Agreement - Work Order Type
8409 Parking Technology
Page 22 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
4.6.4.3. The POC test for Phase I shall demonstrate and test all operational and functional
activities of all equipment and software of the System. The test shall include at least 10
sample transactions of each type of functionality.
4.6.4.4. The POC test shall include testing procedures that focus on the accuracy of the System
parking count and guidance, back office functions, web access, and data flow between the
PARCS System and selected back office software programs for generating required
reports.
4.6.4.5. For any and all POC tests, the Contractor shall provide a complete and fully operational
System for testing and shall include a minimum of ten (10) parking spaces with sensors
and indicator lights, pre-counting capabilities, web access, back office functions, data
flow, etc.
4.6.4.6. Basic Proof of Concept principles. The following shall apply to any and all POC tests
conducted by the Contractor:
4.6.4.6.1. The POC offers the City an opportunity to witness major operational
functionalities of the System and to work out flaws or issues in the PARCS System
prior to shipment of any equipment to the jobsite. Flaws or issues may include, but
not limited to, those in software applications (standard or custom), hardware, or
interconnectivity/integration functions. The POC brings the hardware and software
together in a virtual, remote environment for testing prior to shipment of all PARCS
system equipment and components. The POC will be conducted at a location
proposed by the Contractor and approved by the City. The environmental conditions
shall be similar to those found in the Fort Collins environment.
4.6.4.6.2. Credit card processing of all credit card types shall be verified through Chase
bank. This will be required to test the payment application during POC.
4.6.4.6.3. Enforcement integration to City owned systems shall be verified and tested during
POC.
4.6.4.6.4. Integration of the existing mobile LPR platform shall be tested during the POC.
The Contractor shall provide a mobile LPR unit for testing in the exact make/model
currently being used by the City. A minimum of one hundred (100) license plates
shall be used for testing the mobile LPR platform with the system.
4.6.4.6.5. Web application shall be verified and tested during POC.
4.6.4.6.6. Test record shall take the form of ‘scenarios’ each with clear specifications of the
order in which the various steps should be carried out and the expected results with
which the actual results should be compared. Each test record is a description of a
finished test ‘scenario’ which is to be signed by the tester when it has been carried
out successfully. Once the record has been signed, the test ‘scenario’ has been
concluded. The Contractor shall provide all testing materials, including test
manuals, scripts and scenarios at least five (5) days in advance of POC testing.
4.6.4.7. Proof of Concept procedures. The following shall apply to any and all POC tests
conducted by the Contractor:
Services Agreement - Work Order Type
8409 Parking Technology
Page 23 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
4.6.4.7.1. The Contractor shall provide the City a plan for each POC in accordance with the
submittal guidelines contained herein. Test procedures shall be provided for each
lane type or device type and test procedures shall include:
4.6.4.7.1.1. Narrative describing the general procedures to be followed;
4.6.4.7.1.2. Definition of all minor and major deviation types;
4.6.4.7.1.3. Checklist of all items necessary to conduct the test (e.g. unpaid tickets,
exceptions tickets, credit cards, transponders, equipment keys, etc.);
4.6.4.7.1.4. Checklist for the components of each lane or device;
4.6.4.7.1.5. Signature page for all POC participants’ signatures;
4.6.4.7.1.6. Step by step instructions for testing each functionality;
4.6.4.7.1.7. Tests for verifying reports;
4.6.4.7.1.8. Area within each test section to denote “pass” or “fail”; and
4.6.4.7.1.9. Section for listing and describing test deviations.
4.6.4.7.1.10. Device for testing the LPR cameras. This device could be a cart on four
wheels with hooks for attaching license plates at an appropriate height
(simulating a passenger vehicle) for LPR camera detection. The cart shall be
lightweight but have adequate metal to activate an inductive loop thereby
simulating a passenger vehicle driving over an inductive loop in the lanes. The
cart shall have a handle for ease of manual manipulation by the person testing
the lanes. Alternatively, the Contractor may utilize a vehicle outfitted with
LPR camera system of the same make and model as the existing City system at
a remote location.
4.6.4.8. Objectives and Requirements. The Contractor shall meet the following requirements:
4.6.4.8.1. To verify that all the functionalities described within the contract requirements are
achieved, the Contractor shall demonstrate the performance of the solution at a
location mutually agreed upon by the City and the Contractor. As part of the POC,
the Contractor shall configure a lane of each type with all applicable components, or
stand-alone device if the particular device is not part of an entry/exit lane (e.g.
server, workstations, etc.), to simulate the configuration as being installed in Fort
Collins. The Contractor shall provide all ancillary items necessary to complete the
POC including setting up a credit card test bed for testing purposes; supply credit
cards of all types for testing; and provide all keys to access equipment housings.
4.6.4.8.2. Demonstrate suitability and workability of the PARCS System design.
4.6.4.8.3. Verify correct interconnectivity of all PARCS System components showing that
hardware and software are fully integrated as a system.
4.6.4.8.4. Satisfy performance requirements for tracking and reporting car counts.
Services Agreement - Work Order Type
8409 Parking Technology
Page 24 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
4.6.4.8.5. Prove compliance with specifications, and confirm that all City requirements are
met as specified. Verify that critical performance parameters operate as described in
the specifications.
4.6.4.8.6. Verify that data import, export, backup operations function as required.
4.6.4.8.7. Verify that third party interfaces/integrations are working correctly.
4.6.4.9. Successful Completion of POC
4.6.4.9.1. The successful completion of the POC testing in the City's discretion, the City
issue notice to proceed to full production for the corresponding phase of the PARCS
System project for the purpose of moving forward with the installation and PARCS
integration process. In the case of a section, test, or item failure or deviation, the
following procedures will be instituted:
4.6.4.9.2. The Contractor will record the failure or deviation.
4.6.4.9.3. The deviation will receive a deviation code of “A”, “B”, or “C”.
4.6.4.9.4. “A” deviations shall constitute the failure of the entire feature/function and require
development intervention. Examples would include, but are not limited to, situations
where required functionality is missing such as the integration with established
programs, and accurate counting.
4.6.4.9.5. “B” deviations are significant failures and shall constitute the failure of a test item
and may be corrected and repeated later in the POC process without any
ramifications of the section. Examples would include, but are not limited to, sensor
or indicator light connectivity/control, and LED sign connectivity/control.
4.6.4.9.6. “C” deviations shall constitute the failure of a test item that can be noted, fixed,
and re-tested. These items are considered minor. Examples would include, but are
not limited to, function of individual sensors, indicator lights, and LED signs.
4.6.4.10. Test execution for each POC shall be completed within a maximum of two (2)
consecutive calendar days. Any delays in performing these tests will result in the
Contractor paying additional costs of providing the City representatives for the additional
testing. The City reserves the right to review all test results, inclusive of reports, for a
period of one (1) business day prior to submitting final written approval of each test.
4.6.5. Installation and PARCS Integration Test
4.6.5.1. Upon installation of each subsystem, the Contractor shall conduct testing while
monitored by City staff. The Contractor shall demonstrate on-site at the City that each
subsystem functions per the requirements of the Agreement. Upon completion of all
subsystems, the Contractor shall conduct testing to demonstrate full integration of the
PARCS system using the installed subsystems. During this testing, the Contractor may
use a test environment to substitute the City existing systems for purposes of PARCS
system integration. Finally, the City and Contractor will develop a punch list of items to
be completed or corrected by the Contractor that shall be completed prior to Final
Acceptance System Testing. The Contractor shall adhere to testing and documentation
Services Agreement - Work Order Type
8409 Parking Technology
Page 25 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
procedures previously submitted and approved by the City.
4.6.5.2. The Contractor will record the failure or deviation of any portion of the System or sub-
systems during this test as follows:
4.6.5.2.1. The deviation will receive a deviation code of “A”, “B”, or “C”.
4.6.5.2.2. “A” deviations shall constitute the failure of the entire feature/function and require
development intervention. Examples would include, but are not limited to, situations
where required functionality is missing such as the integration with established
programs and accurate counting.
4.6.5.2.3. “B” deviations are significant failures and shall constitute the failure of a test item
and may be corrected and repeated later in the Installation and PARCS Integration
test process without any ramifications of the section. Examples would include, but
are not limited to, sensor or indicator light connectivity/control, and LED sign
connectivity/control.
4.6.5.2.4. “C” deviations shall constitute the failure of a test item that can be noted, fixed,
and re-tested. These items are considered minor. Examples would include, but are
not limited to, function of individual sensors, indicator lights, and LED signs.
4.6.5.3. The Installation and PARCS Integration Test shall include all equipment, software and
peripherals operating in both on-line and off-line modes. Testing shall include pre-
counting of the area, space by space counting, monitoring and adjustment of sensors,
space indicators, and LED signs, web access, smartphone application and pay stations for
both management use and user use, and reporting functions.
4.6.5.4. The Contractor shall provide all ancillary items necessary to complete the installation
testing purposes; supply credit cards of all types for testing; and provide all keys to
access equipment housings. In addition, the Contractor shall make available sufficient
personnel to perform the installation testing in an efficient and timely manner.
4.6.5.5. The Installation and PARCS Integration test shall include individual testing of all
functionalities specified for every device and device component.
4.6.5.5.1. Require that the Contractor provide test procedures:
4.6.5.5.2. The Contractor shall provide test procedure documents for the Installation and
PARCS Integration Test in accordance to the submittal guidelines contained herein.
The Contractor shall provide Installation and PARCS Integration Test procedures
documents shall be provided for each lane type or device type and test procedures
shall include the following sections:
4.6.5.5.2.1. Narrative describing the general procedures to be followed;
4.6.5.5.2.2. Definition of all minor and major deviation types;
4.6.5.5.2.3. Checklist of all items necessary to conduct the test (e.g. unpaid tickets,
exceptions, credit cards, cash, equipment keys, etc.);
Services Agreement - Work Order Type
8409 Parking Technology
Page 26 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
4.6.5.5.2.4. Checklist for the components of each lane or device;
4.6.5.5.2.5. Signature page for all testing participants’ signatures;
4.6.5.5.2.6. Step by step instructions for testing each functionality;
4.6.5.5.2.7. Tests for all patron processing procedures;
4.6.5.5.2.8. Tests to ensure that the proper rate structures are being used;
4.6.5.5.2.9. Tests for verifying the reporting requirements;
4.6.5.5.2.10. Area within each test section to denote “pass” or “fail”; and
4.6.5.5.2.11. Section for listing and describing test deviations.
4.6.5.6. Operational or performance discrepancies found during the testing shall be documented
by the Contractor and remedied during the testing period to the satisfaction of the City.
4.6.5.7. The Installation and PARCS Integration Test shall be observed and approved by the
City.
4.6.5.8. Upon successful completion of the Installation and PARCS Integration Test the
Contractor shall provide the City with documentation confirming successful completion
of the testing. Additionally, the City and the Contractor shall create and agree to a
punch-list of items that must be completed or corrected prior to Final System Acceptance
Test.
4.6.6. Final System Acceptance Test
4.6.6.1. Upon completion and acceptance of the Installation and PARCS Integration Test and
resolution of any punch-list items to the satisfaction of the City, the Contractor shall
request notification from the City to provide the Final System Acceptance Test.
4.6.6.2. The Contractor shall demonstrate to the City's satisfaction the proper operation of the
entire System and correction of all discrepancies identified during the Installation and
Integration test to the satisfaction of the City prior to receiving notification of Final
Acceptance by the City. The City and the Contractor shall define and agree to the testing
steps required to gain system acceptance during the Operational Review.
4.6.6.3. Following successful completion of the Final System Acceptance Test and the City's
acceptance of the same, the City shall issue a formal Letter of Final System Acceptance.
4.7. MAINTENANCE DURING WARRANTY
4.7.1. The work under this Section shall include all labor, materials, transportation and support
services needed to maintain the PARCS System.
4.7.2. General Requirements
4.7.2.1. The Contractor shall maintain the PARCS System, including all equipment,
communications subsystems, host computer systems hardware (if hosted solution provided)
Services Agreement - Work Order Type
8409 Parking Technology
Page 27 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
and software in accordance with the requirements of this Section.
4.7.2.1.1.1. NOTE: Network backbone is provided by the City thus maintenance to this
network is outside the scope of this work.
4.7.2.2. Preventive Maintenance and Remedial Maintenance in accordance with the City-
approved System Maintenance Plan, defined in Section 4.7.8 herein.
4.7.3. The Contractor shall provide PARCS System maintenance services to include all repairs,
adjustments, and/or replacement of any or all PARCS System components as necessary to
ensure continuous operation of the entire PARCS System at no cost to the City ("System
Maintenance Services"). The PARCS System shall perform to the specifications as approved
by the City.
4.7.4. The Contractor shall not allow unskilled or untrained personnel to work on the PARCS
System without supervision by factory trained maintenance personnel. The Contractor shall
permit on-site inspection of its facilities by the City to verify the up-to-date technical
qualifications of Contractor personnel.
4.7.5. Maintenance Support: the Contractor shall provide complete and comprehensive PARCS
System Maintenance Services following completion of the Warranty Period defined below, at the
City's option, for the maximum allowable term under this Agreement.
4.7.6. System Maintenance Plan
4.7.6.1. The Contractor shall prepare and submit for City review and approval within thirty (30)
days of Final Acceptance, a "Maintenance Plan" that addresses maintenance concepts;
preventive, remedial, and emergency procedures; maintenance shop procedures; staffing
levels and contact information; and maintenance reporting procedures of the PARCS
System. The Contractor shall revise the Maintenance Plan to incorporate City comments,
if any, and resubmit it to the City for review and written City approval. The City reserves
the right to provide multiple rounds of comments, and the Contractor agrees to revise and
resubmit the Maintenance Plan as requested by City.
4.7.6.2. The Maintenance Plan shall include:
4.7.6.2.1. The manufacturers' recommended procedures and checks necessary for preventive
maintenance of the PARCS System. This shall be specified for pre-operation,
weekly, monthly, quarterly, semi-annual and “as required” checks as necessary to
assure reliable PARCS System operation. Specifications, including tolerances, for
all electrical, mechanical, and other applicable measurement, adjustment, or both,
shall be listed.
4.7.6.2.2. Procedures and timelines for the Contractor's training of City personnel by the
Contractor.
4.7.6.2.3. The Contractor's recommendations of procedures for repair and maintenance of
the PARCS System and all devices during the Warranty Period and beyond should
the City elect to engage the Contractor for extended maintenance.
4.7.6.2.4. Data necessary for isolation and repair of failures or malfunctions, assuming the
Services Agreement - Work Order Type
8409 Parking Technology
Page 28 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
maintenance technicians shall provide analytical reasoning using the information
provided in above subsections. Accuracies, limits, and tolerances for all electrical,
physical or other applicable measurements shall be described. Specific, detailed
instructions shall be included for disassembly, overhaul, and reassembly, including
shop specifications or performance requirements and testing.
4.7.6.2.5. Detailed instructions to include specific reference showing where failure to follow
special procedures would result in damage to the PARCS System, improper
operation, danger to operating or maintenance personnel, consumption of excessive
man-hours, etc. Such instructions and specifications shall be included for all
maintenance that may be accomplished by trained technicians and engineers in a
modern electro-mechanical shop. The instructions shall describe special test setup;
component fabrication; and the use of special tools, jigs, and test equipment.
4.7.6.3. The Maintenance Plan shall also:
4.7.6.3.1. Establish:
4.7.6.3.1.1. Who will perform maintenance;
4.7.6.3.1.2. What maintenance will be performed;
4.7.6.3.1.3. When maintenance will be performed;
4.7.6.3.1.4. Where maintenance will be performed;
4.7.6.3.2. Incorporate maintenance into sub-contractor/vendor equipment and service
contracts.
4.7.6.3.3. Establish data collection, analysis, and corrective action system
4.7.6.3.4. Provide procedures to evidence that the required routine and corrective
maintenance has been performed
4.7.6.3.5. Provide for the preparation of maintenance status and performance reports
4.7.6.3.6. Provide names, addresses, and contacts for potential secondary sources of supply
4.7.6.3.7. Establish regularly scheduled reporting procedures
4.7.6.3.8. Establish strict guidelines and procedures for maintaining current maintenance
data current (no less than forty-eight (48) hours in arrears) in the database for
reporting requirements.
4.7.6.3.9. Provide all maintenance documentation including maintenance manuals, record
documents, system schematics, and any other documentation necessary to
completely understand and maintain the System.
4.7.6.3.10. Incorporate maintenance staffing, management and scheduling to support the
equipment, communications subsystems, servers, software, network operating
systems, and associated communications subsystems of the System adhering to the
maintenance periods and not exceeding the minimum downtime or response times.
Services Agreement - Work Order Type
8409 Parking Technology
Page 29 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
4.7.6.4. The Contractor shall determine the level of maintainability of all components in the
System in terms of Mean Time Between Failure (MTBF) and Mean Time To Repair
(MTTR).
4.7.6.5. The Maintenance Plan shall be subject to City approval prior to installation of the
System and shall address the overall maintenance procedures and requirements of this
Agreement. Any modifications to the Maintenance Plan by the Contractor shall be
submitted to the City for its review and prior approval.
4.7.7. Maintenance Requirements
4.7.7.1. The Contractor shall provide necessary spare parts, inventory, tools, cabinets and test
equipment as required for maintenance coverage.
4.7.7.2. Should a specific part or piece of the system equipment require repair three (3) or more
times within any thirty (30) calendar day period or have accumulated down time of forty-
eight (48) or more during any thirty (30) calendar day period, that system equipment shall
be replaced in its entirety with a new device.
4.7.7.3. The Contractor shall respond to City staff by phone or text within two (2) hours of
notification of the need for maintenance. The Contractor must return the PARCS System
to normal service within four (4) hours from time of notification. If necessary, Contractor
shall provide functioning spare replacement units to ensure the repair time guarantee. If
the nature of the system failure is such that the PARCS System cannot be repaired within
four (4) hours, the Contractor shall notify the City-authorized representative(s) and
provide a status update and a plan to resolve the issue and return to service. At the
discretion of the City, the City may make a determination to defer maintenance
depending on repair type and on availability of other machines.
4.7.8. Maintenance Periods and Response Times
4.7.8.1. Required Maintenance Schedule: the Contractor shall comply with the following
maintenance schedule:
4.7.8.1.1. Principal Period of Maintenance ("PPM"):
4.7.8.1.1.1. Monday through Friday, Twelve (12) hours per day (7:00 am to 7:00 pm)
4.7.8.1.1.2. Saturday, Twelve (12) hours per day (7:00 am to 7:00 pm )
4.7.8.1.2. Extended Period of Maintenance ("EPM") – All times not covered by the PPM.
4.7.8.2. Response Times:
4.7.8.2.1. PPM One (1) hour response time from time of initial call and/or (automated) page
with a repair completion within four (4) hours of initial call.
4.7.8.2.1.1. EPM Two (2) hour response time from time of initial call and/or (automated)
page with a repair completion within four (4) hours of initial call.
4.7.9. Warranty Specifications
Services Agreement - Work Order Type
8409 Parking Technology
Page 30 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
4.7.9.1. Warranty Period: The Contractor shall provide complete and comprehensive System
Maintenance Services during the initial one (1) calendar year following the date of Final
Acceptance by phase ("Warranty Period").
4.7.9.2. During the Warranty Period, maintenance staff shall provide service within a two (2)
hour window after a request for service call has been made.
4.7.9.3. The Contractor shall provide a one (1) year warranty to the City for all labor and
materials used in maintenance from the date of the finishing of the maintenance work or
the applicable manufacturer's warranty, whichever is longer.
4.7.9.4. The Warranty Periods shall commence, by phase, when the City has approved final
acceptance and the letter of final acceptance has been issued by the City indicating that
the Contractor has completed installation and/or system integration at each phase.
4.7.9.5. The Contractor shall warrant and provide at no charge to the City all material and labor
needed to properly repair or replace products within the duration of the Warranty Period.
The Contractor shall be liable for the performance of any manufacturer warranty,
regardless of whether the manufacturer itself performs under the applicable warranty. In
the event of a manufacturer's non-performance, full burden and responsibility for any
warranty repair shall fall upon the Contractor.
4.7.9.6. The Contractor shall maintain PARCS System fully operational during all Warranty
Periods such that defective equipment shall be serviced as follows:
4.7.9.6.1. Service personnel shall provide a return call within 30 minutes of contact from the
City for a service call.
4.7.9.6.2. Service personnel shall respond to a service call within four (4) hours of the
request for service.
4.7.9.7. Warranty shall cover all System components both manufacture and installation,
excluding misuse or vandalism.
SYSTEM SPECIFICATIONS
The specifications herein apply to systems and sub-systems as applicable
1.0 SYSTEMS INTEGRATION AND DEVELOPMENT
1.1. The City requires that the Contractor shall integrate all systems to minimize the number of
interfaces and duplication of processes, ensure that data between systems is shared “real-time” so
that the technologies offered function as a single solution. The system shall include:
1.1.1. A single management system for parking occupancy/space counting, guidance, smartphone
application parking availability navigation and configuration of system parameters and
Services Agreement - Work Order Type
8409 Parking Technology
Page 31 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
monitoring.
1.1.2. A single management system for parking payment, fee rules and general parking payment
parameters for both pay stations and smartphone application payment.
1.2. Unless otherwise identified, the Contractor shall be responsible for coordination and
determination of any information, meetings, scheduling, non-disclosure agreements and
specifications needed for all integration.
1.3. The Contractor shall be required to supply for the City licensing for any integration work provided
between the systems and sub-systems.
1.4. The Contractor shall be required to supply licensing for any integration work provided between
the systems and City owned systems. Any work required of City staff shall be outlined and
agreed upon during requirements review.
1.5. At a minimum, the following standards shall apply:
1.5.1. “As Built” detailed documentation and diagrams demonstrating the final integration method
will be required.
1.5.2. The Contractor shall warrant the integration work.
1.5.3. The Contractor shall provide pricing to support integration for troubleshooting, upgrades and
any other issues that could affect the stability of the integration.
1.5.4. Smartphone application shall function as a single interface for both parking navigation or
guidance and parking payment.
1.5.5. Smartphone application payment system and pay station system shall integrate with and
provide real-time license plate information to the existing City owned T2 parking
enforcement system and application provide “good list” to enforcement officers for exclusion
from issuance of citations. Integration shall be near real-time with a maximum refresh rate of
one minute.
1.5.6. Smartphone application payment system and pay station system data shall be integrated to
provide City staff with standard reports to review payment transaction information for
operational and analytical use.
1.5.7. Smartphone application parking navigation shall integrate with data from parking sensors to
display current availability of parking space inventory in all locations within the system to
include parking structures, parking surface lots, on-street parking locations and any other
zones identified as part of the project.
1.5.8. In-ground and external parking sensors in the parking count and guidance system shall be
integrated with digital DMS signage to display current space availability at the entry point of
structures where DMS is installed.
Services Agreement - Work Order Type
8409 Parking Technology
Page 32 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
2.0 REPROGRAMMING TECHNOLOGY
2.1. Any system-wide improvements or modifications made by the Service Providers to the Software
platform will be promptly provided to the City and will automatically be subject to the terms of
this Agreement. All wholesale changes (e.g. rates/hours) can be made in the Software platform by
the City and will be completed in real time.
2.2. The City may request new features or functionality to be built into the system, and, to the extent
that the Provider plans to incorporate such requested new features or functionality into the
Software, the Provider will develop such features and functionality at no cost to the City. If the
City desires to expedite such development, The Provider may, at its sole discretion, charge the
City an expedite fee of two hundred dollars ($200.00) per development hour necessary to develop
the requested features or functionality.
2.3. If the City’s requested features or functionality are created for the City’s use only and not
incorporated into the Software platform, the Provider at its sole discretion, may charge the City
custom development fee of two hundred and fifty dollars ($250.00) per hour for the development
of such features or functionality and a monthly maintenance fee that will be mutually agreed
between the Parties and reduced to a written addendum to this Agreement.
3.0 ONLINE APPROVAL AND SETTLEMENT OF BANK CARD TRANSACTIONS
3.1. Transaction file shall be designed for the City payment gateway.
3.2. Transaction messages shall be designed to inform customer of authorization status and decision.
3.3. Submittal shall include a flow chart or discussion of transaction information flow from pay
stations to the City payment gateway shall be included.
3.4. Submittal shall include an approach to queuing transactions when wireless services/servers are
unavailable.
4.0 TECHNICAL REQUIREMENTS – SERVICES SPECIFICATIONS
4.1. Submittals shall include these services specifications, in the order given:
4.1.1. Electronic data files: The submittal shall describe the nature and content of data files
transmitted to and from the pay stations, central software, enforcement software, LPR system,
detectors and smartphone application.
4.1.2. Submittal shall include file type, size, function, and configuration.
4.1.3. Submittal shall discuss limitations in regards to storage and transfer of data.
4.1.4. Submittal shall include a discussion of the model for managing the transfer and storage of
file data.
4.1.5. Discussion shall include impacts, status/condition, or limitations of files when there are
Services Agreement - Work Order Type
8409 Parking Technology
Page 33 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
lengthy interruptions in wireless services.
5.0 SOFTWARE
5.1. Management software shall be provided to support system operations that provides operational
control to the City.
5.1.1. For database/reporting, the City requires MS SQL Server 2012 R2, or equivalent. Database
shall be installed and managed on City enterprise database server(s). City DBA and technical
manager shall have “SA” role/permissions to databases.
5.1.2. All software and software licensing required by the system shall be provided by the
Contractor. Except where otherwise commissioned, to the greatest extent possible, proven, off-
the-shelf software (i.e., software already manufactured and available for delivery) shall be used.
Each such software package shall be identified in the Contractor submittal.
5.1.3. Unless specified elsewhere, all third party software provided by the Contractor shall be the
latest available version at the time of system implementation.
5.1.4. The Contractor shall purchase software maintenance for all third party software naming the City
as the software City and contact. All third party software maintenance agreements shall remain
valid throughout the duration of the warranty period and shall be extended on an annual basis
according to the provisions to be negotiated and described within the post-warranty Software
Support, Preventative Maintenance and Emergency Support Agreement.
5.1.5. The Contractor shall provide all required licenses and/or authorization for all software used by
the City. If available, a site license shall be provided to the City, meaning usage of the license
shall be unrestricted, regardless of the physical locations where the software may be used.
5.1.6. The Contractor shall identify any and all third party software and their associated licenses in the
submittal. Licenses shall cover future updates as required by the Contract Documents for as long
as the software is maintained by the third party provider.
5.1.7. The operating systems, application software, development language, peripheral software, and
hardware diagnostic software shall be licensed in perpetuity to the City.
5.1.8. Original CD-ROMs, DVDs, and software documentation shall be delivered to the City prior
to system acceptance testing.
5.1.9. Open Database Connectivity (ODBC) access to databases is preferred but not required. If
ODBC is not provided, full disclosure and access to database, schema and/or data system for
custom reporting using City owned 3
rd
party systems such as Crystal Reports, Business
Intelligence platforms etc. will be required. A data dictionary and/or entity relationship
diagram, detailing data types, entity relationships and other standard relational database
management systems shall be provided.
5.1.10. Software shall be locally hosted on a virtual server using VMWare. Server hardware shall
be provided by the City. Hosted solutions will be considered, however, data transfer to the
City network allowing for data ingestion by City enterprise SQL Server database for Extract,
Services Agreement - Work Order Type
8409 Parking Technology
Page 34 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
Transform, Load (ETL) processes will be required. Proposals of hosted systems will be
required to include a method of automatically scheduling data transfer from the hosted
solution to City systems to allow for the ingestion of data in a simple CSV format or other
format that can be easily ingested via SQL Server. Manual data exports shall not be
considered for this requirement.
5.1.11. Any system components that require “compute capacity on-site at a location, requiring a
non-VMware server/workstation shall be provided by the City and specified by the
Contractor.
5.1.12. Software shall be American English version.
5.1.13. Software shall provide design parameters such as hours, receipt changes and messages, and
then remotely send changes to systems.
5.1.14. Submittal shall include a discussion of management software function, hosting site for
operations, and flexibility for City staff operations/control.
5.1.15. Software shall divide system into defined multiple management areas for both payment
management and parking space counting system.
5.1.16. Parking payment management software shall support reporting of cash box status and
revenue collection reporting, alarm status and operation status listing, file transfer
information/reporting. Software shall report when and by whom the cashbox and/or revenue
collection system was accessed.
5.1.17. Software that supports static reports shall have the flexibility to design reports specifically
for use by the City.
5.1.18. The warranty begins after the City issues a notice of Final Acceptance.
5.1.19. The warranty shall carry full coverage for machines or components for abnormal failure in
service.
5.2. Parking Payment Mobile Application Requirements
5.2.1. The system shall be enforced by existing mobile LPR systems and/or at the option of the
City if an option for fixed LPR is executed, an optional entry/exit LPR.
5.2.2. The system shall provide parking patrons a means of payment for parking at configurable
intervals/rate schedules after the initial 2-hour free parking on-street.
5.2.3. The system shall provide parking patrons a means of payment for parking in parking garages
and surface lots such that users can use their mobile application rather than the pay stations.
5.2.4. The system shall use the mobile wallet concept to reduce credit card transaction fees.
5.2.5. The mobile wallet minimum purchase amount shall be configurable by the City.
5.2.6. The system shall accept Visa, MasterCard and Discover credit card information for the
Services Agreement - Work Order Type
8409 Parking Technology
Page 35 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
mobile wallet.
5.2.7. The system shall integrate with existing systems for management of parking payment and
citations through the same mobile application.
5.2.8. The mobile application shall access metadata via configurable QR Code scanning for QR
Codes available at different parking signs throughout the downtown area, which provide
information about the zone or vicinity including but not limited to:
5.2.8.1. 2-hour parking strictly enforced
5.2.8.2. Vehicles cannot park on the same blockface within 4 hours
5.2.8.3. Parking fees beyond 2-hour time limit
5.2.9. The system shall provide registration of a mobile wallet parking account with the City of
Fort Collins and shall provide complete control of a vehicle registration process for parking
management, including:
5.2.9.1. Maintain vehicle ownership and plate type information.
5.2.9.2. Link multiple customers/accounts to a vehicle.
5.2.9.3. Link up to five (5) vehicles to one account.
5.2.9.4. Assign a unique registration number.
5.2.10. The software shall provide an interface with the following types of activity associated with
a vehicle:
5.2.10.1. Notes
5.2.10.2. Citations (through integration with existing system)
5.2.10.3. Customers
5.2.10.4. Permits and other credentials
5.2.10.5. Parking transaction activity
5.2.11. The software shall provide a detailed audit trail of activity related to the vehicle.
5.2.12. The software shall provide a detailed audit trail of parking activity related to the vehicle.
5.2.13. The system shall assign VIP status to a vehicle.
5.2.14. The system shall enable attachment of scanned documentation, digital images, and other
electronic items to the record.
5.2.15. The system shall display a visual indicator on records with attachments.
5.2.16. The system shall enable insertion of an unlimited number of user-defined fields. Field
Services Agreement - Work Order Type
8409 Parking Technology
Page 36 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
definitions include data type (date, flag, character, etc.), field title, length of field, etc.
5.2.17. The system shall meet the following user access requirements:
5.2.17.1. The software system shall offer web services functions to allow external programs access
to system features. Web services implementation shall be non-proprietary.
5.2.17.2. The system shall create a web-based interface allowing secure online transactions.
5.2.17.3. Web services shall operate over a secure network connection, including SSL.
5.2.17.4. Each web service shall support user authentication.
5.2.17.5. Web services shall provide a group of procedures and views that can be called from an
outside system that is logged into a parking database.
5.2.17.6. Web services shall offer real-time interaction with the parking database.
5.2.17.7. Web services shall adhere to the business rules of the system so as not to compromise
existing data or allow insertion of bad data.
5.2.17.8. Web services shall fully address permit sales. This includes inserting/updating customer
information and inserting/updating vehicle information.
5.2.17.9. Web services shall allow a user to find personal account summary information including
all invoices, vehicles, and contact information.
5.2.17.10. Web services shall allow a user to edit current biographical information.
5.2.17.11. All activities performed by a web service shall be logged in the system activity and/or
financial log of the system.
5.2.17.12. Web services shall include support for insert/update activities to user-defined custom
data fields in the system.
5.2.18. Web Solutions
5.2.18.1. The vendor shall offer Web development solutions for an e-commerce and customer
inquiry website.
5.2.18.2. The vendor shall offer packaged solutions and custom development options.
5.2.18.3. The Contractor shall develop a scope document outlining the work to be performed and
offer a firm price.
5.2.18.4. The e-commerce solution shall include a PA-DSS validated credit card solution.
5.2.18.5. The e-commerce Web site shall be easily maintained using a 'dashboard'-like
administrative console.
5.2.18.6. The e-commerce solution shall not utilize cookies to store any information other than
user and session information via application web servers.
Services Agreement - Work Order Type
8409 Parking Technology
Page 37 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
5.2.18.7. The e-commerce solution shall support expiration of cookies at end of session by logging
off the application and closing the browser.
5.2.18.8. The e-commerce Web site shall integrate with the parking system database.
5.2.18.9. The following e-commerce solutions shall be provided:
5.2.18.9.1. Customer Account Inquiry
5.2.18.9.2. Parking payment for transient hourly use after initial 2 hours on-street parking
5.2.18.9.3. Parking payment for transient hourly use in parking garages and parking lots.
5.2.18.9.4. Parking payment for daily, weekly, and monthly use permits
5.2.19. Parking Permit and Credentials
5.2.19.1. The system shall set up, issue, track and manage permits based on vehicle license plate
number.
5.2.19.2. Permits shall be assigned a configurable geographic location (certain on-street blocks,
parking garage(s), surface lot(s)).
5.2.19.3. Permits shall be assigned a configurable time period for annual, monthly, weekly, and
daily permits.
5.2.19.4. Permits may be created for special events with configurable pricing.
5.2.19.5. The software shall allow users to manage the relationships between a customer, a vehicle
(or property), and the permit after a relationship has been created, including deleting the
relationship when appropriate.
5.2.19.6. The system shall allow users to configure specific permit ranges to be eligible for parking
in specific parking facilities for specific days of the week and times of the day.
5.2.19.7. The software shall allow users to create and modify permit ranges, including the
following characteristics, from the system user interface and from import of configuration
details:
5.2.19.7.1. Identify which groups of customers are eligible to purchase and what their fees
will be (based on customer group).
5.2.19.7.2. Specify which general ledger account number is to be used for each customer
group's permit purchases.
5.2.19.7.3. Configure the effect of the permit purchase on any permit number limits
established per customer group.
5.2.19.7.4. Identify in which parking facilities the permits will be eligible to park.
5.2.19.7.5. Configure per-day use limits.
Services Agreement - Work Order Type
8409 Parking Technology
Page 38 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
5.2.19.7.6. Set up fee schedules and renewal fees.
5.2.19.7.7. Restrict the number of permits a customer can purchase.
5.2.19.7.8. Ability to prorate permit sales/returns and automatically calculate value based
on user-defined rules (e.g. weekly, monthly, daily, etc.).
5.2.19.7.9. Provide a brief color-coded summary and direct access to all information and
invoices, including event value, associated with a permit on a single screen.
5.2.19.8. This module shall allow a user to view all activity associated with a permit from a single
screen, including:
5.2.19.8.1. Customers and end date of customer/permit relationship
5.2.19.8.2. Vehicles
5.2.19.8.3. Valid locations for parking
5.2.19.8.4. Related financial transactions
5.2.19.8.5. Citation notifications
5.2.19.8.6. Notes
5.2.19.8.7. Parking transaction activity
5.2.19.8.8. Direct access to financial information related to the permit. This includes
payments, adjustments, additional fees, refunds, etc.
5.2.19.8.9. Detailed audit trail for activity related to the permit record
5.2.19.9. The application shall display all locations where an individual permit is valid for parking.
This information shall be provided to the citation system through integration.
5.2.19.10. Parking permits shall be purchased online through the mobile application only.
5.2.19.11. The system shall allow users to configure specific permit ranges to be eligible for
parking in specific parking facilities for specific events.
5.2.19.12. The system shall allow users to reserve permit ranges for use for specific events or over
a specific time period. The system shall provide the option of collecting parker names for
the reserved permits.
5.2.19.13. The system shall:
5.2.19.13.1. Reserve permits for future sale.
5.2.19.13.2. Associate multiple customers to a permit.
5.2.19.13.3. Make monetary adjustments.
Services Agreement - Work Order Type
8409 Parking Technology
Page 39 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
5.2.19.13.4. Display permit account balance.
5.2.19.13.5. Manage population of permits for inventory management.
5.2.19.13.6. Attach digital pictures or documents to the permit record.
5.2.19.13.7. Display a visual indicator on records with attachments.
5.2.19.14. Administrative users shall configure the system to require the completion of custom
fields from the permit record as part of the permit sale process.
5.2.19.15. Administrative users of the application shall define which facilities/lots are available for
a selected permit group.
5.2.19.16. Administrative users shall configure the application to allow a permit’s selected valid
facilities/lots (in which the permit is eligible to park) to be changed after the permit has
been sold.
5.2.19.17. Administrative users shall configure bundles of facilities to accommodate parkers who
need permit access to a unique set of facilities not configured on a permit number range.
5.2.19.18. Administrative users shall configure groups of facilities into 'tiers', designating how
many facilities from each tier permits in a given permit group can access.
5.2.19.19. Administrative users shall change valid facilities (lots in which the permit is eligible to
park) in bulk for all permits in a permit group.
5.2.19.20. Administrative users shall configure the system to require permits to be linked to a
property and/or a vehicle during permit sale.
5.2.19.20.1. The parking system shall support user definable restrictions on permits assigned
to properties.
5.2.19.20.2. Users shall search for all permits that are associated with a particular property,
address, or license plate.
5.2.19.20.3. The parking system shall support a process in which permits can be
automatically renewed or extended on a regular interval. The renewal process
shall include importing of payments against the renewed permit. It shall also
track the payment history for a renewed permit over the entire life of the permit,
including all of the renewal payments. The system shall support the use of grace
periods for automatically renewed permits, allowing the user of the system to
configure the grace period and thus control the number of days granted to
customers before their permit is deactivated.
5.2.19.20.4. The system shall support automatic credit card billing for permit auto-
extensions and renewals.
5.2.19.20.5. The parking system shall support a process of automatically replacing permits
on a regular interval.
Services Agreement - Work Order Type
8409 Parking Technology
Page 40 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
5.3. Exceptions for vandalism and normal wear of any moving parts.
5.4. Submittal shall explain return/exchange cost and procedures.
5.5. The submittal shall describe warranty offers, benefits, and conditions.
6.0 CLOUD HOSTED SYSTEM
Definitions. The following definitions shall apply to this Section:
“Cloud Services” means the services through which the Service Provider will make the software accessible
to the City over the Internet, and all other services, data import / export, monitoring, support, backup and
recovery, change management, technology upgrades, and training necessary for the City’s productive use
thereof.
6.1. .As a Software-as-a-Service (Saas) solution, the management system shall be hosted using a third-
party cloud platform. The management system’s services and data shall be accessed via a web
browser from the public Internet. The City currently supports Microsoft Windows 7, Microsoft
Windows 10, Google Chrome, Firefox and Internet Explorer 11. Service Provider will be fully
responsible for all infrastructure and software implementation and maintenance. For all Cloud
Services the Service Provider will be responsible for any third-party support required.
6.2. The Service Provider shall grant, or secure for, the City a royalty free, non-exclusive, non-
transferrable, non-subleaseable, non-assignable limited license to use and access the software
through the Cloud Services during the term of the Agreement. Any configurations and/or
integrations created by the Service Provider shall become part of the software. Licensing of the
software shall remain subject to the remaining terms of this Agreement. As these Cloud Services
are hosted by the Service Provider or its authorized third-party provider, licensing of the software
to the City includes licensing and maintenance for any and all necessary components required for
the Service Provider to provide the Cloud Services.
6.3. All solutions will utilize a combination of Application Program Interfaces (APIs) to communicate
and transmit data to other services. With cloud solutions, this will occur in real time, using Hyper
Text Transfer Protocol Secure (HTTPS) and Secure Sockets Layering (SSL).
6.4. The software platform and management system shall control and monitor all (field and central)
system functionality including central management, access control, reporting, space count
function, record production and retention, archiving, and back-ups.
6.5. The Service Provider shall provide a dedicated web portal that will allow City staff to access
online reports, provide exportable data functionality, and develop an online dashboard showing
real time parking system activity including occupancy by facility, summaries of collected
revenues by category, and other data and summaries related to the City system.
6.6. The software platform and management system shall use industry-standard redundancy and
failover techniques to ensure high availability.
Services Agreement - Work Order Type
8409 Parking Technology
Page 41 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
6.7. As a part of the Cloud Services, the Service Provider is responsible for maintaining data backups
for an orderly and timely recovery of such data in the event that the Cloud Services may be
interrupted. Service Provider will acquire City authorization before performing any recovery
operation that may result in any data loss.
6.8. In the event of a Cloud Services failure or malfunction, the entire server systems shall be restored
and fully operational in no less than forty-eight (48) hours, unless such restoration is made
impossible through no fault of the Service Provider and in spite of the Service Provider’s best
efforts to achieve such restoration.
7.0 SECURITY
7.1. System shall adhere to the City’s security and password protocols and policies.
7.2. As a multi-tenant SaaS solution provider, the Service Provider will employ access management
and other measures to protect the City’s data, assets, and user credentials from exposure to other
users.
7.3. All transmitted data shall be sent using HTTPS and Secure Socket Layer (“SSL”) protocols. The
Service Provider shall ensure that server firewalls are maintained and that all data be encrypted.
The Service Provider shall maintain the encryption keys, ensures the firewalls are in place, and
maintains the SSL and HTTPS protocols at all times.
8.0 BUSINESS CONTINUITY
8.1. In the event of communications loss between the central server system and the field equipment, the
field equipment shall continue to operate normally without interruption (stand-alone) until such time
communications is restored. Once communications has been restored, all necessary data shall be
automatically uploaded and/or downloaded.
9.0 SOFTWARE MANAGEMENT SYSTEM(S)
9.1. The Contractor shall provide a single solution that supplies one integrated management system for all
systems. The Contractor shall indicate where system monitoring and work will take place for the
various functions of the system.
9.2. Provides the full logic and processing procedures to manage, monitor and control the functionality of
the system, including monitoring and management of all space sensors, space indicators, signage,
controllers, data distribution devices, smartphone application, payment management system and
VMS.
9.3. Automatically and continuously monitors the proper functioning of all field devices and provides
status indicators and failure alarms to the monitoring station (City workstation or remote
workstation).
9.4. Assigns each space a unique ID number that allows unconstrained groupings of space numbers and
redefinition of parking areas (nested areas) for purposes of control, data collection and report
compilation.
Services Agreement - Work Order Type
8409 Parking Technology
Page 42 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
9.5. Provides a logical control system to track the number of available spaces within each level, zone,
nested area, surface lot, on-street and drive aisle parking location on a real time basis.
9.6. Receives and compiles information about the status of all spaces individually and within defined
areas.
9.7. Provides automatic and remote control of all field devices (sensors, space indicators, VMS, pay
stations etc.).
9.8. Provides the City with visual displays of the status of all controlled spaces and zones.
9.9. The City shall make adjustments in the operating conditions of the field devices, such as the intensity
(brightness) and color adjustment to the parking space status lights.
9.10. Provides override options for the City to make manual changes to area counts, space status
(empty/occupied), VMS displays, LPR records, pay machine status, smartphone application status
and other controls or displays.
9.11. The City shall make adjustments (as individually assigned permissions authorize) to the System
database.
9.12. Provides compilation, display and print System information and reports, both manually and on
automatically on any schedule determined by the City.
9.12.1. Pre-programmed reports shall be available for both defined areas and individual spaces based
on timeframes selectable by the City.
9.12.2. The City definable periods shall be by entry of the beginning date/hour/minute (d/h/m) and
ending d/h/m for the selected period.
9.12.3. A minimum of 24 months of “live” data shall be directly accessible for manual report
generation by the City without requiring extraction of archived data.
9.12.4. Pre-formatted occupancy reports shall include the following for both individual spaces and
defined groups of spaces (areas) at a minimum:
9.12.4.1. Amount of occupied time in real time (day, hour, minute).
9.12.4.2. Amount of unoccupied time in real time.
9.12.4.3. Average vehicle duration of stay in real time.
9.12.4.4. Number of vehicles occupying the space in real time.
9.12.4.5. Peak occupancy by space in real time.
9.12.5. Pre-formatted payment transaction reports shall include the following for both pay stations and
smartphone application payment:
Services Agreement - Work Order Type
8409 Parking Technology
Page 43 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
9.12.5.1. Number of transactions by:
9.12.5.1.1. Time of day.
9.12.5.1.2. Day of week.
9.12.5.1.3. Location/zone/asset type (structure/on-street/lot etc.).
9.12.5.2. Sum and average revenue collected by:
9.12.5.2.1. Payment type.
9.12.5.2.2. Payment mode (pay station/smartphone application).
9.12.5.2.3. Time of day.
9.12.5.2.4. Day of week.
9.12.5.2.5. Month.
9.12.5.2.6. Year.
9.12.5.2.7. Location/zone/asset type (structure/on-street/lot etc.).
9.12.5.2.8. Account.
9.12.5.2.9. Fee rate.
9.12.5.3. Sum and average purchased time trends by space, zone/location.
9.12.5.4. Number distinct users by:
9.12.5.4.1. By time of day.
9.12.5.4.2. Day of week.
9.12.5.4.3. Location/zone/asset type (structure/on-street/lot etc.).
9.13. Provides web based login and control of System for the City and off- site technicians as authorized.
9.14. Report for access to pay stations and software administration system for:
9.14.1. Date/time of change
9.14.2. Remote access address making the change
9.14.3. Authorization PIN code to make change which varies based on permission sets
9.14.4. Record of change made
9.14.5. Record of data modified or changed, to include record prior to modification
Services Agreement - Work Order Type
8409 Parking Technology
Page 44 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
9.14.6. File identities and record count
9.15. Provides smartphone application and web based login for the general public for information related
to space availability and payment.
10.0 SYSTEM ACCURACY
10.1. Submit accuracy rates for the various PARCS System components, space sensors, space cameras,
space indicators, VMS, pay stations, smartphone application functions and the System as a whole.
At a minimum, provide:
10.1.1. Accuracy of vehicle presence sensors - the percentage of spaces correctly identified by the
PARCS System as occupied or available.
10.1.2. Accuracy of payment acceptance hardware and software – 3
rd
party independent confirmations
through audit processes that the systems provided accurately accept and record payments via
cash, coin and/or credit card.
11.0 USER INTERFACE
11.1. PARCS System Management and Operational access shall be provided remotely via the internet
using any standard web browser subject to password access control. Desktop based client
applications, while undesirable, will be considered.
11.2. The PARCS System shall support mobile payments using Contractor provided smartphone
application, via the internet and mobile devices.
11.3. The PARCS System shall support remote access by the general public to space availability
information by space using Contractor provided smartphone application, via the internet and mobile
devices.
11.4. The PARCS System shall provide real time data related to space availability for third party
broadcast to the general public.
12.0 OFF-LINE OPERATION AND SEVERABILITY
12.1. Off-Line Operation: In the event of a loss of communication between the field devices and the
central computer, the systems shall continue to provide the following functionality at a minimum.
12.1.1. The systems shall provide an event notification and alarm to the PARCS System monitoring
screen to advise the City that a loss of communication has occurred and, in the case of a partial
loss of communication, the devices affected.
12.1.2. Individual space monitors shall continue to detect the presence or absence of a vehicle and
display the appropriate LED color to indicate the status of the space.
12.1.3. Individual zone sensors shall continue to monitor vehicle passage and maintain that data in
temporary storage for the duration of any off-line operation.
Services Agreement - Work Order Type
8409 Parking Technology
Page 45 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
12.1.4. Area controllers shall maintain the integrity of counts within zones or sub-zones if those zones
or sub-zones are off-line to the central computer.
12.1.5. Systems shall feature a complete a payment transaction using a store-and-forward or similar
method during a communication loss.
12.2. Upon restoration of communication, the central computer and operating software shall
automatically initiate polling of all devices to update zone counts, space availability, parking fees and
re-establish the ability to make payment transactions.
12.2.1. The polling shall include retrieval of all transaction/event data that would normally have been
collected when the system is operating in normal on-line mode.
12.2.2. The update shall include protocols to prevent duplicate counts of entry/exit transaction data.
12.2.3. Upon completion of the polling and update process, all signs shall be updated to reflect
occupancy in all defined areas based on the occupied space information retrieved from the
individual space monitors.
12.2.4. The system shall provide an event notification and alarm to the PARCS System monitoring
screen to advise the City when the update is complete. The notification shall include an
indication that all data was successfully retrieved during the polling process or that there is an
indication of data loss.
12.3. SEVERABILITY
12.3.1. Loss of communication between the central computer and any field device or between a field
data compiler/controller and one or more of its controlled field devices shall not affect the
operation of the remaining field devices that remain on-line.
12.3.2. Modular component design shall allow PARCS System components to be off-line during
failure, repair, or replacement without affecting the ongoing operation of the PARCS System
and related operations.
12.4. INTERMEDIATE COMMUNICATION MODULES
12.4.1. Provide detailed description of any middleware and/or hardware required between in-field
systems and back-office servers.
12.5. SPACE SENSORS
12.5.1. Provide external, individual space monitoring and counting at parking structures identified
within the scope of work during phases I, II and III of the project using ultrasonic sensors.
12.5.2. Provide in-ground, individual space monitoring and counting at parking structure rooves, on-
street and at surface parking lots identified within the scope of work during phases I, II and III
of the project using magnetic vehicle sensors. The City would prefer non-intrusive detection for
the roof of parking garage structures such as video analytics or microwave detection. The use of
an intrusive detection system is subject to approval by the City engineer.
Services Agreement - Work Order Type
8409 Parking Technology
Page 46 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
12.5.3. Individual metered parking spaces shall be monitored with sensor technology to support
parking enforcement.
12.5.4. As an alternate, the Contractor shall submit innovative, highly accurate, effective and proven
technology to accomplish space by space monitoring and for metered space monitoring for
enforcement.
12.5.5. Sensor detection shall not be affected by:
12.5.5.1. Vehicles parked in adjacent spaces.
12.5.5.2. Detection signals of adjacent sensors.
12.5.5.3. Changes in ambient lighting conditions including direct sunlight as well as complete
darkness.
12.5.5.4. Vehicle color.
12.6. SPACE INDICATOR LIGHTS
12.6.1. Parking space LED status light indicators to indicate occupied or available parking spaces.
12.6.1.1. Indicator lights shall be LED with a built in capability to provide for an indefinite
variation of colors across the full color spectrum.
12.6.1.2. Changing the colors and lighting level intensity shall be accomplished remotely without
the need to change out the LED light source within the sensor.
12.6.1.3. Green shall denote an available space. Red shall denote an occupied space. Blue shall
denote an unoccupied ADA space. Amber or selected color by the City shall denote
reserved or permit parking space.
12.6.1.4. Provide one status light indicator above each parking space in covered levels of parking
structures.
12.6.1.5. The status indicators shall be visible down the drive aisle serving the spaces and be
located at the rear of the space.
12.6.1.6. Light indicators installed shall not impact accessible headroom clearance of 8’-2”.
12.6.1.7. Light indicators shall be installed having a uniformed and consistent headroom clearance
for each parking space.
12.6.1.8. Each sensor’s indicator status shall also be displayed on the management system and
update via the network in real-time.
12.6.1.9. Occupancy indicator display shall continue to operate when the sensor goes into an
offline condition.
Services Agreement - Work Order Type
8409 Parking Technology
Page 47 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
12.7. CALIBRATION
12.7.1. Automatically initiate self-calibration upon power up or reboot.
12.7.2. Manually initiated self-calibration via push button on the sensor.
12.7.3. Manually initiated self-calibration via remote connection from a workstation. Workstation
shall initiate an individual sensor, selected group of sensors, or all networked sensors to
recalibrate by the click of an icon for the System.
12.8. PASS COUNTERS FOR PARKING STRUCTURES AND LOTS
12.8.1. Within parking structures and lots, provide a directional pass counting function (sensors,
cameras, or other effective and proven technology) at garage entries, between all zones, and at
entrances and exits for level counting.
12.8.2. Technology shall operate at a high level of accuracy without the use of concrete islands or
other physical restrictive devices to control the positioning of traffic.
12.8.3. Loop detector technology shall not be installed in parking structures.
12.9. UPDATE OF ZONE/LEVEL COUNTS FOR PARKING STRUCTURES AND LOTS
12.9.1. The PARCS System shall provide and use vehicle sensors or other technology to update counts
for vehicles in transit through the parking areas within parking structures and lots in real time.
12.9.2. Sensors at the entry/exit points to each zone shall detect the passage of vehicles in/out of that
zone and communicate that information to a zone controller which shall cause signs displaying
space availability to reflect the availability of spaces within each zone.
12.9.3. At locations where the vehicle is passing from one zone to another, the displayed counts of
spaces available in both affected zones will be updated in real time.
12.9.4. Sensors are not required for the parking aisles.
12.10. CONTROL OF METERED PARKING AREA
12.10.1. The PARCS System shall provide control over spaces located in the metered parking area to
support enforcement of time limits for that area.
12.10.2. The PARCS System shall track and document the length of stay for vehicles continuously
occupying spaces within the metered parking area.
12.10.3. The PARCS System shall establish and adjust time limits as needed, definable in minute
increments.
12.10.4. The PARCS System shall document the new arrival of vehicles in spaces within the metered
parking area. The record shall include the date/time stamp of the arrival.
Services Agreement - Work Order Type
8409 Parking Technology
Page 48 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
12.10.5. Upon detecting that a vehicle has overstayed the prescribed time limit:
12.10.5.1. The PARCS System shall provide an alert to the City through integration with the T2
enforcement application that a vehicle has exceeded the established time limit.
12.10.5.2. The PARCS System shall obtain and store a record of the parked vehicle each time it is
detected via mobile LPR, including the real time/date stamp.
12.10.5.3. Event records, are to include the date/time data and shall be linked in the PARCS
System so that retrieval of one event record also returns the other associated event
records. If the option of gateless entry/exit LPR is executed, the entry and exit LPR
camera shall enable the system to store a record of the vehicle at the time it enters the
parking garage, including the real time/date stamp for entry and exit. If the vehicle parks
in excess of the time paid for, a citation would be issued.
12.10.6. The PARCS System shall provide a report of vehicles in the metered parking area that have
overstayed the specified time limit or have violated parking privileges as paid.
12.10.6.1. The report shall include the date/time stamped record, printed date/time of arrival (hour
and minute), date/time when the stay exceeded the time limit, license plate number, and
the record of departure from the space if the vehicle has departed.
12.10.6.2. The report shall allow the City to submit queries based on the license plate number that
will return the most recent event capture for that space within a timeframe specified by
the City. Entry of an end point for the timeframe, but no beginning point shall return the
most recent event capture prior to the specified end point.
12.11. DYNAMIC MESSAGE SIGNAGE (VMS)
12.11.1. DMS shall be LED type. The sign types include:
12.11.1.1. Garage entry level-by-level signs – dynamic signs located at each entry plaza displaying
the number of available spaces per level of the parking garage. For surface lots, these signs
would only have one dynamic element, which displayed the number of available parking
spaces for the entire facility.
12.11.1.1.1. The Contractor shall be responsible for reviewing facilities and providing the
appropriate sign quantities per phase.
12.11.1.1.2. Proper sign matrix size shall be provided by the Contractor to fit within the
geometric circumstances of each installation location in accordance with City
ordinances and static sign guidelines. Minimum character height shall be 5” and shall
display either, “OPEN”, “FULL”, “CLSd”, or the number of available spaces from “0”
to “9999”.
12.11.1.1.3. The Contractor shall be responsible for the design and coordination of
manufacturing of all level-by-level signs. The Contractor shall submit the level-by-
level sign design and specifications to the City for approval prior to manufacturing.
Each location shall be submitted separately as the number of necessary dynamic
panels will vary from location to location.
12.11.1.2. Parking Garage Ceiling Mounted Directional Signs – dynamic signs at key decision
Services Agreement - Work Order Type
8409 Parking Technology
Page 49 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
points within parking garages to inform parking patrons of space availability on adjacent
parking levels.
12.11.1.2.1. The Contractor shall be responsible for reviewing facilities and providing the
appropriate sign quantities per phase.
12.11.1.2.2. Proper sign matrix size shall be provided by the Contractor to fit within the
geometric circumstances of each installation location in accordance with City
ordinances and static sign guidelines. Minimum character height shall be 5” and shall
display either, “OPEN”, “FULL”, “CLSd”, or the number of available spaces from “0”
to “9999”.
12.11.1.2.3. The Contractor shall be responsible for the design and coordination of
manufacturing of all ceiling mounted dynamic signs. The Contractor shall submit the
level-by-level sign design and specifications to the City for approval prior to
manufacturing. Each location shall be submitted separately as the number of
necessary dynamic panels will vary from location to location.
12.11.2. DMS signage shall be controlled remotely through the System and shall provide control and
adjustment of sign message, lighting levels, and color.
12.11.3. DMS signage shall complement the parking garage aesthetically and is subject to City sign
ordinances.
12.11.4. DMS signage will maintain a lifetime brightness of 100,000+ hours
12.11.5. DMS signage native software and parking management system software to be integrated by
the Contractor
12.11.5.1. DMS Signage will display real-time parking counts
12.11.5.2. Integration will provide graphical user interface for staff to monitor signage read-out
remotely and push ad-hoc messages to the signs including “OPEN”, “FULL”, “CLSd”, and
blank out.
12.11.5.3. DMS software shall provide character handling methods to avoid truncated or stray
characters.
12.11.6. DMS signage structure will be single-sided, UL listed, NEMA 4 or 4X cabinet
12.11.7. DMS signage will be mounted to exterior or parking garage by Contractor. All mounting
materials, access, electrical work and labor to be provided by the Contractor.
13.0 POWER SUPPLY
13.1. Uninterruptible Power Supply (UPS).
13.2. Provide UPS system(s) for the pay stations and LPR sufficient to maintain normal operation for a
minimum of 30 minutes.
13.3. The manufacturer shall have been in the UPS business for at least 5 years.
Services Agreement - Work Order Type
8409 Parking Technology
Page 50 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
13.4. The UPS shall consist of a power module, storage battery and a battery disconnect switch.
13.5. The UPS shall be sized to accommodate PARCS System requirements.
13.6. The UPS shall have a lockable weather resistant UL designation suitable for outdoor mounting.
13.7. The storage battery shall be a ten-year, low-maintenance type, sealed lead calcium type cells with an
internal battery run time of 60 minutes.
14.0 SPARE PARTS AND EQUIPMENT REQUIREMENTS
14.1. The Contractor shall furnish spare parts and equipment to be used to maintain and repair the
equipment of the PARCS System throughout the Warranty Period. The Contractor shall guarantee
that all specified spare parts shall be available throughout the Warranty Period. The Contractor shall
include a statement regarding this requirement in all sub-contracts. Spare parts will not be used for
PARCS System expansion.
14.2. At the completion of the Warranty Period, the Contractor shall replenish the spare parts inventory to
the quantities provided by the Contractor at the start of the Warranty Periods. Contractor shall turn
complete spare parts inventory over to the City for its use in supporting/maintaining the PARCS
System.
14.3. Recommended Spare Parts: The Contractor shall prepare and submit a list of recommended spares,
cost of each, the quantity of each spare that will be kept in stock, and the lead time to purchase and
receive at the Contractor local office. This recommended spares list shall be submitted for the City
review and approval. For each spare recommended, the Contractor shall provide the rationale for the
recommended number of spares being provided.
14.4. Quality of Spare Parts: The spare parts shall be equal to or better than the originally installed
materials. If new materials are necessary, new specifications shall be provided for prior approval by
the City.
14.5. Quantity of Spare Parts: A minimum inventory of spare equipment shall be maintained at the
Contractor local office, sufficient to maintain the System on a twenty-four (24) hour basis and to
repair or replace all components of the PARCS System without excessive delay. The spare
equipment inventory and usage records will be made available to the City to verify that spare
equipment levels are being maintained.
15.0 TECHNICAL MANUALS
15.1. The Contractor shall provide operation manuals, including management software products. All
manuals shall be written in American English.
16.0 TECHNICAL SUPPORT
16.1. The Contractor shall provide for the following:
16.1.1. Personnel availability times from 7:00 am to 7:00 pm (Mountain Standard Time), Monday
Services Agreement - Work Order Type
8409 Parking Technology
Page 51 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
through Saturday.
16.1.2. Description of personnel, assignments, and level of expertise available.
16.1.3. Description of staff chain of command communication structure to cover absences due to
vacation, sick, leave, business travel, etc.
16.1.4. Description of remote location to back-up the system and provide off-site operations.
17.0 PERFORMANCE STANDARDS
17.1. The City expects reasonable performance standards to apply to various elements of pay station
operation at an individual machine level, parking space sensors and guidance system, and digital
signage and management systems. The City will negotiate performance standards with the
successful respondent for inclusion in contract prior to contract award. The Contractor shall
include suggested performance elements and experienced performance standards for major pay
station, digital signage and parking space guidance system components and management
software. Performance standards would be based on percentage of failure over a specific period
of time. Specific performance evaluation standards will be negotiated with the selected vendor
and added to the contract.
17.2. The following is a suggestion of some performance elements the City might reasonably expect.
Availability/Access to data 7:00 AM to 7:00 PM (Mountain Standard Time), Monday through
Saturday.
17.2.1. Availability of on-site and telephone-based technical support.
17.2.2. Reporting – pay station to server communication.
17.2.3. Alarms – Available 24 hours, 7 days a week.
17.2.4. Statistical data.
17.2.5. Credit card transaction file data integrity.
17.2.6. Synchronization of all operational units in the field on time displayed.
17.2.7. Data accuracy.
18.0 DATA MANAGEMENT
18.1. All data (operational & financial) shall communicate with remote backend software and shall be
viewable 24 hours, 7 days a week.
18.2. If a customer pays with a credit card, the data management software shall allow City staff to look
up transaction history by credit card or account number and see what time, location and pay station
and/or smartphone application transaction that was authorized, rejected, or never attempted.
18.3. Critical operational failure data or alarms shall be transmitted to email, pager and/or cellular
communication immediately upon failure occurring.
Services Agreement - Work Order Type
8409 Parking Technology
Page 52 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
18.4. Any systems using wireless communications shall provide wireless two-way communication to a
remote communication center to transmit financial data, activity reports, and operational status of
unit.
18.5. The Contractor shall explain in detail how their wireless two-way communication system works.
18.6. All desktop software shall be Windows 7 compatible. All databases shall be Windows 7 compliant.
The software shall compile reports for revenue, maintenance, and parking space usage.
18.7. The system shall be able to create ad hoc reports about the parking operation on a daily basis.
Parking management software shall, at a minimum, have the ability to generate the following
reports:
18.7.1. Revenue by location, license plate, pay station, smartphone application account,
18.7.2. Revenue by collection area, zone, structure, lot or maintenance route,
18.7.3. Maintenance activity by location, license plate or pay station,
18.7.4. Operational status by pay station,
18.7.5. Daily collection report with location number,
18.7.6. Date and time stamps for all operational events (failures, resets, low battery, coin jams,
collections, modular component replaced, etc.), and
18.7.7. Date, time and type and amount of each transaction.
18.7.8. Software shall display real time mapping of unit status and location. Status should include at
a minimum any warnings or alarms, time remaining and expired vehicles.
19.0 TRAINING
19.1. The Contractor shall provide training on an individual basis or in a group setting as approved by
the City for the operation and maintenance of the pay stations, space sensors, space guidance
system, digital signage and any other system or component provided. The Contractor shall provide
a training program for technicians and staff responsible for:
19.1.1. Installation, start up, and maintenance/repair of all provided systems.
19.1.2. Coin collection.
19.1.3. Programming rates, valid parking times, etc.; through the management software.
19.1.4. Monitoring the equipment, generating reports and internal auditing.
19.1.5. Date file collection, credit card file downloading and processing, set up and
maintenance of user account passwords, etc.
Services Agreement - Work Order Type
8409 Parking Technology
Page 53 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
19.1.6. The Contractor shall provide a thorough outline of the training content and provide training
schedule for both software and hardware. The schedule shall include periodic refresher
training (continual education), included but not limited to, emphasis on particular areas of the
City’s choice and upgrades of software and/or hardware.
19.1.7. The successful Contractor shall provide a minimum of forty (40) hours of training at a
designated City facility for designated City employees. The Contractor shall provide
additional training as requested at prevailing rates throughout the duration of the Contract.
19.1.8. The Contractor shall provide electronic copies as well as ten (10) copies of the operating
manual in English for installation, maintenance, and use (complete with wiring diagrams and
specifications) are to be provided at the time the units are delivered.
20.0 INVENTORY OF PARTS
20.1.1. The Contractor shall provide detailed list of inventory supplies with expected life expectancy
of each part in their bid. The Contractor shall provide a price list of all parts should there be a
need to order additional items. This price list shall be included with the costing as a separate
attachment. Parts shall be described as either being proprietary or non-proprietary.
20.1.2. The Contractor shall be able to provide the City with supplies, including full unit
replacement if needed, parts within twenty-four (24) hours and unit replacements within
seventy-two (72) hours from original request.
21.0 DELIVERABLES AND SCHEDULE
21.1. Deliverables shall be considered the product themselves, plus those work products which are to be
delivered such as data, reports, findings, schematics, custom development, configuration,
integration to existing and between systems, training, and meeting presentations. Deliverables and
schedule for this project shall include all products identified in the scope of work and detailed
specification as well as all professional services requested. A detailed project plan and schedule
will be drafted by the awarded Contractor and reviewed with City staff.
21.2. PRODUCTS: Products shall be delivered in accordance with the commensurate phases, project
and payment milestones as outlined in the project plan and schedule.
21.3. SERVICES: All related services, including but not limited to monthly revenue and transaction
data and reports sent no later than the 5th day of the following month, and other work products on
a timely basis and to agree upon performance standards. Within the first forty-five (45) days,
routine reporting shall be developed to the City specifications.
21.4. All deliverables and resulting work products from this contract, including data, hardware and
software will become the property of the City of Fort Collins.
22.0 PERIOD OF PERFORMANCE
22.1. The contract shall be for a term as provided in Par. 5 of the Agreement.
Services Agreement - Work Order Type
8409 Parking Technology
Page 54 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
23.0 CUSTOMER SUPPORT/SERVICE
23.1. The Contractor shall provide a point of contact that is able to be reached Monday through Friday
during normal operating hours (7:00 am to 7:00 pm, Mountain Standard Time).
23.2. The Contractor shall also provide a point of contact for after hour requests. (7:00pm-7:00am,
Mountain Standard Time).
23.3. The Contractor shall return phone calls the same day (within four (4) hours).
23.4. The Contractor shall provide detailed scheduled maintenance guidelines and instructions to ensure
that City is maintaining the equipment as required to ensure optimal performance. The Contractor
shall be willing to train city maintenance technician(s) that will be responsible for maintaining the
pay stations, parking space sensors, guidance system, VMS and any software systems. The training
shall encompass all operational aspects of the included systems.
23.5. The Contractor guarantees, for a period of one (1) year from the date of installation to repair
and/or replace any part or modular component determined to be defective in material or
workmanship under normal use and service at no additional cost to the City. The Contractor shall
also provide the City with any new software releases for a period of one (1) year at no charge.
24.0 PROGRAMMING
24.1. Hardware provided that uses software and/or firmware is to be fully programmable. Field
programming is to be accomplished by City staff, using any of the following for all parameter
changes:
24.1.1. Erasable Programmable Read Only Memory (EPROM) replacement.
24.1.2. Wireless two-way transmission.
24.1.3. Laptop using a standard serial port and Microsoft Windows interface.
24.1.4. All remote programming shall be allowed using standard communication protocol.
25.0 INSTALLATION & TIMEFRAME
25.1. The Contractor to install systems within scheduled timeline.
25.2. The Contractor to assist with identifying locations for pay station signage, VMS placement,
conduit runs, inground and external space sensor locations and parking guidance indicators. All
costs associated with space markings will be paid by City and are not included as part of this
Agreement.
26.0 QUANTITIES
26.1. Quantities listed are estimates of anticipated usage for the initial term of the contract. The City
retains the option to increase or decrease quantities based on actual installation and
recommendations from the “Contractors”. The City does not guarantee the purchase of any specific
Services Agreement - Work Order Type
8409 Parking Technology
Page 55 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
minimum quantities during the term of this agreement.
DETAILED SPECIFICATIONS – PAY STATIONS
The City has determined minimum system specifications and requirements as outlined below.
27.0 PAY STATION GENERAL REQUIREMENTS
27.1. Pay Station Components: Each pay station shall be equipped with the following components and
capabilities
27.1.1. Reader/validator that accepts ISO standard readable cards, magnetic stripe credit cards and
EMV (chip and PIN) credit cards. The reader/validator shall support connection of an EMV
PIN pad at a later date.
27.1.2. Acceptance of the following U.S. currency for payment of parking fees: one, five, ten, and
twenty dollar bills. Additionally, all payment devices shall accept the one-dollar coin.
27.1.3. Each pay station shall allow a patron to create and pay for a multi-day parking permit
which shall be uploaded in real-time to the servers. Use of the multi-day permit shall be
decremented as the patron parks within the parking facility.
27.1.4. Active color matrix display, minimum size six inches measured diagonally, shall be
readable in all lighting conditions
27.1.5. Utilize visual instructions for patrons to understand the sequence of events to complete a
transaction
27.1.6. Cancel button that allows a patron to cancel a transaction once a transaction has been
initiated
27.1.7. Stand-alone capabilities for each pay station in the event that network communication is
lost, and regardless of where on the network the communication interruption occurs.
Specifically, each pay station shall provide offline transaction storage capacity for all
transactional information, including encrypted credit card data, for a minimum of 1,800
transactions. The pay station shall automatically close in the event that the minimum
transaction threshold is reached and shall remain closed until reestablishment of
communications. Pay station shall automatically upload all transaction information to the
servers.
27.1.8. QR code and barcode reader for integration to smartphone and printed media.
27.2. The pay station unit shall have a visually pleasing designed exterior finish. The unit should be
compatible with existing street furniture and not be an “intrusion” to the urban landscaping.
27.2.1. Dimensions of the pedestal should not exceed 70” x 18” x 17”.
27.2.2. Unit shall come equipped with all necessary items to complete the installation free standing
with its own pedestal.
Services Agreement - Work Order Type
8409 Parking Technology
Page 56 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
27.2.3. Surface shall be powder-coated for graffiti- and weather-resistance in color specified by the
City.
27.3. Internal components enclosed in a theft resistant steel housing. Housing shall be minimum twelve
(12) gauge cold rolled steel. The Contractor shall include specifications including materials,
thickness, and safety design elements.
27.4. Units shall be plumb mounted to sidewalk or City approved site.
27.4.1. Bolts (anchor) shall only be accessible by City maintenance staff and not viewable by the
public.
27.4.2. Configurable, audible intrusion alarm shall be provided as part of the installation. Intrusion
alarm shall trigger an alert via email to security personnel. Solutions that include alerts via
SMS text messaging in addition to email alerts are desirable.
27.4.3. Coin chute shall have an anti-back up device to prevent coin retrieval.
27.4.4. Coins passing through the unit should be deposited directly into a removable sealed coin
vault securely enclosed in separate compartment of the pay station.
27.4.5. The unit shall have separate compartments for maintenance and collections. There shall be
no access to the money in the cash box, coin vaults, coin hoppers, or other cash systems
such as bank note storage when the unit is open for maintenance or collection. The unit
shall have outer doors for each access.
27.4.6. The center line of control shall not exceed more 42 inches above pedestrian access route.
The height of the pay station units (including the location of the coin and card slots) shall
be compatible with the Americans with Disabilities Act (ADA) requirements.
27.4.7. Pay stations shall print a receipt per specifications under section 4.3, Printing. Solutions
that offer the ability to send receipts via email or SMS text messaging are highly desirable.
27.5. PAY STATION INSTALLATION
27.5.1. Pay stations will be installed by the Contractor per factory specifications in City sidewalks,
parking structures and surface lots. The installation will include leveling, placing anchors
and base at locations identified by the City. The Contractor shall include installation
drawings and specifications.
27.5.2. The Contractor shall deliver fully prepared pay stations. The City shall take possession of
the unit after it is installed, tested at structures, lots and on-street and accepted by City staff.
28.0 PRINTER
28.1. The Contractor shall provide a description of printer capabilities. The printer shall be the thermal
impression injection type where receipt is printed internally and ejected to customer.
28.2. The printer shall be equipped or work in conjunction with self-sharpening cutter blade.
Services Agreement - Work Order Type
8409 Parking Technology
Page 57 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
28.3. The printer shall have the ability to receive paper in both roll and box form.
28.4. The printer shall print in different fonts and sizes and at a minimum include:
28.4.1. Unique receipt number that identifies the transaction number within the parking payment
management system
28.4.2. Transaction date (MM/DD/YYYY) and time (HH:MM PM/AM), alternate date and time
stamp formats will be considered
28.4.3. Expiration time and date
28.4.4. Amount paid
28.4.5. Machine number
28.5. Receipt design shall be programmable.
28.6. The ability to remotely download design changes is desirable.
28.7. Printer should also use self-adhesive “sticky back” thermo sensitive paper receipts or non-sticky
thermo sensitive paper, with a clearly defined process on how this change can be easily made
based on need.
28.8. The printer shall be easily removable for maintenance.
29.0 NETWORK CONNECTIVITY
29.1. The City is providing network connectivity at all pay stations within parking structures using
Ethernet. Pay stations at these locations should use this network connectivity. All network
connections will be required to be behind a City maintained firewall and therefore, pay station
transactions shall be configured for use behind a firewall. The City uses a CheckPoint 12400
applicance as the security gateway. Communications links from the pay station locations to the
control center will be supplied by the City.
30.0 WIRELESS TWO-WAY COMMUNICATIONS
30.1. Pay station requiring wireless communications shall be equipped with modem, antenna, and
required software for General Packet Radio Service (GPRS) operations as well as cellular
capability for credit card transactions.
30.2. The Contractor shall include detailed network design diagrams and a narrative of how the system
will work. The Contractor shall note what work would be required by the City and what work
would be required by the Contractor. Systems including cellular connectivity shall include
minimum requirements for 3G and 4G cell card sizes and slots. The City has an existing
agreement with Verizon Wireless and should cellular service be required, the City will purchase
and establish accounts for the wireless pay stations.
30.3. Pay station shall be designed to initiate communication to server.
Services Agreement - Work Order Type
8409 Parking Technology
Page 58 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
30.4. Specific timing for uploading files, status indicators, and downloading programming updates and
messages.
30.5. The Contractor shall describe ability to convert to Wi-Fi and future wireless communication
methods (e.g., Edge, Universal Mobile Telecommunications System (UTMS)).
31.0 ELECTRONIC MEMORY
31.1. The Contractor shall describe memory type and function including capacity and limitations.
32.0 SECURITY AND LOCKING MECHANISMS
32.1. No locks shall be exposed beyond the flush mount of the housing. All locks shall be out of the
public’s view.
32.2. All locks (housing and vault) shall be at a minimum equal to or greater than the superior high
security locks currently on the market with anti-vandalism protection.
32.3. Locks shall not utilize oval or hollow keys.
32.4. Locks shall not utilize tumblers.
32.5. Locks should be corrosive resistant and should not require regular cleaning or maintenance.
32.6. Locks cannot be duplicated or purchased from either the Contractor or lock manufacturer without
the City’s written approval.
32.7. Separate keys shall be available to prevent maintenance personnel from entering the collection
area and vice versa.
32.8. Locks shall be high security anti-drill protection and shall have different combinations for upper
and lower access doors. Maintenance equipment shall be separated from cash collection and
locked in separate compartments.
32.9. Vandal-resistant with internal or recessed hinges.
32.10. All apertures shall be designed and/or shielded to discourage vandalism and insertion of foreign
material.
32.11. COLLECTION VAULT
32.11.1. Electronic locks for vault doors are required.
32.11.2. Electronic access to cash systems shall be separated from access to maintenance systems.
32.11.3. A description of the vault locking system shall be provided. That description shall include:
32.11.3.1. Security benefits key and lock operation, maintenance, and any safety requirements.
Services Agreement - Work Order Type
8409 Parking Technology
Page 59 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
32.11.3.2. Electronic lock system description should include how vault is accessed in case of
lock failure.
33.0 PAYMENT TYPES
33.1. Accept cash as payment, including valid US bills ($1, $5, $10, $20) and US coins (5¢, 10¢, 25¢,
$1) in circulation.
33.2. Pay stations shall contain an automatic shutter which opens for coin insertion but not for non-
metallic objects.
33.3. Shall be able to detect and reject foreign coins and slugs and exit rejected coins through the coin
return. If the coin slot is jammed (inoperable), the unit should still accept credit payments.
33.4. Debit & Credit card acceptance shall include both magnetic stripe and EMV (chip cards) for
Visa, MasterCard and Discover.
33.5. Near Field Communication (NFC) payments shall be supported and available.
33.6. The entire solution for the credit card capable parking mechanisms shall meet the Payment Card
Industry (PCI) Data Security Standards as defined by the PCI Security Council. PCI Certification
shall be achieved through a third party audit process. The provision of voluntary security scan
reports and questionnaires as proof of compliance will not be accepted.
33.7. All transactions shall meet or exceed the latest security requirements (encryption) for wireless
financial data communications.
33.7.1. Encryption: All data leaving pay station shall be encrypted to PCI P2PE standards with the
ability to upgrade as the City deems necessary.
33.7.2. Memory Preservation: Data regarding alarms and card reader shall be retained at least until
confirmation of receipt by server.
34.0 SCREEN AND INSTRUCTIONS TO PAYING CUSTOMERS
34.1. Shall have back lights to help with visibility but have energy saving capacities. LED or other
high efficiency lighting sources are desirable.
34.2. Shall be protected by Lexan windows or equivalent material.
34.3. Shall be easily readable under various daytime and nighttime light conditions.
34.4. Shall display different fonts and styles of characters on the same screen and should use U.S. date
style (MM:DD:YY) and time (HH:MM AM/PM).
34.5. Shall have minimum capacity of thirty-two (32) characters (at least two (2) lines of sixteen (16)
characters).
34.6. Color LCD will be considered, but is not mandatory.
Services Agreement - Work Order Type
8409 Parking Technology
Page 60 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
34.7. For increased contrast, the screen shall display dark lettering on light background, or light
lettering on dark background. These contrast settings should be selectable and allow for
automatically changing from one to the other and back at a predetermined times during the day.
34.8. Screen shall be able to display a graphic and or photograph for a user defined amount of time
when the pay station is turned on.
34.9. All prompts on the pay station shall be user configurable.
34.10. Shall display various operating status messages to users and maintenance personnel.
34.11. Shall display customer transaction information.
34.12. Shall display messages supplied and downloaded from back office software.
34.13. Instructions and on-screen displays will be in English with Spanish as an alternative.
34.14. The Contractor shall describe the capability of displaying different languages.
34.15. Use of International symbols when and where ever possible.
34.16. Instructions should be provided on the screen as well as usage of decals and permanent signage
on the pay station. Instructions should be clear and concise.
34.17. The Contractor shall provide samples of signage that are mounted on, or adjacent to pay station
that directs the public to pay at pay station. The Contractor shall provide signage for the 1st 10
units. The City will provide an allocation for the cost of the pay station signs, their installation
and directional signs to the successful Contractor.
34.18. Screen shall maintain normal operation within 0 degrees Fahrenheit to 120 degrees Fahrenheit
additionally to being located in a humid environment during the summer months where
condensation can occur.
34.19. Audible messages should be programmable to give general greetings, assist the public in using
the unit or for special events.
35.0 PAY STATION KEYPAD
35.1. The unit shall have a full alphanumeric, tactile feel keypad for the entry of license plate, time,
quantity and interactive question response.
35.2. When a key is pressed, an audible indication shall be given to provide feedback to the customer.
35.3. The keypad shall be vandal resistant, weather proof and corrosion resistant.
35.4. The keypad shall be modular and easily unplugged and removed with basic tools for easy
servicing.
Services Agreement - Work Order Type
8409 Parking Technology
Page 61 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
36.0 PAY STATION BANK NOTE ACCEPTOR, COIN ACCEPTOR, CASH COMPARTMENT
AND COIN VAULT
36.1. Pay station shall provide bank note acceptor, coin acceptor, bill vault for accepted bills, coin
vault for accepted coins, and coin mechanisms for each denomination of coin that can be used to
give change. Change will only be given in coins. The Contractor shall make use of recirculating
coin systems to minimize the amount of change that needs to be stored.
36.2. All cash and coin systems shall be secure when removed from the pay station.
36.3. Bank notes inserted into the pay station shall be stored in escrow until the transaction is either
finished or cancelled. Upon cancellation, the customer’s actual bank notes are returned from the
escrow. If a transaction is finished satisfactorily, the bank notes move into the bill vault. Each
bill vault will be identified by a unique serial number.
36.4. If there is not enough change available, the pay station will switch to “exact change” and/or
“credit card only” mode.
36.5. If the coin vault is full the pay station screen will display a message that coins are not being
accepted.
36.6. A customer unique key shall be required to remove the coin container from the pay station, and a
separate, customer unique key shall be required to open the coin container or similar method.
36.7. Maintenance Personnel without keys shall not be able to remove or open the coin container.
36.8. Coin Vault shall have a handle and be equipped with self-locking mechanism.
36.9. The unit shall have ability to be sealed with external seal.
36.10. The unit shall include a visible reset indicator to show readiness for reuse.
36.11. The unit will provide a collection transaction report via wireless two-way and retain audit
information.
36.12. The unit shall hold a minimum of $400 in quarters.
37.0 CREDIT CARD READER AND OPERATION
37.1. The credit card reader shall be accessed by the system using a card swipe.
37.2. The reader shall be modular and easily unplugged and removed with basic tools for easy
servicing.
37.3. The reader shall process contactless credit cards for Visa, MasterCard and Discover. The EMV
reader at a pay station shall not have an integrated 10-key PIN pad, but shall ensure easy
integration with a PIN pad in the future, if required.
37.4. The reader shall be equipped with Secure Access Memory (SAM).
Services Agreement - Work Order Type
8409 Parking Technology
Page 62 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
37.5. The reader shall include a “MAXIMUM” button for card purchase that allows customer to
purchase full time limit (meter duration) with one button push.
37.6. Maximum button, card increment button, and coin purchase shall be programmed to prevent
customer payment for parking time outside of hours of operation including customer overpayment
near the end of hours of operation.
37.7. Unit shall have ability to accept and execute programming for holiday and event shutdowns.
37.8. When card reader or coin slot is disabled, it is desirable for unit to display customer message
“Use Coins Only” or “Use Card Only”.
37.9. The Contractor shall confirm or cancel credit card transactions.
38.0 REVENUE AUDIT CAPABILITIES
38.1. Third party processor shall record and store all critical financial data.
38.2. Unit shall transfer financial data to remote data management software.
38.3. Unit shall be accurate to within 99.5% of actual deposit (both coin and credit).
38.4. Unit shall reset to zero (0) after each collection of financial data.
38.5. Resetting the meter or loss of power shall not affect audit figures held in memory by the pay
station.
38.6. Revenue shall be sorted by denomination of coin and/or type of credit card along with totals.
38.7. Auditing software shall be provided in bid so that actual count can be compared to audit amount
values.
38.8. Full reporting software shall be included.
39.0 BATTERY POWERED UNITS
39.1. Shall include commercially available battery.
39.2. A voltage check system shall be integrated into the pay station cabinet and the voltage of the
battery shall provide an alarm in the central management software.
39.3. The battery storage area shall allow the battery to be removed and replaced in less than sixty (60)
seconds for servicing.
39.4. Shall include a solar panel for recharge of internal battery.
39.5. Backup batteries shall be replaceable, locking the battery in place without the use of soldering
tools.
Services Agreement - Work Order Type
8409 Parking Technology
Page 63 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
39.6. Designed specifically to meet unit power requirements.
39.7. Shall be built into and fully integrated with pay station.
39.8. Shall include a separate backup battery to sustain clock, calendar, audit information, and Random
Access Memory in the event of a main backup system failure or during battery replacement.
39.9. If lithium is provided, the Contractor shall include cost reimbursement for disposal.
39.10. Shall have ability to show balanced power supply and demand between the solar panel and
major components, specifying the amps of supply and demand.
40.0 AC POWERED UNITS
40.1. The City is providing AC power to all units within parking structures. The Contractor will be
responsible to provide a certified electrician to power the units and provide any conduit required
to connect cables from structure power to the units.
41.0 SERVICEABILITY
41.1. All circuit boards and internal components are to be environmentally sealed, high water resistant
and operate in conditions of over 120 degrees Fahrenheit. The Contractor shall explain how unit
components are protected from moisture, dust, and other factors that might cause an operational
failure of a component or the unit.
41.2. The following components shall be easily field interchangeable without the use of significant
tools or replacement of additional components:
41.2.1. Circuit boards
41.2.2. LCD display and LCD cover screen
41.2.3. Bank note acceptors
41.2.4. Coin path components (coin discriminators, etc…)
41.2.5. Locks
41.2.6. Keypads
41.2.7. Credit card readers
41.2.8. Modems/Wireless devices
41.2.9. Coin vaults
41.2.10. Paper printers
41.2.11. Batteries
Services Agreement - Work Order Type
8409 Parking Technology
Page 64 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
42.0 DIAGNOSTICS
42.1. Units shall have built in diagnostic software.
42.2. The unit shall be able to report and send warnings for all of the following:
42.2.1. Bank note acceptor jams or malfunction
42.2.2. Coin acceptor jams or malfunction
42.2.3. Bill vault status
42.2.4. Coin vault status
42.2.5. Coin mechanism status
42.2.6. Unit out-of-order
42.2.7. Open door
42.2.8. Paper jams
42.2.9. Paper supply low
42.2.10. Low battery and/or power failure
42.2.11. Unit operational status
42.3. Pay stations shall include at a minimum:
42.3.1. Initial warning alarms.
42.3.1.1. Coin collection - first limit exceeded; no more coins accepted
42.3.2. Paper replacement
42.3.3. Coin payment and card payment operation failure
42.3.4. Initial battery setting has been reached
42.3.5. Battery is experiencing a fault
42.4. Shutdown alarms shall include:
42.4.1. Second battery warning
42.4.2. Second battery fault warning
42.4.3. Out-of-paper supply alarm
42.4.4. No customer receipt detection alarm
42.4.5. Operating/operating system fault
Services Agreement - Work Order Type
8409 Parking Technology
Page 65 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
42.5. Operational Functions
42.5.1. Door open detection
42.5.2. Status/record of all file transfer activities
42.5.3. Live alarm to detect communication status
42.5.4. Service agent number
42.5.5. Notice of various initialization and machine setting routines.
42.6. Local product support. Proposal shall establish local product support to:
42.6.1. Establish pre-delivery unit preparation standards.
42.6.2. Train City staff in a manner sufficient to support the pay station warranty.
42.6.3. Provide troubleshooting assistance and product support when required.
Services Agreement - Work Order Type
8409 Parking Technology
Page 66 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
EXHIBIT C
PRICING
Phase 1 - Pricing
Services Agreement - Work Order Type
8409 Parking Technology
Page 67 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
Phase 2 - Pricing
Services Agreement - Work Order Type
8409 Parking Technology
Page 68 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
Phase 3 - Pricing
Services Agreement - Work Order Type
8409 Parking Technology
Page 69 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
EXHIBIT D
INSURANCE REQUIREMENTS
1. The Service Provider will provide, from insurance companies acceptable to the City, the
insurance coverage designated hereinafter and pay all costs. Before commencing work
under this bid, the Service Provider shall furnish the City with certificates of insurance
showing the type, amount, class of operations covered, effective dates and date of
expiration of policies, and containing substantially the following statement:
“The insurance evidenced by this Certificate will not reduce coverage or limits and
will not be cancelled, except after thirty (30) days written notice has been received
by the City of Fort Collins.”
In case of the breach of any provision of the Insurance Requirements, the City, at its
option, may take out and maintain, at the expense of the Service Provider, such
insurance as the City may deem proper and may deduct the cost of such insurance from
any monies which may be due or become due the Service Provider under this
Agreement. The City, its officers, agents and employees shall be named as additional
insureds on the Service Provider 's general liability and automobile liability insurance
policies for any claims arising out of work performed under this Agreement.
2. Insurance coverages shall be as follows:
A. Workers' Compensation & Employer's Liability. The Service Provider shall
maintain during the life of this Agreement for all of the Service Provider's
employees engaged in work performed under this Agreement:
1. Workers' Compensation insurance with statutory limits as required by
Colorado law.
2. Employer's Liability insurance with limits of $100,000 per accident,
$500,000 disease aggregate, and $100,000 disease each employee.
B. Commercial General & Vehicle Liability. The Service Provider shall maintain
during the life of this Agreement such commercial general liability and automobile
liability insurance as will provide coverage for damage claims of personal injury,
including accidental death, as well as for claims for property damage, which may
arise directly or indirectly from the performance of work under this Agreement.
Coverage for property damage shall be on a "broad form" basis. The amount of
insurance for each coverage, Commercial General and Vehicle, shall not be less
than $1,000,000 combined single limits for bodily injury and property damage.
In the event any work is performed by a subcontractor, the Service Provider shall
be responsible for any liability directly or indirectly arising out of the work
performed under this Agreement by a subcontractor, which liability is not covered
by the subcontractor's insurance.
Services Agreement - Work Order Type
8409 Parking Technology
Page 70 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
new insurance
EXHIBIT E
CONFIDENTIALITY
IN CONNECTION WITH SERVICES provided to the City of Fort Collins (the City) pursuant to
this Agreement (the “Agreement”), the Service Provider hereby acknowledges that it has been
informed that the City has established policies and procedures with regard to the handling of
confidential information and other sensitive materials.
In consideration of access to certain information, data and material (hereinafter individually and
collectively, regardless of nature, referred to as “information”) that are the property of and/or
relate to the City or its employees, customers or suppliers, which access is related to the
performance of services that the Service Provider has agreed to perform, the Service Provider
hereby acknowledges and agrees as follows:
That information that has or will come into its possession or knowledge in connection with the
performance of services for the City may be confidential and/or proprietary. The Service
Provider agrees to treat as confidential (a) all information that is owned by the City, or that
relates to the business of the City, or that is used by the City in carrying on business, and (b) all
information that is proprietary to a third party (including but not limited to customers and
suppliers of the City). The Service Provider shall not disclose any such information to any
person not having a legitimate need-to-know for purposes authorized by the City. Further, the
Service Provider shall not use such information to obtain any economic or other benefit for itself,
or any third party, except as specifically authorized by the City.
The foregoing to the contrary notwithstanding, the Service Provider understands that it shall
have no obligation under this Agreement with respect to information and material that (a)
becomes generally known to the public by publication or some means other than a breach of
duty of this Agreement, or (b) is required by law, regulation or court order to be disclosed,
provided that the request for such disclosure is proper and the disclosure does not exceed that
which is required. In the event of any disclosure under (b) above, the Service Provider shall
furnish a copy of this Agreement to anyone to whom it is required to make such disclosure and
shall promptly advise the City in writing of each such disclosure.
In the event that the Service Provider ceases to perform services for the City, or the City so
requests for any reason, the Service Provider shall promptly return to the City any and all
information described hereinabove, including all copies, notes and/or summaries (handwritten or
mechanically produced) thereof, in its possession or control or as to which it otherwise has
access.
The Service Provider understands and agrees that the City’s remedies at law for a breach of the
Service Provider’s obligations under this Confidentiality Agreement may be inadequate and that
the City shall, in the event of any such breach, be entitled to seek equitable relief (including
without limitation preliminary and permanent injunctive relief and specific performance) in
addition to all other remedies provided hereunder or available at law.
Services Agreement - Work Order Type
8409 Parking Technology
Page 71 of 71
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
CERTIFICATE HOLDER
ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved.
AUTHORIZED REPRESENTATIVE
CANCELLATION
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
JECT LOC
PRO-
POLICY
GEN'L AGGREGATE LIMIT APPLIES PER:
CLAIMS-MADE OCCUR
COMMERCIAL GENERAL LIABILITY
GENERAL LIABILITY
PREMISES (Ea occurrence) $
DAMAGE TO RENTED
EACH OCCURRENCE $
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
DED RETENTION $
CLAIMS-MADE
OCCUR
$
AGGREGATE $
UMBRELLA LIAB EACH OCCURRENCE $
EXCESS LIAB
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
INSR
LTR TYPE OF INSURANCE POLICY NUMBER
POLICY EFF
(MM/DD/YYYY)
POLICY EXP
(MM/DD/YYYY) LIMITS
WC STATU-
TORY LIMITS
OTH-
ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
$
$
$
ANY PROPRIETOR/PARTNER/EXECUTIVE
If yes, describe under
DESCRIPTION OF OPERATIONS below
(Mandatory in NH)
OFFICER/MEMBER EXCLUDED?
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
HIRED AUTOS
NON-OWNED
AUTOS AUTOS
AUTOS
COMBINED SINGLE LIMIT
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
COMMENTS/REMARKS
OFREMARK COPYRIGHT 2000, AMS SERVICES INC.
C) UMBRELLA LIABILITY:
CARRIER: FEDERAL INSURANCE COMPANY
POLICY NO.: 79863543
TERM: 7-31-2016 to 7-31-2017
LIMITS: $50,000,000
E) EXCESS LIABILITY:
CARRIER: AMERICAN GUARANTEE AND LIABILITY INSURANCE
POLICY NO.: AEC011173102
TERM: 7-31-2016 to 7-31-2017
LIMITS: $25,000,000 EXCESS OF $50,000,000
F) EXCESS LIABILITY:
CARRIER: THE OHIO CASUALTY COMPANY
POLICY NO.: ECO1757418875
TERM: 7-31-2016 to 7-31-2017
LIMITS: $25,000,000 EXCESS OF $75,000,000
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
CERTIFICATE HOLDER
ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved.
AUTHORIZED REPRESENTATIVE
CANCELLATION
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
JECT LOC
PRO-
POLICY
GEN'L AGGREGATE LIMIT APPLIES PER:
CLAIMS-MADE OCCUR
COMMERCIAL GENERAL LIABILITY
GENERAL LIABILITY
PREMISES (Ea occurrence) $
DAMAGE TO RENTED
EACH OCCURRENCE $
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
DED RETENTION $
CLAIMS-MADE
OCCUR
$
AGGREGATE $
UMBRELLA LIAB EACH OCCURRENCE $
EXCESS LIAB
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
INSR
LTR TYPE OF INSURANCE POLICY NUMBER
POLICY EFF
(MM/DD/YYYY)
POLICY EXP
(MM/DD/YYYY) LIMITS
WC STATU-
TORY LIMITS
OTH-
ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
$
$
$
ANY PROPRIETOR/PARTNER/EXECUTIVE
If yes, describe under
DESCRIPTION OF OPERATIONS below
(Mandatory in NH)
OFFICER/MEMBER EXCLUDED?
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
HIRED AUTOS
NON-OWNED
AUTOS AUTOS
AUTOS
COMBINED SINGLE LIMIT
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
COMMENTS/REMARKS
OFREMARK COPYRIGHT 2000, AMS SERVICES INC.
C) UMBRELLA LIABILITY:
CARRIER: FEDERAL INSURANCE COMPANY
POLICY NO.: 79863543
TERM: 7-31-2016 to 7-31-2017
LIMITS: $50,000,000
E) EXCESS LIABILITY:
CARRIER: AMERICAN GUARANTEE AND LIABILITY INSURANCE
POLICY NO.: AEC011173102
TERM: 7-31-2016 to 7-31-2017
LIMITS: $25,000,000 EXCESS OF $50,000,000
F) EXCESS LIABILITY:
CARRIER: THE OHIO CASUALTY COMPANY
POLICY NO.: ECO1757418875
TERM: 7-31-2016 to 7-31-2017
LIMITS: $25,000,000 EXCESS OF $75,000,000
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
CERTIFICATE HOLDER
ACORD 25 (2010/05) © 1988-2010 ACORD CORPORATION. All rights reserved.
AUTHORIZED REPRESENTATIVE
CANCELLATION
CERTIFICATE OF LIABILITY INSURANCE DATE (MM/DD/YYYY)
JECT LOC
PRO-
POLICY
GEN'L AGGREGATE LIMIT APPLIES PER:
CLAIMS-MADE OCCUR
COMMERCIAL GENERAL LIABILITY
GENERAL LIABILITY
PREMISES (Ea occurrence) $
DAMAGE TO RENTED
EACH OCCURRENCE $
MED EXP (Any one person) $
PERSONAL & ADV INJURY $
GENERAL AGGREGATE $
PRODUCTS - COMP/OP AGG $
DED RETENTION $
CLAIMS-MADE
OCCUR
$
AGGREGATE $
UMBRELLA LIAB EACH OCCURRENCE $
EXCESS LIAB
DESCRIPTION OF OPERATIONS / LOCATIONS / VEHICLES (Attach ACORD 101, Additional Remarks Schedule, if more space is required)
INSR
LTR TYPE OF INSURANCE POLICY NUMBER
POLICY EFF
(MM/DD/YYYY)
POLICY EXP
(MM/DD/YYYY) LIMITS
WC STATU-
TORY LIMITS
OTH-
ER
E.L. EACH ACCIDENT
E.L. DISEASE - EA EMPLOYEE
E.L. DISEASE - POLICY LIMIT
$
$
$
ANY PROPRIETOR/PARTNER/EXECUTIVE
If yes, describe under
DESCRIPTION OF OPERATIONS below
(Mandatory in NH)
OFFICER/MEMBER EXCLUDED?
WORKERS COMPENSATION
AND EMPLOYERS' LIABILITY Y / N
AUTOMOBILE LIABILITY
ANY AUTO
ALL OWNED SCHEDULED
HIRED AUTOS
NON-OWNED
AUTOS AUTOS
AUTOS
COMBINED SINGLE LIMIT
BODILY INJURY (Per person)
BODILY INJURY (Per accident)
COMMENTS/REMARKS
OFREMARK COPYRIGHT 2000, AMS SERVICES INC.
C) UMBRELLA LIABILITY:
CARRIER: FEDERAL INSURANCE COMPANY
POLICY NO.: 79863543
TERM: 7-31-2016 to 7-31-2017
LIMITS: $50,000,000
E) EXCESS LIABILITY:
CARRIER: AMERICAN GUARANTEE AND LIABILITY INSURANCE
POLICY NO.: AEC011173102
TERM: 7-31-2016 to 7-31-2017
LIMITS: $25,000,000 EXCESS OF $50,000,000
F) EXCESS LIABILITY:
CARRIER: THE OHIO CASUALTY COMPANY
POLICY NO.: ECO1757418875
TERM: 7-31-2016 to 7-31-2017
LIMITS: $25,000,000 EXCESS OF $75,000,000
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
PROPERTY DAMAGE $
$
$
$
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
ADDL
WVD
SUBR
N / A
$
$
(Ea accident)
(Per accident)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
The ACORD name and logo are registered marks of ACORD
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
INSURED
PHONE
(A/C, No, Ext):
PRODUCER
ADDRESS:
E-MAIL
FAX
(A/C, No):
CONTACT
NAME:
NAIC #
INSURER A :
INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
INSURER(S) AFFORDING COVERAGE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
INS025 (201005).01
7/7/2017
Amity Insurance Agency, Inc.
500 Victory Rd.
Marina Bay
North Quincy MA 02171
Frank Griffin
(617)471-1220 (617)479-5147
fgriffin@amityins.com
Laz Parking Midwest, LLC
1200 17th Street
Denver CO 80202
Lexington Insurance Company
Liberty Mutual Fire Insurance
Federal Insurance Company
Liberty Insurance Corporation
American Guarantee & Liability
The Ohio Casualty Company
16-17
A
X
X
X
013135971 7/31/2016 7/31/2017
1,000,000
1,000,000
EXCLUDED
1,000,000
2,000,000
2,000,000
B X
X X
AS2611260451016 7/31/2016 7/31/2017
1,000,000
X
X
X SEE ATTACHED
LIST OF EXCESS POLICIES 7/31/2016 7/31/2017
100,000,000
100,000,000
D
N WA761D260451026 7/31/2016 7/31/2017
x
1,000,000
1,000,000
1,000,000
A GARAGEKEEPERS LIABILITY 013135971 7/31/2016 7/31/2017 $1,000,000 LIMIT
C CRIME/EMPLOYEE DISHONESTY 82224802 7/31/2016 7/31/2017 $1,000,000 LIMIT
30 days' notice of cancelation provided, 10 days for non-payment of premium. If agreed upon in a written
contract or agreement, the City of Fort Collins, its officers, agents and employees are included as
additional insureds for automobile liabilty and general liability per CGL Form #LX9466, but only with
respect to the operations of the named insured.
Re: 260109 - The City of Fort Collins
Frank Griffin/FG
The City of Fort Collins
Attn: Purchasing Department
P.O. Box 580
Fort Collins, CO 80522
x
x
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
PROPERTY DAMAGE $
$
$
$
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
ADDL
WVD
SUBR
N / A
$
$
(Ea accident)
(Per accident)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
The ACORD name and logo are registered marks of ACORD
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
INSURED
PHONE
(A/C, No, Ext):
PRODUCER
ADDRESS:
E-MAIL
FAX
(A/C, No):
CONTACT
NAME:
NAIC #
INSURER A :
INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
INSURER(S) AFFORDING COVERAGE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
INS025 (201005).01
7/7/2017
Amity Insurance Agency, Inc.
500 Victory Rd.
Marina Bay
North Quincy MA 02171
Frank Griffin
(617)471-1220 (617)479-5147
fgriffin@amityins.com
Laz Parking Midwest, LLC
1200 17th Street
Denver CO 80202
Lexington Insurance Company
Liberty Mutual Fire Insurance
Federal Insurance Company
Liberty Insurance Corporation
American Guarantee & Liability
The Ohio Casualty Company
16-17
A
X
X
X
013135971 7/31/2016 7/31/2017
1,000,000
1,000,000
EXCLUDED
1,000,000
2,000,000
2,000,000
B X
X X
AS2611260451016 7/31/2016 7/31/2017
1,000,000
X
X
X SEE ATTACHED
LIST OF EXCESS POLICIES 7/31/2016 7/31/2017
100,000,000
100,000,000
D
N WA761D260451026 7/31/2016 7/31/2017
x
1,000,000
1,000,000
1,000,000
A GARAGEKEEPERS LIABILITY 013135971 7/31/2016 7/31/2017 $1,000,000 LIMIT
C CRIME/EMPLOYEE DISHONESTY 82224802 7/31/2016 7/31/2017 $1,000,000 LIMIT
30 days' notice of cancelation provided, 10 days for non-payment of premium. If agreed upon in a written
contract or agreement, the City of Fort Worth is included as an additional insured for general liability
per CGL Form #LX9466, but only with respect to the operations of the named insured.
Re: 260109 - The City of Fort Collins
Frank Griffin/FG
The City of Fort Worth
Attn: Craig Dubin
P.O. Box 580
Fort Collins, CO 80522
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469
PROPERTY DAMAGE $
$
$
$
THIS IS TO CERTIFY THAT THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD
INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS
CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,
EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS.
INSR
ADDL
WVD
SUBR
N / A
$
$
(Ea accident)
(Per accident)
THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS
CERTIFICATE DOES NOT AFFIRMATIVELY OR NEGATIVELY AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES
BELOW. THIS CERTIFICATE OF INSURANCE DOES NOT CONSTITUTE A CONTRACT BETWEEN THE ISSUING INSURER(S), AUTHORIZED
REPRESENTATIVE OR PRODUCER, AND THE CERTIFICATE HOLDER.
IMPORTANT: If the certificate holder is an ADDITIONAL INSURED, the policy(ies) must be endorsed. If SUBROGATION IS WAIVED, subject to
the terms and conditions of the policy, certain policies may require an endorsement. A statement on this certificate does not confer rights to the
certificate holder in lieu of such endorsement(s).
The ACORD name and logo are registered marks of ACORD
COVERAGES CERTIFICATE NUMBER: REVISION NUMBER:
INSURED
PHONE
(A/C, No, Ext):
PRODUCER
ADDRESS:
E-MAIL
FAX
(A/C, No):
CONTACT
NAME:
NAIC #
INSURER A :
INSURER B :
INSURER C :
INSURER D :
INSURER E :
INSURER F :
INSURER(S) AFFORDING COVERAGE
SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORE
THE EXPIRATION DATE THEREOF, NOTICE WILL BE DELIVERED IN
ACCORDANCE WITH THE POLICY PROVISIONS.
INS025 (201005).01
7/7/2017
Amity Insurance Agency, Inc.
500 Victory Rd.
Marina Bay
North Quincy MA 02171
Frank Griffin
(617)471-1220 (617)479-5147
fgriffin@amityins.com
Laz Parking Midwest, LLC
1200 17th Street
Denver CO 80202
Lexington Insurance Company
Liberty Mutual Fire Insurance
Federal Insurance Company
Liberty Insurance Corporation
American Guarantee & Liability
The Ohio Casualty Company
16-17
A
X
X
X
013135971 7/31/2016 7/31/2017
1,000,000
1,000,000
EXCLUDED
1,000,000
2,000,000
2,000,000
B X
X X
AS2611260451016 7/31/2016 7/31/2017
1,000,000
X
X
X SEE ATTACHED
LIST OF EXCESS POLICIES 7/31/2016 7/31/2017
100,000,000
100,000,000
D
N WA761D260451026 7/31/2016 7/31/2017
x
1,000,000
1,000,000
1,000,000
A GARAGEKEEPERS LIABILITY 013135971 7/31/2016 7/31/2017 $1,000,000 LIMIT
C CRIME/EMPLOYEE DISHONESTY 82224802 7/31/2016 7/31/2017 $1,000,000 LIMIT
30 days' notice of cancelation provided, 10 days for non-payment of premium. If agreed upon in a written
contract or agreement, the City of Fort Worth is included as an additional insured for general liability
per CGL Form #LX9466, but only with respect to the operations of the named insured.
Re: 260109 - The City of Fort Collins
Frank Griffin/FG
The City of Fort Worth
Attn: Craig Dubin
P.O. Box 580
Fort Collins, CO 80522
DocuSign Envelope ID: 40BC47E1-5125-4EB7-AF5C-3C1F9985F469