Loading...
Smart Parking & Mobility Management Plan: Parking Access Revenue Control System Request to Distribute RFP and Create an RFP Review Committee - CIP 360-2936City of Dubuque City Council Meeting Action Items # 04. Copyrighted February 19, 2024 ITEM TITLE: Smart Parking & Mobility Management Plan: Parking Access Revenue Control System Request to Distribute RFP and Create an RFP Review Committee - CI P 360-2936 SUMMARY: City Manager recommending City Council approval to distribute a Request for Proposals (RFP) for services related to installation of a Parking Access Revenue Controls System (PARCS) at six parking ramps and the Port of Dubuque Parking Lot adjacent to the former McGraw-Hill building. SUGGESTED Suggested Disposition: Receive and File; Approve DISPOSITION: ATTACHMENTS: Description Type MVM Memo City Manager Memo Staff Memo Staff Memo Move Dubuque Supporting Documentation Work Session Supporting Documentation PARCS RFP Supporting Documentation THE CITY OF Dubuque DUB TEE1. All -America City Masterpiece on the Mississippi � pp zoo�•*o 13 zoi720zoi9 TO: The Honorable Mayor and City Council Members FROM: Michael C. Van Milligen, City Manager SUBJECT: Smart Parking & Mobility Management Plan: Parking Access Revenue Control System Request to Distribute RFP and Create an RFP Review Committee C I P 360-2936 DATE: February 15, 2024 Director of Transportation Services Ryan Knuckey and Project Manager Steve Sampson Brown are recommending City Council approval to distribute a Request for Proposals (RFP) for services related to installation of a Parking Access Revenue Controls System (PARCS) at six parking ramps and the Port of Dubuque Parking Lot adjacent to the former McGraw-Hill building. PARCS equipment is more commonly known as "gate equipment". Selecting a PARCS equipment vendor is the next needed step working towards modernizing the city's parking system. I concur with the recommendation and respectfully request Mayor and City Council approval. Mic ael C. Van Milligen MCVM-sv Attachment CC' Crenna Brumwell, City Attorney Cori Burbach, Assistant City Manager Ryan Knuckey, Director of Transportation Services Steve Sampson Brown, Project Manager Gus Psihoyos, City Engineer Chris Kohlmann, Chief Information Officer Jill Connors, Economic Development Director Russ Stecklein, Operations Supervisor — Parking Division Anderson Sainci, Director of the Office of Shared Prosperity Justine Hull, Traffic Engineer THE CITYF DUijB- El Masterpiece on the Mississippi TO: Michael C. Van Milligen - City Manager FROM: Ryan Knuckey - Director of Transportation Services Steve Sampson Brown - Project Manager Dubuque AII•Anedea M W�­I­ 1IIII®r 2007-2012.2013 2017*2019 SUBJECT: Smart Parking & Mobility Management Plan: Parking Access Revenue Control System Request to Distribute RFP and Create an RFP Review Committee C I P 360-2936 DATE: February 14, 2024 INTRODUCTION The purpose of this memorandum is to request City Council approval to distribute a Request for Proposals (RFP) for services related to installation of a Parking Access Revenue Controls System (PARCS) at six parking ramps and the Port of Dubuque Parking Lot adjacent to the former McGraw-Hill building. PARCS equipment is more commonly known as "gate equipment". Selecting a PARCS equipment vendor is the next needed step working towards modernizing the city's parking system. BACKGROUND Approximately two years ago the City selected Walker Consulting of Minneapolis, MN (Walker) to produce a Smart Parking and Mobility Management Plan along with developing an Implementation Plan for a new smart parking system. Walker was tasked with developing a post -pandemic parking system business strategy to support the parking system's finances that also provides a positive customer experience. Specifically, as part of the plan development Walker was required to provide services for stakeholder engagement, parking & mobility supply/demand analysis/new technology evaluation, parking system financial modeling, and delivering the final Smart Parking and Mobility Management Plan (SPMMP). The Dubuque Main Street, Central Avenue Corridor areas and Historic Millwork District make up a majority of the core downtown central business district in Dubuque. Having convenient, available parking in downtown Dubuque is a concern for many local employers, property developers, and residents. A lack of available parking spaces can lead to employees, customers, tenants, and homeowners walking undesirable distances between open parking spaces and their final destinations. Page 1 of 4 The following guiding principles were developed for the SPMMP project as part of issuing the RFP to hire Walker. The principles include: • Parking is a key ingredient for keeping the downtown economically viable. • Parking needs to be a partnership between the public and private sectors. • Equitable and inclusive mobility solutions are one of the core components of a community's livability because it provides access to living wage jobs, healthcare services, quality education, cultural institutions, and recreation opportunities. • Parking access and any updated policies need to meet the needs of a diverse groups of users. • Parking must be fully integrated with Transit and other forms of transportation system mobility in order to maximize efficiencies and customer experience. • Parking and transportation mobility is not free, and an equitable revenue fee structure needs to be established. • Parking and mobility solutions need to utilize the most up to date technology and must be simple to use and manage across all platforms. • To the maximum extent feasible, parking, and subsequent modes of travel to final points of destination must feel "safe" for customers. • A business strategy that works in a post -pandemic environment needs to be developed. To date Walker has completed developing approximately 85% of the SPMMP and most recently provided an update during a city council work session on September 11, 2023. During the work session Walker outlined the results of public engagement feedback, their assessment of the parking system, and recommended next steps towards finalizing both smart parking plan and the implementation plan. With support from Public Information Office staff, a "MOVEDBQ" website was created to share information related to all aspects of the SPMMP project and to keep interested parties informed of progress being made. The recommended outcomes based off of the stakeholder engagement activities and online survey have been summarized in the attached document. The MOVEDBQ website is: https://www.cityofdubugue.org/movedbg After the September 11, 2023 work session meeting, in collaboration with city staff, it was agreed to merge the smart parking system plan report and the implementation plan into a single document in order to provide better clarity and improve the ease of understanding, and to also expedite the installation of new modernized gate equipment. DISCUSSION City staff is recommending moving forward now with this PARCS equipment RFP because of the approximate 10-month lead time that it will that will order and procure gate equipment. The RFP is structured so that both gated and gateless PARCS equipment system vendors may provide proposals as long as their equipment meets the minimum smart parking functional requirements of the RFP. An early start on equipment procurement will not impact or limit in any way the final system design nor constrain any recommended operational policies & procedures that will be fully detailed in the final Smart Parking Management and Implementation Plan report. In addition, Page 2 of 4 issuing this RFP now will not limit in any way the parking system functionality that was describe during the September 11, 2023 work session. The final Smart Parking Management and Implementation Plan report is on schedule to be submitted to the city council for review and approval in May or June of this year. Specifically, the Parking Access Revenue Control System RFP contains extensive construction drawings, technical specifications, and city contracting requirements that request proposals from qualified vendor(s) to provide integrated and automated PARCS equipment consistent across six city parking ramps. The end solution(s) must fully integrate with third party mobile parking payment applications. The six downtown parking ramps where the PARCS equipment will be installed are: • Central Avenue Ramp (515 spaces): 975 Central Avenue •. Five Flags Ramp (333 spaces): 100 West 4th Street •. Intermodal Ramp (317 spaces): 351 East 9th Street •. Iowa Ramp (622 spaces): 701 Iowa Street •. Locust Street Ramp (444 spaces): 830 Bluff Street • 5th Street Ramp (675 spaces): 501 Iowa Street * Optional pricing will be requested for the Port of Dubuque Parking Lot The selected PARCS vendor must be able to handle a mix of transient and contract parking. PARCS system functionality must be able to accommodate pre -paid reservations and event parking, validations, contract parking (daytime and overnight), and hourly/daily transient parking, with the option for parking grace periods for transient parkers. These functionalities are required to meet the strategic objectives of running a state of best practice parking ramp management system that can provide management of contract and transient parkers, revenue collection, access control, enforcement, which all results in a high performing, customer friendly, data -driven parking system. Currently the gated PARCS equipment in the City's downtown ramps is aging and functionally obsolete, leading to frustrations for customers and city staff as the operator. The city is not currently able to extract data from the current gate systems to understand parking behaviors and trends, which impedes city staff from making data -driven parking management decisions. This RFP intends on completing PARCS system upgrades at all six downtown ramps over the next 10-12 months. This RFP also allows vendors to propose alternative approaches to equipment financing beyond outright capital purchase. Page 3 of 4 The schedule for the RFP distribution and vendor selection is as follows: RFP Release February 7, 2024 Response Due Date March 6, 2024 Proposal Review & Vendor Selection March 7-28, 2024 Recommendation to City Manager April 2, 2024 The recommend review committee for the submitted proposals is as follows: • Ryan Knuckey - Director of Transportation Services • Chris Kohlmann — Chief Information Officer • Jill Connors - Economic Development Director • Russ Stecklein - Operation Supervisor — Parking Division • Anderson Sainci - Director of the Office of Shared Prosperity • Justine Hull - Traffic Engineer • Steve Sampson Brown - Project Manager • Greater Dubuque Development Corp. Representative • Dubuque Main Street Representative • Kevin White — Walker Consulting (non -voting member) • Brian McGann — Walker Consulting (non -voting member) RECOMMENDATION It is recommended that the City distribute the Parking Access Revenue Control System RFP and solicit proposals from qualified vendors to provide the described PARCS equipment installation services. BUDGETIMPACT The estimated capital cost for vendor services associated with the Parking Access Revenue Control System Project is estimated to be between $1,100,000 - $1,400,000. This work will be funded from the Smart Parking System CIP (#360-2936) which has a current total available budget of $1,250,000. City staff has submitted a request for additional funding as part of the FY25 city budget process. ACTION STEP I respectfully request authorization to release the RFP for vendor services for the Parking Access Revenue Control System Project. SSB/ssb CC' Jenny Larson — Chief Financial Officer Gus Psihoyos - City Engineer Chris Kohlmann — Chief Information Officer Jill Connors - Economic Development Director Russ Stecklein - Operations Supervisor — Parking Division Anderson Sainci - Director of the Office of Shared Prosperity Justine Hull - Traffic Engineer Steve Sampson Brown - Project Manager Page 4of4 1 D6Q _ RIDE • PARK • WALK ROLL A LONG-TERM The Move DBQ plan will provide a long-term roadmap for how the City of Dubuque can ROADMAP implement and invest in new technologies and systems to improve parking access, efficiency, and overall user experience. Phase 1 Phase 2 Pha e 3 SCHEDULE & Online and in -person stakeholder engagement throughout all phases PHASES PHASE 1 RESULTS: CURRENT CONDITIONS ASSESSMENT & DISCOVERY 4 V Phase 1 included stakeholder engagement, a public survey, and a review of current conditions and operations. From that evaluation, the following V #151, OVER SURVEY STAKEHOLDEk themes and key takeaways have been identified. These will be explored and developed as the project progresses toward recommendations and RESPONSES MEETINGS implementation in the Summer 2023. PARKING SUPPLY & AVAILABILITY NEARLY 4,000 RAMP SPACES downtown, including the Port of Dubuque OVER 1,600 LOT SPACES downtown, many reserved permit spaces Most respondents acknowledge that there are usually always spaces available. Some acknowledge that they may not be in a convenient location, but they can be found with relative ease. PEAK UTILIZATION RATES DATA COLLECTION: SEPT. - DEC. 2022 Utilization is the percentage of parking spaces occupied by parked cars. Peak P< is the point of highest demand. Overall, approximately Overall, approximately 1 /4of downtown SURFACE LOT of downtown 1 3 PARKING RAMP spaces were utilized spaces were utilized at peak. at peak. Parking operations should be improved to boost economic development and downtown vibrancy. Numerous respondents report observing open spaces throughout the day and believe that technology should be used to increase access and oversell ramps. www.cityofdubuque.org/movedbq TECHNOLOGY Et PARKING PREFERENCES Current parking technology inhibits the City from managing off-street and on -street facilities in a more efficient manner in accordance with best practices. Current parking technology is functionally obsolete, leading to frequent customer service and maintenance issues. Most respondents report concerns with how the existing parking ramp technology functions and the challenges they've experienced using it. hMost respondentsprefer to walk from their parking facility to their place of employment COMFORT Fx SAFETY Survey respondents expressed safety as the most important item when thinking about parking downtown. The ability to move around downtown safely and comfortably on foot or bicycle is inhibited by a lack of dedicated and connected facilities. Stakeholders desire improved on -street and off-street parking technology for all types of users, with a focus on parking availability information. Most respondents believe there should be multiple ways to pay for parking. The most highly desired payment feature in a parking ramp or lot PAY))) downtown is the ability to pay for parking or extend a parking session using a mobile app. z ' 3 Most respondents ranked ease of finding parking as their most desired parking access feature. Several stakeholders expressed the need for enhanced EV charging infrastructure across the city. Respondents coming downtown of respondents would for ENTERTAINMENT consider WALKING 1 - 2 p BLOCKS FURTHER are willing to wall<further 69 �O if parking technology indicated from a parking facility to the location of readily their destination(s) available parking COMMUNICATION Stakeholders expressed the need for improved communication and wayfinding about short-term and long-term parking options, locations, and policies. Stakeholders expressed a need for enhanced branding and identity in the districts of downtown, and improvements to connectivity between districts. ECONOMIC DEVELOPMENT Et QUALITY OF LIFE ASSET MANAGEMENT The low utilization of downtown off-street parking is caused by a combination of relatively lower demand in certain areas, as well as aging equipment and current policies around parking management. ongoing maintenance and improvement expenses need to be incurred in the ramps to keep them in good working order. A convenient and equitable parking and mobility system is central to economic development and quality of life in Downtown Dubuque. An equitable parking rate structure is a concern among stakeholders; affordable and convenient on -street and off-street options need to be a focus moving forward. Diverse and convenient parking options that cater to the diverse groups downtown — small and large business owners, employees, entertainment users, and residents — are critical. Current parking operations are seen as an obstacle to residential growth and densification in Downtown Dubuque. There is an opportunity for the parking and mobility system to continue to be a catalyst of economic development and community vitality in Dubuque. www.cityofdubuque.org/movedbq I *1 7 Isre Smart Parking & Mobility Management Plan Preferred Parking Alternatives September 11, 2023 City Council Work Session Contents 1. Context Review and Project Update Parking Alternatives for Consideration: 2. Equipment Upgrades 3. Branding and Communications 4. Policies and Operations 5. Revenue Outlook 6. Next Steps SMART PARKING & MOBILITY MANAGEMENT PLAN 2 01 I Context Review and Proj ect Update Project Schedule and Process September 2022 Phase 1: Current Conditions Assessment and Discovery Nov 2022 — Jan 2023 • Data collection • Current conditions assessment • Identification of needs, issues, and opportunities • Establish baseline assessment models • Future scenario development, idea generation, evaluation • Engage Advisory Groups • Finalize preferred alternatives and approaches Summer 2023 Late Summer Fall 2023 2023 - Beyond Phase 3: Recommendations and Path Forward • Smart Parking and Mobility Plan Management Plan implementation o Implementation Action Plan Technology/ o Operations, management, equipment programming, infrastructure, upgrades and technology recommendations o Financial model SMART PARKING & MOBILITY MANAGEMENT PLAN 4 Project Guiding Principles • Parking is a key ingredient for keeping the downtown economically viable. • Parking needs to be a partnership between the public and private sectors. • Equitable and inclusive mobility solutions are one of the core components of a community's livability because it provides access to living wage jobs, healthcare services, quality education, cultural institutions, and recreation opportunities. • Parking access and any updated policies need to meet the needs of a diverse group of users. SMART PARKING & MOBILITY MANAGEMENT PLAN 5 Project Guiding Principles • Parking must be fully integrated with Transit and other forms of transportation system mobility in order to maximize efficiencies and customer experience. • Parking and transportation mobility is not free, and an equitable revenue fee structure needs to be established. • Parking and mobility solutions need to utilize the most up-to-date technology. • To the maximum extent feasible, parking, and subsequent models of travel to final points of destination must feel "safe" for customers. • A business strategy that works in a post pandemic environment needs to be developed. SMART PARKING & MOBILITY MANAGEMENT PLAN 6 Project Engagement • Fall/Winter 2022 — 2023: — October Bike Ride — October Night Market — Stakeholder Interviews — Public Survey — Advisory Groups • January 30 City Council meeting to share Phase 1 Key Takeaways • Phase 2 Advisory Group meeting and business follow-up in July and August • September City Council draft preferred alternatives SMART PARKING & MOBILITY MANAGEMENT PLAN 7 Phase 1 Key Findings 1. Downtown Parking Footprint Right -size parking inventory where possible 2. On -Street Parking iodgepodge of rates and time limits 3. Off -Street Parking Opportunity for leveraging policy and technology greater utilization and efficiency SMART PARKING & MOBILITY MANAGEMENT PLAN 8 Phase 1 Key Findings, continued 4. Technology: — Operator and customer frustrations, lost revenue 5. Data -Driven Parking Management echnology precludes City from data -driven management of facilities 6. Parking System Finances: axpayer funded subsidy required; user fees do not cover operating expenses — Ongoing deferred maintenance exists 7. Branding, Wayfinding, Communications Unified brand — Information about options, rules/regulations SMART PARKING & MOBILITY MANAGEMENT PLAN 9 Parking User Types and Use Cases Shorter parking stays ON -STREET PARKING • Short-term parking at businesses (customers, visitors) • Resident permit parking • Passenger and goods pick-up/drop-off / loading/unloading • Mobility and placemaking: parklets, street dining, bicycle and pedestrian facilities, etc. Longer parking stays OFF-STREET PARKING • (Monthly) contract/permit parkers: Reserved and unreserved • Employees and residents • Hourly and daily parking in lots and ramps • Validations • Hotel parking • Event parking/reservations SMART PARKING & MOBILITY MANAGEMENT PLAN 10 Parking Operations Functional Tasks: 1. Payment collection 2. Access control 3. Perm itting/credentialing 4. Communications and education 5. Encouraging compliance and conducting enforcement 6. Data collection and performance management 7. Facility stewardship: maintenance and support P dG� O SMART PARKING & MOBILITY MANAGEMENT PLAN 11 Parking System Transformation Steps in the Journey: 1. On -street and off-street equipment upgrades a) Enforcemen, b) Payment collection c) Access control P d) Permitting v CoJ��G 2. System rebrand, communication/education, and signage improvements 3. Policy and operations changes a) Off-street facility permit policies and rates b) On -street rates, citation amounts, and time limits *Ongoing: Operational data collection, learning, adjustments SMART PARKING & MOBILITY MANAGEMENT PLAN 12 02 1 Equipment Upgrades On -Street Parking Preferred Theory of Operation 13 On -Street Parking: Existing Payment Collection a) Single-space meters (coin only) b) Passport mobile payment (requires app download and account) Enforcement a) Manual enforcement on foot, checking meters and Passport payment record b) Paper ticket issuance Customer -Facing Experience and Information a) None City Operations/Performance Management a) Passport payment data only b) No data from single-space meters to understand revenue/demand patterns c) No enforcement data SMART PARKING & MOBILITY MANAGEMENT PLAN 14 On -Street Parking: Theory of Operation • Remove single space meters • Multi -space meter pay stations: Enter license plate number upon parking - Can extend time up to time limit, with app or pay station - Placed -1 every block face (TBD on design) - Accepts coin and credit card • Retain old meter posts with stickers to direct users to pay stations or mobile app, • Other payment options: Mobile application (requires download) - Text-to-pay/QR-code-to pay (does not require download) SMART PARKING & MOBILITY MANAGEMENT PLAN 1s On -Street Parking: Theory of Operation ml "!w 21 SMART PARKING & MOBILITY MANAGEMENT PLAN 16 On -Street Parking: Theory of Operation Mobile License Plate Recognition (LPR) Q1, SMART PARKING & MOBILITY MANAGEMENT PLAN 17 Managing Resident Parking Permits • Managed in conjunction with on -street and surface lots; Built into RFPs • Customer Permits: — Virtual, license -plate based credential — Guest permits available — Online portal for payment and renewal • Enforcement: Mobile License Plate Recognition (LPR) SMART PARKING & MOBILITY MANAGEMENT PLAN 18 02 1 Equipment Upgrades Off -Street Parking Preferred Theory of Operation 19 Off -Street Parking: Existing Payment Collection a) Lots: Single-space meters, some mobile payment b) Ramps: In -lane equipment only Credential ing/Enforcement a) Lots: Manual enforcement on foot, checking meters and Passport payment record, paper ticket issuance , permit parkers with hang tags and stickers b) Ramps: Gates, permit parkers with hang tags and stickers Customer -Facing Information (e.g., space availability) a) None City Operations/Performance Management a) No information on revenue, occupancy, transient vs. permit holder, etc. 11 SMART PARKING & MOBILITY MANAGEMENT PLAN 20 Surface Lots: Theory of Operation • Same as on -street • Multi -space meter pay stations: C1 Rur license piaie number upon parking — Can extend time up to time limit, with app or pay station — No space numbers or single space meters — Place 1 kiosk per surface parking lot that accepts transient parking - Accepts coin and credit card • Other payment options: Mobile application (requires download) Text-to-pay/QR-code-to pay (does not require download) • License -plate based virtual permits for permitholders (no hang tags) SMART PARKING & MOBILITY MANAGEMENT PLAN 21 Surface Lots: Theory of Operation 1� Source: Flowbird SMART PARKING & MOBILITY MANAGEMENT PLAN 22 It r 1 I _7 s - Sk-ll-Mah FAN a L irr T Parlor Or— . Off -Street Non -Contract Parker Experience and Theory of Operation 1 2 3 METHOD ENTRY EXIT Customer uses advanced reservation feature on mobile app Customer scans QR code on mobile app to exit Customer scans QR code on mobile app to enter Pay in advance Fixed LPR will raise gate if license plate is entered on mobile Fixed LPR will raise gate if license plate is entered on mobile payment app payment app Pay on entry (event mode only) If in event mode, customer pays at the entry station with credit Customer inserts ticket or scans barcode on ticket at exit card and a ticket is dispensed, raising the gate station to exit Customer pulls a ticket at the entry station and then parks Customer inserts ticket or scans barcode on ticket at exit Pay at pay -on -foot station after Customer walks to pay -on -foot station to pay with physical station to exit entering and parking with physical currency or credit card before returning to their vehicle to currency or credit card leave Fixed LPR to raise gate since license plate is associated with ticket issued POF machine dispenses a receipt Customer pulls a ticket at the entry station and then parks Customer inserts ticket or scans barcode on ticket at exit Pay on mobile app after entering station to exit and parking Customer enters parking ramp zone number on the mobile Fixed LPR will raise gate if license plate is entered on mobile app, scans entry ticket barcode, and makes payment payment app Customer inserts ticket or scans barcode on ticket at exit station Pay at exit with credit card Customer pulls a ticket at the entry station and then parks Customer inserts credit card to make payment, dispensing a receipt and raising the gate SMART PARKING & MOBILITY MANAGEMENT PLAN 24 Off -Street Contract Parker Experience and Theory of Operation ENTRY EXIT • Scan physical prox card at entry station Scan physical prox card at exit station • Fixed LPR will raise the entry gate if Fixed LPR will raise the exit gate if license plate is in database license plate is in database SMART PARKING & MOBILITY MANAGEMENT PLAN 25 Ramp Theory of Operation: Gated Parking Access and Revenue Control (PARCS) ENTRY ALI- SMART PARKING & MOBILITY MANAGEMENT PLAN 26 Ramp Theory of Operation: Gated Parking Access and Revenue Control (PARCS) ENTRY ail Wandow Lawson 10 W 61h Street St Paul Mrq 55102 Expiration Date/Time: 5:00 AM 18 Aug 2023 NO IN AND OUT Non -Transferable Purchased At: 8:23 AM 17 Aug 2023 Sean this barcodde�erron EXIT 1��� � ty Gii�ll II na ti FL :S1.1 SMART PARKING & MOBILITY MANAGEMENT PLAN Source: HUB 27 `R ilk - P u NOTICE GARAGE E 11 ® _ LI[ENRECOGSE PLATE RECOGNITION _ TPR) CAMERASTO IMPROVE YOUR PARKING EXPERIENCE - • -91 FOR MORE INFORMATION VISIT l s WWW.ABM.COM/pgRKINGCUSTOMER$ GVEYER 5TE75 Ramp Theory of Operation: Gated Parking Access and Revenue Control (PARCS) ENTRY SMART PARKING & MOBILITY MANAGEMENT PLAN 29 Ramp Theory of Operation: Gated Parking Access and Revenue Control (PARCS) PAYMENT (HOURLY/DAILY/NON-CONTRACT PARKERS) Source: Park Mobile SMART PARKING & MOBILITY MANAGEMENT PLAN 30 Ramp Theory of Operation: Gated Parking Access and Revenue Control (PARCS) EXIT Source: Jacksonhole.com SMART PARKING & MOBILITY MANAGEMENT PLAN 31 Parking Theory of Operation and Technology ON -STREET PARKING Surface Lots 1. Multi -space meters (take payment) 2. Mobile license plate recognition (LPR) (do enforcement) 3. Virtual permit management system (virtual license plate permits in -lieu of hangtags) 4. Citation management system (system source of truth) OFF-STREET PARKING MOBILE PAYMENT APP (same across entire system) Ramps Gated Parking Access and Revenue Control System (PARCS) with Fixed LPR SMART PARKING & MOBILITY MANAGEMENT PLAN 32 Parallel Process: Parking Equipment Upgrades • Upgraded on -street and off-street parking equipment design and procurement Summer 2023 — SDrina/Summer 2024 1. Schematic Design 2. Construction Documents 3. Develop Request for Proposal(s) (RFPs) 4. Construction Contract Administration 5. Acceptance Testing *Walker Consultants is strictly vendor neutral. ➢ Phase 1 equipment go -live planned for second half of 2024 October 2 City Council Meeting SMART PARKING & MOBILITY MANAGEMENT PLAN 33 03 1 Branding and Communications 34 35 Parking System Branding ParkDBQ MINESWEEPERS I P It's Your Move fftjCitationS & Tickou f.M Monthly Parking Q Meter Hooding ... . ......... PAV CITATION ONLINE (D LOGIN (D -P-ATIDNS (D Meter Hours Pay by APP Special Permits P.rk­1----d — omaM1azmanpM1oneappto9ay for pply lnr stmet obsnun en 0aratle^bloN'p,, ---------- Park Omaha L City of Onn.h. Parking & Mobility In partnership with Automotus ADL ------- 41 SMART PARKING & MOBILITY MANAGEMENT PLAN 35 36 Branding, Communications, and Wayfinding Brand Identity and Communications • Uniformity in the parking brand and logo • Recognizable visual theme to be used across all mediums (i.e., website communications, parking signs and forms etc.). • Increase visibility of current public parking information online with parking branding and interactive online parking map. Consistent and uniform theme with colors, branding and design (A: Park Omaha website B.- Park Omaha related documents C. parking facility signage with "P" and same color scheme) SMART PARKING & MOBILITY MANAGEMENT PLAN It's Your Move Park Omaha City of Omaha Parking & Mobility Validation Account Agreement *Re -brand as first step before roll -out of new equipment/technology; This should come before signage and wayfinding upgrade. 36 37 Branding, Communications, and Wayfinding PUBLEC PARKING LOT 12 SMART PARKING & MOBILITY MANAGEMENT PLAN 37 38 Branding, Communications, and Wayfinding Parking Garage Signage and Wayfinding �IlXi� �p . 1 `� EXIFIXFAL ■■■■■■ ■■■ u■ Ono ui ��i son i�� ■ ■u ■■■ ■■■ G"N £T..i.YN PURLIC PARRING Owl owiwyeld To Pedestnans SMART PARKING & MOBILITY MANAGEMENT PLAN 38 39 Garage Color, Lighting, Wayfinding I <t> Crosswalk SMART PARKING & MOBILITY MANAGEMENT PLAN 39 04 Policies and Operations On -Street Parking Options 40 On -Street Parking Unmetered parking About 1,800 on -street metered parking spaces - 44% are 2-hour spaces 30% are 10-hour spaces • 8 Residential permit districts SMART PARKING & MOBILITY MANAGEMENT PLAN p a .!�o' .. S Z qm mmZ na e Parking Meter Time Limit HP�OF 20 minute 40 minute .fps 1 hour 2 hour 4 hour 10 hour 4 b 1i-� ,SSN 9go q Am ym 1SN VFW. * a� to odal Ramp Ramp 9t J/J/ Street Ramp r't• � n "5t S reet yRaamp .��t'''�� �• 4 of_Drbque Ramp - %e4) e �• i F Flags W ti •.. V � 42 On -Street Parking: Preferred Option • Time Limits and Rates — Meter time limits and initial rates: 1. Free 10-minute pick-up/drop-off spaces, strategically placed 2. 3-hour spaces: $1.00/hour 3. 10-hour spaces: $0.50/hour GOAL: Encourage those parking in the core of downtown longer than -3 hours to park in off-street surface lots and ramps. Meter Time Limit 20-Minute Current Hourly Rate $0.75 Proposed Hourly Rate Eliminate 40-Minute $0.75 Eliminate 1-Hour Meter $0.75 Eliminate 2-Hour Meter $0.75 Eliminate 3-Hour Meter N/A $1.00 4-Hour Meter $0.75 Eliminate 10-Hour Meter 1 $0.50 1 $0.50 MIMINUTE PARKING DROP-OFF OR PICK UP ONLY SMART PARKING & MOBILITY MANAGEMENT PLAN 42 On -Street Parking: Preferred Option Citation Fine Amounts ,ncrease cost of meter -related violations to match industry standard of 15-20x the hourly cost of parking. 2. Increase cost of violations related to blocking access or restricting ease of on -street parking by others. 3. Significantly increase cost of violations related to safety and accessibility to reflect seriousness of offenses. GOAL: Encourage and emphasis payment compliance over punitive enforcement through fair market citation amounts, improved payment technology and options, simplified policies, and improved signage and wa yfinding. Citation L .- Meter Violation Curren Fine/Fe Amouni $10.00 Proposed Fine/Fee Amount $15.00 Private Lot Restriction $15.00 $20.00 2-Hour Zone $15.00 $20.00 Alternate Side Parking $15.00 $20.00 Alley Parking Restricted $15.00 $20.00 Prohibited Parking $15.00 $30.00 Restricted Parking $15.00 $30.00 Blocking Residence $15.00 $30.00 Parking Wrong Direction $15.00 $50.00 Not Within Metered Space $15.00 $30.00 Street Storage $15.00 $20.00 Fire Hydrant $50.00 $50.00 Bus Stop/Passenger Zone $15.00 $50.00 Disabled Parking $200.00 $200.00 Snow Route 1 $30.00 1 $50.00 SMART PARKING & MOBILITY MANAGEMENT PLAN 43 04 Policies and Operations Off -Street Parking Options 44 Off -Street Parking: Facilities • Ramps (blue) and surface parking lots (yellow). 10[h & EIm ILot yyII� � 14 � ','� 1 �� Inter�motlal Ramp: _ /I f re Ramp k yf f 0 n P rl of Rubuque Surface Sth Street Ramp .Lot '041-th & Central�Lot �trq °y 'Port f �uhuque Ramp ' ................ F.rvCe•Fiags Ramp C; ` z or ! Marten & La�1✓i: W C SMART PARKING & MOBILITY MANAGEMENT PLAN ,Loth 19K 2 'L �Le A CLARKS Nf�` 9 `ii, t $al�,Center Munip ical Lot gs��_ ndi'om Houj% w y 4P '• ems, -,t. Cen�,.01&12tht. � 191h d;EIm St La loth S ri.;;,�ot RmP m O / We t A enue Ra pr 9S� �� ltth&61 ffL t.�•1M � � �" ��� ��gN�+ ""u � N sVH' Z' n r ip "m ����u¢ etb eluffL 'ei� si steee<R4acrrrv. �` � '✓♦�<< �.. -.`. �� - 4 lo�a `streettR lh��� UNNHR3RY H �- -� ` Pnrtnfoub q s .race Lot p.. Stn Street Ramp"', �. r O N Q 9 ^ ��_ 8 Main.L�t �gthentral Lol ` `�� Sv �H �N �' � •8;:,3 TA��.?� �....�Port fCubu9ue Ramp Z a F tl I su Id a e�`w 11•• r mn. mn� stn s el u•r �, A1Y'r y,- SSNPgagsr �. �% wok r J MrsA'Stl Lot—` a Q3� � apa i L t &� yy� i t P rtsitle Lot G� S "LYs Reserved Contract (Permit) Parking Reserved permits: a) Exclusive numbered and/or assigned space b) Space sits empty when permit holder is absent c) Very high level of service d) Space is protected by City staff via enforcement e) User is renting public real estate for exclusive use f) City cannot sell or otherwise use these reserved spaces for other uses, thus limiting system efficiency, customers served, and revenue potential g) Should be priced accordingly *Limit to 5 — 10% of facility inventory SMART PARKING & MOBILITY MANAGEMENT PLAN 46 Unreserved Contract (Permit) Parking Unreserved permits/spaces a) Unreservea parKing permits grant access to a facility during eligible hours b) User can park in any standard/unreserved space c) Modern PARCS ensure that parking operators can operate facilities to balance short-term and long-term parkers and ensure that permit parkers will be able to find a space available d) Data provides trends of short-term and permit parker use e) Not all parking permit holders are present at the same time, so City can oversell and serve more customers with the same number of spaces SMART PARKING & MOBILITY MANAGEMENT PLAN 47 Iowa Street Ramp 622 spaces Existing Future Option Transients can park in Transients can park in any Short -Term unreserved spaces unreserved/standard space Parkers $1.00/hr, $10.00 daily max First hour free, $1.00/hr after, $10.00 daily max ............................................................................................................................................. . • 519 reserved spaces —30 reserved spaces Permit $65/$53 per mo. (depending on $130 per mo. reserved; $65 per Parkers covered/location), all 24/7 mo. daytime unreserved reserved Unreserved permit holders can park in any unreserved/standard space SMART PARKING & MOBILITY MANAGEMENT PLAN 48 Locust Street Ramp 444 spaces Existing Future Option • Transients can park in Transients can park in any Short -Term unreserved spaces unreserved/standard space Parkers $1.00/hr, $10.00 daily max First hour free, $1.00/hr after, $10.00 daily max ............................................................................................................................................. . • 387 reserved spaces —20 reserved spaces Permit $70/$65/$53 per mo. (depending $130 per mo. reserved; $65 per Parkers on covered/location), all 24/7 mo. daytime unreserved reserved Unreserved permit holders can park in any unreserved/standard space SMART PARKING & MOBILITY MANAGEMENT PLAN 49 5th Street Ramp 675 spaces Existing Future Option No transients allowed — permit Transients can park in any Short -Term parking only unreserved/standard space Parkers • First hour free, $1.00/hr after, $10.00 daily max ............................................................................................................................................. . • No reserved permit spaces —60 reserved spaces Permit $57 per mo. $75 per mo. reserved; $38 per Parkers mo. daytime unreserved • Unreserved permit holders can park in any unreserved/standard space SMART PARKING & MOBILITY MANAGEMENT PLAN 50 Five Flags Ramp 333 spaces Existing Future Option •Transients can park in Transients can park in any Short -Term unreserved spaces unreserved/standard space Parkers •$1.00/hr, $10.00 daily max First hour free, $1.00/hr after, $10.00 daily max ............................................................................................................................................. . • No reserved permit spaces No reserved spaces Permit $38 per mo. $38 per mo. daytime unreserved • Unreserved permit holders can Parkers park in any unreserved/standard space SMART PARKING & MOBILITY MANAGEMENT PLAN 51 Central Avenue Ramp 515 spaces Existing Future Option •Transients can park in Transients can park in any Short -Term unreserved spaces unreserved/standard space Parkers •$1.00/hr, $10.00 daily max First hour free, $1.00/hr after, $10.00 daily max ............................................................................................................................................. . • No reserved permit spaces No reserved spaces Permit $57 per mo. $57 per mo. daytime unreserved • Unreserved permit holders can Parkers park in any unreserved/standard space SMART PARKING & MOBILITY MANAGEMENT PLAN 52 Intermodal Ramp 317 spaces Existing Future Option •Transients can park in Transients can park in any Short -Term unreserved spaces unreserved/standard space Parkers •$1.00/hr, $10.00 daily max First hour free, $1.00/hr after, $10.00 daily max ............................................................................................................................................. . • No reserved permit spaces No reserved spaces Permit $57 per mo. $65 per mo. daytime unreserved; Parkers $TBD overnight unreserved • Unreserved permit holders can park in any unreserved/standard space SMART PARKING & MOBILITY MANAGEMENT PLAN 53 Iowa Municipal Parking Rate Comparison Des Moines 211,034 $1.75 8 3 $1.00 $10.00 $160.00 $160.00 $135.00 $63.00 $0.75, some with Cedar Rapids 136,429 $1.00 5 8 No daily max $110.00 $110.00 $85.00 $55.00 first hour free Davenport 100,486 All on -street spaces free 3 5 $0.50 $10.00 $105.00 $105.00 $65.00 $40.00 for 2 hours $0.75 with first Sioux City 85,497 $1.00 4 1 $5.25 $75.00 $75.00 $50.00 $50.00 hour free $1.00with first Iowa City 75,233 $1.00 6 5 N/A None None $90.00 $90.00 hour free Ames 66,950 $0.50 0 4 $0.50 in some N/A $50 for reserved $50 for reserved $50 for reserved $50 for reserved surface lots surface lots ace surface lots ace surface lots ace surface lots ace Waterloo 66562 0.50 3 5 0.25 N A 50.00 50.00 40.00 35.00 Dubuque rates shown are proposed rates. SMART PARKING & MOBILITY MANAGEMENT PLAN 54 Ramp Permit Rate Summary Parking Facility Locust Street Ramp Reserved7Pe Permit . $70/$65/$53 Current . N/A . .Transient $1.00 - Maximum $10.00 . $130.00 Future . $65.00 Option .Transient $1.00; 1st Hour Free - . Maximum $10.00 $200.00 . $1.00; 1st Hour Free $10.00 Iowa Street Ramp $65/$53 N/A $1.00 $10.00 $130.00 $65.00 $1.00; 1st Hour Free $10.00 $200.00 $150.00 $1.00; 1st Hour Free $10.00 5th Street Ramp N/A $57.00 N/A N/A $75.00 $38.00 $1.00; 1st Hour Free $10.00 $150.00 $75.00 $1.00; 1st Hour Free $10.00 Five Flags Ramp N/A $38.00 $1.00 $10.00 N/A $38.00 $1.00; 1st Hour Free $10.00 N/A $100.00 $1.00; 1st Hour Free $10.00 Central Avenue Ramp N/A $57.00 $1.00 $10.00 N/A $57.00 $1.00; 1st Hour Free $10.00 N/A $100.00 $1.00; 1st Hour Free $10.00 Intermodal Ramp N/A $57.00 $1.00 $10.00 N/A $65.00 $1.00; 1st Hour Free $10.00 N/A $150.00 $1.00; 1st Hour Free $10.00 Port of Dubuque Ramp Free Free I Free I Free Free Free Free Free Free Free Free Free SMART PARKING & MOBILITY MANAGEMENT PLAN 55 05 I Revenue Outlook 56 Revenue Projection: Current Current Revenue, Fiscal Year 2022 $5,000,000 $4,550,195 $4,500,000 $4,000,000 $3,500,000 $3,000,000 $2,618,636 $2,500,000 $2,000,000 $1,500,000 $1,000,000 $500,000 Operating Revenue Expenses Operating revenue pays for 58% of total operating expenses and debt service. Current rates and policies Parking F =�& Locust Street Ramp Reserved Permit CostPermit $70/$65/$53 Unreserved Cost•Cost MmiiiiiiiiIIIIII11L N/A Transient - Transient - Daily LL.11. $10.00 $1.00 Iowa Street Ramp $65/$53 N/A $1.00 $10.00 5th Street Ramp N/A $57.00 N/A N/A Five Flags Ramp N/A $38.00 $1.00 $10.00 Central Avenue Ramp N/A $57.00 $1.00 $10.00 Intermodal Ramp N/A $57.00 $1.00 $10.00 Port of Dubuque Ramp Free Free Free Free Revenue Summary and Assumptions: 1. Based on 2022 actual figures. 2. Includes transient, permit, and other revenue from on -street, off-street surface lots, and off-street ramps. 3. Does not include TIF and Bond revenue. 4. Expenses include operating expenses and debt service only. 5. Does not include sufficient capital expenses to remedy deferred structural maintenance. SMART PARKING & MOBILITY MANAGEMENT PLAN 57 Revenue Projection at Proposed Rates Projected Revenue at New Proposed Rates $5,000,000 $4,550,195 $4,500,000 $4,000,000 $3,500,000 $3,000,000 $2,820,636 $2,500,000 $2,000,000 $1,500,000 $1,000,000 $500,000 Operating Revenue Expenses Operating revenue pays for 62% of total operating expenses and debt service. *Assumes current permit numbers and clearing of existing permit waitlists. SMART PARKING & MOBILITY MANAGEMENT PLAN Proposed rates and policies Parking Facility Locust Street Ramp Reserved Permit CostPermit $130.00 UnreservedHourly Cost• I $65.00 $1.00; 1st Hour Free Maximum $10.00 Iowa Street Ramp $130.00 $65.00 $1.00; 1st Hour Free $10.00 5th Street Ramp $75.00 $38.00 $1.00; 1st Hour Free $10.00 Five Flags Ramp N/A $38.00 $1.00; 1st Hour Free $10.00 Central Avenue Ramp N/A $57.00 $1.00; 1st Hour Free $10.00 Intermodal Ramp N/A $65.00 $1.00; 1st Hour Free $10.00 Port of Dubuque Ramp Free Free Free Free Revenue Summary and Assumptions 1. Based on 2022 actual figures. 2. Includes transient, permit, and other revenue from on -street, off-street surface lots, and off-street ramps. 3. Assume $125K growth in on -street revenue compared to current based on proposed on -street time limit changes. Does not account for citation revenue, improved payment compliance, or additional enforcement. 4. Does not include TIF and Bond revenue. 5. Expenses include operating expenses and debt service only. 6. Does not include sufficient capital expenses to remedy deferred structural maintenance. 7. Equipment improvements could result in additional transient and on -street meter revenue compared to estimates here. 8. Assume current average transient length of stay in ramps is 4 hours. 58 Revenue Projection at Breakeven Rates Projected Revenue atBreakeven Rates $5,000,000 $4,477,188 $4, 550,195 $4,500,000 $4,000,000 $3,500,000 $3,000,000 $2,500,000 $2,000,000 $1,500,000 $1,000,000 $500,000 Operating Revenue Expenses Operating revenue essentially breakeven with operating expenses and debt service. 'Assumes no loss of demand from significant rate increases. Assumes current permit numbers and clearing of existing permit waitlists. SMART PARKING & MOBILITY MANAGEMENT PLAN Break-even rates and policies Parking FaciliAty Locust Street Ramp Reserved W Permit CostPermit $200.00 Unreserved Cos $150.00 Transient - Hourly Cost $1.00; 1st Hour Free Transient - Maximum $10.00 Iowa Street Ramp $200.00 $150.00 $1.00; 1st Hour Free $10.00 5th Street Ramp $150.00 $75.00 $1.00; 1st Hour Free $10.00 Five Flags Ramp N/A $100.00 $1.00; 1st Hour Free $10.00 Central Avenue Ramp N/A $100.00 $1.00; 1st Hour Free $10.00 Intermodal Ramp N/A $150.00 $1.00; 1st Hour Free $10.00 Port of Dubuque Ramp Free r Free Free Free Revenue Summary and Assumptions 1. Based on 2022 actual figures. 2. Includes transient, permit, and other revenue from on -street, off-street surface lots, and off-street ramps. 3. Assume $125K growth in on -street revenue compared to current based on proposed on -street time limit changes. Does not account for citation revenue, improved payment compliance, or additional enforcement. 4. Does not include TIF and Bond revenue. 5. Expenses include operating expenses and debt service only. 6. Does not include sufficient capital expenses to remedy deferred structural maintenance. 7. Equipment improvements could result in additional transient and on -street meter revenue compared to estimates here. 8. Assume current average transient length of stay in ramps is 4 hours. 59 Other Ways to Increase Revenue Surface Lots a) Consider removing surface lots and moving surface lot parkers into ramps. From 2018 - 2023, City averaged a net operating income of $74,292.01 (revenue - expenses [not including deferred maintenance]) per year from all 18 surface parking lots (peak utilization -25%). This is $46.34 earned per space per year or $0.11 earned per square foot per year of surface lot area (-1,600 spaces and-650,000 sq ft). c) Sell surface parking lots for development, and/or explore public -private partnership and lease options. d) More development, density, and demand downtown. e) Fill surface lots with event parking. f) Event parking rates, advanced reservations, more validations - tap into events, fill off-street facilities (e.g., concerts on Chaplain Schmitt Island). SMART PARKING & MOBILITY MANAGEMENT PLAN 60 Other Ways to Increase Revenue Technology Improvements a) Better technology, better signage, clearer policies and rules 4 easier to pay = increased payment compliance / payment capture, both on -street and off-street (current technology issues are leading to lost revenue). Policies a) Extended on -street enforcement hours. b) More permit types (e.g., overnight permits in Intermodal). 0 SMART PARKING & MOBILITY MANAGEMENT PLAN 61 06 1 Next Steps 62 Next Steps in Parking Transformation 1. Finalize and release technology request for proposals Multi -space meter pay stations — Mobile license plate recognition — Citation management system — Virtual permit management system Gated PARCS 2. Finalize prioritization of equipment upgrades and move forward with technology procurement and upgrades based on prioritization 3. System rebrand, communication/education, and signage improvements 4. Policy and operations changes *Ongoing: Operational data collection, learning, adjustments EXIT SMART PARKING & MOBILITY MANAGEMENT PLAN 63 THANK YOU! QUESTIONS? www.cityofdubuque.org/TheJule I www.cityofdubuque.org/Parking THE CITY OF DU Bl E Masterpiece on the Mississippi Parking Access & Revenue Control System (PARCS) Equipment Procurement Request for Proposal Documents Manual THE IOWA STATEWIDE URBAN DESIGN AND SPECIFICATIONS (SUDAS) 2023 EDITION, SHALL APPLY TO THIS PROJECT. THEY ARE AVAILABLE ONLINE AT: https://www.iowasudas.org/manuals/specifications-manual/ CITY OF DUBUQUE SUPPLEMENTAL SPECIFICATIONS 2023 EDITION, SHALL APPLY TO THIS PROJECT. THEY ARE AVAILABLE ONLINE AT: https://www.citvofdu buaue.org/DocumentCenter/View/55134/2023-SU DAS-City-of-Du buaue-Supplemental-Specifications Dubuque CITY OF DUBUQUE ENGINEERING DEPARTMENT fill-AmericaDUBUQUE, IA fill -America city S U S T A I N A B L E CL DUBUQUE ® adabde 4 dti��ande equatable 2007 • 2012 • 2013 Adopted Date: April 17, 2018 Date Issued: February 20, 2024 [Page Intentionally Left Blank] PROJECT DIRECTORY PAGE SECTION 00101 Parking Access & Revenue Control System (PARCS) Equipment Procurement Project Dubuque, Iowa 101.1 Authorized Parties: The following contacts are the authorizing representatives for each of the parties, if a change is to be made to the Contract the following representatives must be contacted and approve of the change. JURISDICTION/GOVERNMENT ENTITY REPRESENTATIVE City of Dubuque City Hall, 50 West 13t" Street Dubuque, Iowa 52001 Project Contact: Name: Steve Sampson Brown Title: Project Manager Department: Engineering Email: sbrown@cityofdubuque.org Phone: ENGINEER'S REPRESENTATIVE Walker Consultants 7760 France Ave. S., Suite 820 Minneapolis, MN 55435 Project Contact: Name: Brian McGann Title: Consultant BMcGann@WalkerConsultants.com Phone: 612-207-4585 cell CONTRACTOR'S REPRESENTATIVE Contractor Name Contractor Address City, State, Zip Code Project Contact: Name: Name Title: Title Email: Email Phone: Phone 101.2 OTHER CONTACT INFORMATION: City of Dubuque -Transportation Services 950 Elm Street Dubuque, IA 52001 Project Representative: Name: Ryan Knuckey Title: Transportation Services Manager Email: rknuckey@cityofdubuque.org Phone: 563-589-4266 City of Dubuque -Inspection & Construction Services 350 W. 6t" Street Dubuque, IA 52001 Project Representative: Name: Mike Belmont Title: Asst. Director/Building Code Official Email: mbelmont@cityofdubuque.org Phone: 563-589-4150 City of Dubuque -Parking Division 949 Kerper Blvd Dubuque, IA 52001 Project Representative: Name: Russ Stecklein Title: Transportation Supervisor Email: rsteckle@cityofdubuque.org Phone: 563-589-4197 City of Dubuque -Information Services 1300 Main Street Dubuque, IA 52001 Project Representative: Name: Chris Kohlmann Title: Chief Information Officer Email: ckohlman@cityofdubuque.org Phone: 563-589-4280 = END OF SECTION 00101 SECTION 00110 Page 1 of 1 TABLE OF CONTENTS SECTION 00110 DIVISION 0 - PROPOSAL AND CONTRACTING REQUIREMENTS PROJECT TITLE PAGE........................................................... 00100 PROJECT DIRECTORY PAGE ................................................. 00101 TABLE OF CONTENTS............................................................. 00110 PROPOSAL SUMMARY........................................................... 00120 INSTRUCTIONS TO PROPOSERS ............................................ 00200 SUBSTITUTION REQUEST FORM ............................................ 00270 PROPOSAL SUBMITTAL CHECKLIST ........................................ 00300 RFP PROPOSAL FEE FORM .................................................... 00401 CONTRACTOR BACKGROUND INFORMATION — Small Contracts. 00471 VENDOR EQUIPMENT CONTRACT .......................................... 00500 PERFORMANCE AND MAINTENANCE BOND ............................. 00600 INSURANCE PROVISIONS AND REQUIREMENTS ...................... 00700 SALES TAX EXEMPTION CERTIFICATE .................................... 00750 PROJECT SCHEDULE AND AGREED COST OF DELAY .............. 00800 NOTICE TO PROCEED........................................................... 00850 PARCS PRICE PROPOSAL FORM ............................................ 01100 TERMS AND DEFINITIONS..................................................... 01110 APPENDIX A —VENDOR EVALUATION PROCESS ..................... A-1 APPENDIX B — RFP RULES AND PROTEST PROCEDURE.......... A-2 APPENDIX C — CONTRACT TERMS AND CONDITIONS .............. A-3 APPENDIX D — PROJECT RELATED DATA ............................... A-4 PARCS WITH LICENSE PLATE RECOGNITION (LPR)................ 11 1226.01 PARCS EQUIPMENT PROCUREMENT DRAWINGS (8 SHEETS).. G-000/G-152 ==== END OF SECTION 00110 ==== [Page Intentionally Left Blank] SECTION 00120 Page 1 of 3 PROPOSAL SUMMARY SECTION 00120 CITY OF DUBUQUE REQUEST FOR PROPOSAL Parking Access & Revenue Control System (PARCS) Equipment Procurement 120.1 Time and Place for Filing Proposals Proposals for the work comprising this procurement must be filed as stated below: • Submittal Deadline: April 16, 2024 before 2:00 p.m. CST • Submittal Location: Via email to: engineer@cityofdubuque.org Submittal Copies: 1) Proposals: one electronic PDF file shall be provided. 2) Vendor Fees: one electronic PDF file shall be provided. 3) Name all electronic files using the following format: "Company Name"- Dubuque PARCS Equipment.pdf 120.2 Time for Commencement and Completion of Work Work on the Project must be commenced within ten (10) calendar days after a contract has been executed and the Notice to Proceed has been issued and shall be fully completed by November 1, 2024. 120.3 Proposal Documents Copies of the Request for Proposal (RFP) documents may be obtained at the Engineering Department, City Hall — Second Floor, 50 West 13t" Street, Dubuque, Iowa 52001. The Request for Proposal documents will also be available on the City's website at www.cityofdubugue.org/bids.aspx. No deposit is required to obtain copies of the Request for Proposal. 120.4 Sales Tax The Proposer should not include State of Iowa sales tax in its Proposal. A sales tax exemption certificate will be available for all material purchased in Iowa for incorporation into the PARCS Project. SECTION 00120 Page 2 of 3 120.5 RFP Project Scope Summary Parking Access & Revenue Control System (PARCS) Equipment Procurement Project Code: 4683000005 The City of Dubuque is soliciting competitive sealed proposals from qualified vendors to update parking access and revenue control system (PARCS) equipment at all six (6) of its downtown free-standing parking garages ("ramps") and optional pricing for one parking lot. The City is requesting proposals from qualified vendor(s) for an integrated and automated gated PARCS consistent across all six parking ramps. The end solution(s) must fully integrate with third party mobile parking payment applications. The six downtown parking ramps are as follows (listed in alphabetical order): • Central Avenue Ramp (515 spaces): 975 Central Avenue • Five Flags Ramp (333 spaces): 100 West 4th Street • Intermodal Ramp (317 spaces): 351 East 9th Street • Iowa Ramp (622 spaces): 701 Iowa Street • Locust Street Ramp (444 spaces): 830 Bluff Street • 5th Street Ramp (675 spaces): 501 Iowa Street Downtown Dubuque parking ramps handle a mix of transient and contract parking. Current gated PARCS equipment in the City's downtown ramps is aging and functionally obsolete, leading to a host of frustrations for customers and the City as the operator. Furthermore, the City cannot extract data from the current systems to understand parking behaviors and trends, which impedes the City from conducting data -driven parking management of facilities. More information about the downtown parking ramps can be found here: https://www.cityofdubugue.org/593/Parking-Ramp-Details The City desires to complete PARCS upgrades in all six downtown ramps in 2024, and has capital funding allocated to do so. The City wishes to select a single PARCS vendor or vendor team to upgrade PARCS in all six ramps, so that PARCS is consistent across all facilities. The City requests proposals provide itemized costs, categorized by equipment type and by facility. Systems must be able to accommodate pre -paid reservations and event parking, validations, contract parking (daytime and overnight), and hourly/daily transient parking options, with the option for parking grace periods for transient parkers. See detailed specifications enclosed for more information. Beyond what is detailed in this RFP, the City welcomes alternative proposals that can accomplish the strategic objectives of parking ramp management including management of contract parkers, transient parking, revenue collection, access control, payment collection, enforcement, and data -driven parking system management. Additionally, the City welcomes alternative approaches to equipment financing beyond outright capital purchase. SECTION 00120 Page 3 of 3 The content herein represents the minimum components for this project. The proposing entity or entities should describe the means or strategy by which they will satisfy the requested scope of services, or at the proposing entity's or entities' preference, provide an alternative or second additional hybrid strategy that would improve the results of this project. If a hybrid strategy is being recommended by the proposing entity or entities, the proposing entity or entities should detail what processes and methods will be used to make the project better. 120.6 Pre -Proposal Conference Each prospective Proposer is encouraged to attend the Pre -Proposal Conference to be held at 8:30 AM on March 14, 2024, at the Jule Operations & Training Center, 949 Kerper Blvd. in Dubuque, Iowa. Attendance by all prospective Proposers is mandatory. 120.7 Title VI — Non -Discrimination Clause The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all Proposers that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit Proposals in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. 120.8 Request for Proposal Distribution On the following date, February 20, 2024, this Notice was posted at the following locations: 1. The City of Dubuque Website. ___= END OF SECTION 00120 =___ [Page Intentionally Left Blank] Section 00285 Page 1 of 2 INSTRUCTIONS TO PROPOSERS SECTION 00200 200.1 REQUEST FOR PROPOSAL DOCUMENTS Copies of the RFP Documents may be obtained at the Engineering Department, City Hall — Second Floor, 50 West 13th Street, Dubuque, Iowa 52001. The Proposal Documents Manual will also be available on the City's website at www.cityofdubugue.org/bids.aspx. No deposit is required. 200.2 EXAMINATION Proposers must use complete sets of RFP Documents in preparing Quotes. Proposers must examine the RFP Documents and the project locations to obtain first-hand knowledge of existing conditions. Extra compensation will not be given for conditions that can be determined by examining the RFP Documents and the sites. 200.3 QUESTIONS AND INTERPRETATIONS Proposers must submit questions about the RPF Documents to the Engineer's Representative in writing or by email only. Replies will be issued to RFP Document holders of record as Addenda to the RFP Drawings and Specifications and will become part of the RFP Documents. Neither City nor a Proposer may rely on oral clarification. Failure to request clarification will not waive the responsibility of comprehension of the RFP Documents Manual and performance of the work in accordance with the intent of the documents. Signing of the RFP Proposal constitutes an acknowledgement of understanding of the RFP Documents. For questions concerning this Request for Proposals, please submit your requests to the City's designated Engineer Representative. The City has made considerable efforts to ensure an accurate representation of information in this RFP. No answers given in response to questions submitted shall be binding upon this RFP unless released in writing (letter or email) as an officially numbered and titled addendum to the RFP by the City of Dubuque. Any questions concerning this RFP must be received on or before 5:00 p.m. CST on March 28, 2024. Any inquiries received after this date will not be answered. When submitting a question please include the appropriate Vendor contact information. Technical questions relating to the Walker Consultants technical specifications and contract drawings may be submitted directly to the project contact listed in Section 00270. Note: If submitting a question via email, please send a text message to the mobile number listed below to verify the email has been received. From the date of issuance of the RFP until final City action, the Proposer shall not discuss the RFQ with or contact other City of Dubuque staff, Walker Parking members (except for technical questions described above), or any of the RFP Selection Committee members except as expressly authorized by the City's Project Manager identified in this section (Section 00200). Violation of this requirement shall be considered a violation of the RFQ rules and be grounds for disqualification of the Vendor's proposal. SECTION 00200 Page 2 of 2 Project Manager contact information is as follows: Steve Sampson Brown Phone: 563.589.4270 Office Project Manager 563.599.9498 Mobile City of Dubuque email: sbrown@cityofdubuque.org Engineering Department 50 West 13th Street Dubuque, IA 52001 200.4 PRODUCT OPTIONS To obtain approval to use an unspecified product, a Proposer must deliver written requests to the Engineer's Representative at least seven (7) working days before the Proposals are due. Late requests will not be considered. The Proposer must submit requests using the Substitution Request Form in Section 00270. Be sure to clearly describe and indicate the product for which approval is requested and include any data as necessary to demonstrate acceptability of the substitute product. The written request must indicate the section number, page number and line number of the Specification for the product. If the product is acceptable, the Engineer's Representative will approve it in an Addendum. 200.5 INSPECTION OF THE PROJECT SITE Each Proposer must visit the project site(s) of the proposed work to fully acquaint itself with the existing conditions relating to the project and must inform itself as to the facilities involved, the difficulties and the restrictions related to the performance of the Proposal Contract. Each Proposer must thoroughly examine and familiarize itself with the specifications and all other RFP Documents. The Vendor by the execution of the Proposal Contract shall in no way be relieved of any obligation under the contract due to Vendor's failure to receive or examine any contract document or to visit the site and acquaint itself with the conditions there existing. City will be justified in rejecting any claim based on facts regarding which the Vendor should have been aware of as a result of its inspection. 200.6 RELEASE OF SITE: SEQUENCE OF WORK Proposers are referred to the RFP Documents Manual for information regarding the manner in which the project site(s) will be released and made available for equipment installation purposes, and the sequence in which the installation work shall be performed. 200.7 PREPARATION OF PROPOSALS All Proposals must be submitted using the RFP Proposal Fee Form (SECTION 00401) supplied by the City and bound in this RFP Documents Manual. All Proposals are subject to all requirements of the RFP Documents Manual including these INSTRUCTIONS TO PROPOSERS. All Proposals must be regular in every respect and no modifications, exclusions, or special conditions shall be made or included on the RFP Proposal Fee Form by the Proposer. 2. The RFP Proposal and RFP Proposal Fee Form (SECTION 00401) must be enclosed in separate and clearly labeled electronic files. Section 00285 Page 3 of 2 Proposals for the work comprising this procurement must be filed as stated below: • Submittal Location: Via email to: engineer@cityofdubuque.org Submittal Copies: 1) Proposals: one electronic PDF file shall be provided. 2) Proposal Fees: one electronic PDF file shall be provided. a. THE ELECTRONIC FILE CONTAINING THE RFP PROPOSAL MUST BE LABELED AS FOLLOWS - Dubuque PARCS Proposal — (Proposer Name) b. THE ELECTRONIC FILE CONTAINING THE RFP PROPOSAL FEE FORM MUST BE LABELED AS FOLLOWS: Dubuque PARCS Project Fee — (Proposer Name) c. Submit the Section 00110 PARCS Price Proposal Form in PDF file format as pages included with the RFP Proposal Fee Form. 3. Proposals submitted after the date and time for filing proposals as listed in the Proposer Summary (SECTION 00120) shall not be considered and will be returned to the Proposer unopened. 4. The City may reject any irregular or non -responsive Proposal. 5. If the Project is awarded, it will be awarded by the City to the Proposer ranked highest based on the proposal ranking criteria. The Contract for the work will require the completion of project according to the Proposal Documents Manual. 6. Each Proposer must include with their Proposal, in the appropriate spaces provided on the RFP Proposal Fee Form, the proposed Fees of performing said work in compliance with the Proposal Documents Manual including all items of labor, equipment, materials and overhead costs. 200.8 CORRECTIONS Erasures or other changes in the Proposal or RFP Proposal Fee Form must be explained or noted and initialed by the Proposer. 200.9 TIME FOR RECEIVING PROPOSALS Proposals received prior to the time of opening will be securely kept. The officer whose duty it is to open them will decide when the specified time has arrived and will distribute them to the RFP review committee, and no Proposal received thereafter will be considered. SECTION 00200 Page 4 of 2 200.10 RANKING OF PROPOSALS Proposals will be screened to ensure that they meet the minimum requirements of the proposal format. A selection committee will review qualifying proposals and select a Vendor and make a recommendation of Award to the Dubuque City Council in accordance with the rules listed in Appendix A. 200.11 WITHDRAWAL OF PROPOSALS Proposals (received prior to the time fixed for opening) may be withdrawn on written request by the Vendor. 285.12 PROPOSAL SUBMITTAL INFORMATION No faxed or printed proposals will be accepted. The proposal must be a document of not more than twenty-five (25) numbered 8-1/2 x 11-inch pages, with the exception of the project schedule which may be presented in 11 x 17-inch format, and not including the letter of transmittal, index, RFP Proposal Fee Form, PARCS Price Proposal Form, dividers and the front and back covers. Any proposals exceeding 25 numbered pages will not be considered. Each addendum shall be acknowledged in the Letter of Transmittal by providing the addendum number and title. Failure to acknowledge each addendum will be considered grounds for possible disqualification. It is solely the Consultant's responsibility to ensure that all addendums to this RFQ have been received before submitting the proposal. 200.13 VENDOR BACKGROUND INFORMATION FORM The Vendor Background Information Form (Section 00471) must be submitted within 72 hours of a formal request being made by the RFP Selection Committee. The Form may be submitted to the City by either delivering a hardcopy or by email to the Jurisdiction Representative. 200.14 AWARD OF CONTRACTS AND REJECTION OF PROPOSALS The Vendor Equipment Contract (SECTION 00500) shall be awarded by the Dubuque City Council. The Vendor to whom the award is made shall be notified at the earliest possible date by a Notice of Award. Failure of a Vendor to provide the Vendor Background Information Form within the period specified in Section 200.12 or within such extended period as the City may grant, based upon reasons determined sufficient by the City, shall be grounds for determining a Vendor's Proposal as not responsible, and the City may either award the Contract to another Vendor or re -advertise for Proposals. 200.15 EXECUTION OF VENDOR CONTRACT 1. Within fifteen (15) calendar days after the date of the City's Notice of Award, the successful Vendor shall execute and deliver to the City a Contract (SECTION 00500) in the form included in the Proposal Documents Manual in such number of copies as the City may require. 2. Insurance documents shall be submitted in accordance with SECTION 00700 and must be properly completed prior to execution of the Contract by the City. Section 00285 Page 5 of 2 3. Iowa Sales Tax Exemption Certificate documents shall be submitted in accordance with SECTION 00750 and must be properly completed prior to execution of the Contract by the City. 4. The successful Vendor shall, within the period specified in Section 00200.14 Paragraph above, also furnish a Contractor's Performance and Maintenance Bond in the form included in the Proposal Documents Manual and shall bear the same date as, or a date subsequent to, the date of the Contract. The power of attorney for the person who signs for any surety company shall be attached to such Bond. 5. The failure of the successful Vendor to execute such Contract and to supply the required Bond(s), Insurance, and Iowa Sales Tax Exemption Certificate information within fifteen (15) calendar days after the date of City's Notice of Award, or within such extended period as the City may grant, based upon reasons determined sufficient by the City, shall constitute a default, and the City may either award the Contract to another Vendor or re - advertise for Proposals. 6. After the Contract, Bonds, Insurance Documents, Sales Tax Exemption Certificate Form and Contractor Background Information Form have been properly provided, the City will execute the contract and issue the Notice to Proceed. ___= END OF SECTION 00285 =___ SECTION 00200 Page 2 of 2 [Page Intentionally Left Blank] Section 00285 Page 1 of 2 SUBSTITUTION REQUEST FORM SECTION 00270 270.1 PROJECT INFORMATION Project: Parking Access & Revenue Control System (PARCS) Equipment Procurement Project SUBMIT REQUESTS FOR SUBSTITUTIONS DURING THE RFP PHASE TO: Brian McGann PCIP Consultant Walker Consultants 7760 Francis Ave. S., Suite 820, Minneapolis, MN bmcgann ,walkerconsultans.com SUBMISSION DATE: REQUEST FROM: 1) SPECIFICATION SECTION SPEC. SEC. NO: SPEC. SEC. TITLE: DESCRIPTION: ARTICLE: PARAGRAPH: 2) PROPOSED SUBSTITUTION MANUFACTURER: TRADE NAME: MODEL: SECTION 00270 Page 2 of 2 270.2 ACKNOWLEDGEMENTS AND ATTACHMENTS In submitting this Request, the undersigned acknowledges and represents that: • Proposed substitution has been fully investigated and determined to be equal or superior in all respects to specified product. • Same warranty will be furnished for proposed substitution as for specified product. • Same maintenance service and source of replacement parts, as applicable, is available. • Proposed substitution will have no adverse effect on other trades and will not affect or delay the project schedule. • Proposed substitution does not affect dimensions and functional clearances. Attachments: The following attachments are required as part of this submittal request. 1) Product Data, descriptions and specifications necessary for evaluation. 2) Drawings necessary to indicate proper installation in the Work. 3) Tests and Reports consistent with specified performance 4) Material Samples (if applicable): SUBMITTED BY: TITLE: COMPANY NAME: TELEPHONE: EMAIL: 270.3 ENGINEER'S REVIEW AND ACTION REVIEWED BY: DATE: Substitution approved — Make submittals in accordance with Specification Section for this item. Substitution rejected — Revise and Resubmit. Substitution rejected — Use specified materials. ___= END OF SECTION 00270 =___ Section 00285 Page 1 of 2 PROPOSAL FORMAT SECTION 00285 285.1 INFORMATION TO BE INCLUDED IN THE PROPOSAL To simplify the review process and to obtain the maximum degree of comparability, the proposal shall include the following information and shall be organized in the order and manner specified below. While additional data may be presented, the following subjects must be included as they represent the minimum criteria against which the proposal will be evaluated. A. Letter of Transmittal Provide a letter of transmittal briefly outlining the Consultant's understanding of the work and list the Project Manager's name, address, office telephone number, mobile telephone number and email address. The name that is provided for the Project Manager will be used as the primary contact person during the RFQ evaluation process. B. Table of Contents The proposal shall contain a table of contents that delineates each section and the corresponding page number. C. Profile of Firm Provide general information about the Firm, along with its area of expertise and experience as it relates to this RFQ. Describe the experience and success of the Firm in working on similar projects. State the size of the Firm, the size of the Firm's professional staff, and the location(s) of the office from where the work on this project will be performed. D. Project Capacity/Workload Discuss the Consultant's ability to integrate this project into their present workload. Include a statement to specify if the Consultant currently has the capacity to undertake the project or whether it intends to hire additional staff or partner with sub -consultants. E. Scope of Services Describe the means or strategy by which the Consultant would satisfy the scope of services for the Project as detailed in the project drawings and technical specifications. The Consultant may also choose to submit a second alternative or hybrid strategy with a modified scope of services that would improve the results of the project. Include a basic work plan that delineates the Consultant's approach to the completion of the project. The work plan, at a minimum, should include those components outlined in this RFP. The Consultant should indicate in the work plan those aspects that are expected to be completed by city staff. SECTION 00270 Page 2 of 2 Highlight any parts of the work plan that will reflect the Consultant's unique philosophy or insight regarding the approach to this project and how this approach positively impacts the successful completion of the project. F. Quality Assurance/Quality Control As a part of the proposal, specifically describe the quality control process that will be used throughout the project. List the number of hours for each phase that will be dedicated to QA/QC and briefly describe how those hours will be spent. The City expects that the majority of the QA/QC process will be performed by someone who is not an active member of the project team. G. Project Team Qualifications Provide the names for key members of the project team associated with this project. Specifically identify the supervisory and management staff including principals, the project manager, and technical experts who would be assigned to this project. For each project team member, provide a short summary of their qualifications and experience. Specifically list any successful experiences working on outdoor amphitheaters or similar spaces. Include a flow chart that shows the communication path between the City and the Consultant. Include all project team members on the flow chart and show the supervisory relationship between all members of the team. Be sure to include all subconsultant staff on the project team flow chart. Describe the major tasks each team each team member will be working on. Provide the name and location of other sub -consulting firms that would be used by the Consultant during the project and the approximate percentage and type of work that would be performed by each firm. Summarize the qualifications and experience of all sub -consultant staff working on the project. In submitting the proposal, the prospective Consultant is representing that each person listed or referenced in the proposal shall be available to perform the services as described. The project manager, principals, management, and other project team staff may be changed in accordance with the requirements described in Appendix C, Section 3 - Substitution of Project Team Members. Provide at least 3 client references (include individual contact names and telephone numbers) for similar projects that have been completed by the Consultant in the last five (5) years. List the names of individuals on the project team proposed for the Dubuque project who have worked on the client reference projects. H. Proposed Project Schedule Provide a project schedule for each proposed strategy. Outline the time durations and estimated completion dates for each major component of the proposed scope of work. The schedule should list all deliverables that are required throughout the project. Section 00285 Page 3 of 2 Certificate of Insurance The Consultant should provide a statement indicating that they are able to meet the City's insurance requirements for professional services. (See attached Insurance Schedule F — Section 00700) Submittal of insurance documents as part of this RFP is not required. J. Understanding of Final Contract Terms The Proposer should provide a statement that indicates they have read and understand Appendix C — "City of Dubuque Contract Terms and Conditions" and agree to include the clauses that are listed in Appendix C in the final signed contract. Any exceptions to the Contract Terms and Conditions by the Consultant must be clearly stated in the submitted proposal. ___= END OF SECTION 00285 =___ Section 00285 Page 1 of 2 [Page Intentionally Left Blank] SECTION 00300 Page 1 of 2 PROPOSAL SUBMITTAL CHECKLIST SECTION 00300 Parking Access & Revenue Control System (PARCS) Equipment Procurement Project 300.1 RFP Submittal Check List Checking your Proposal submittal, before filing, against the following checklist will help prevent minor errors or omissions, which could result in rejection of the Proposal because it is non -responsive. (1) RFP Proposal Fee Form: ✓ The proposal must be submitted on the form listed below and provided by the City: ■ RFP PROPOSAL FEE FORM - SECTION 00401 ✓ Acknowledge receipt of all addenda on the RFP Proposal Fee Form (SECTION 00401). ✓ RFP Proposal Fee Form (SECTION 00401) must be signed by an authorized agent. ✓ The RFP Proposal Fee Form must not be qualified in any way or contain any disclaimers or special conditions, or the Proposal may be found non -responsive. ✓ The Proposal should include all points of information listed in Section 00285. ✓ Submit the Section 00110 PARCS Price Proposal Form in PDF file format as pages included with the RFP Proposal Fee Form. (2) Submittal of Proposal: ✓ The RFP Proposal Fee Form (SECTION 00401) must be accompanied in a separate ✓ The Proposal and RFP Proposal Fee Form must be submitted in a separate electronic file labeled as follows: RFP PROPOSAL MUST BE LABELED AS FOLLOWS: Dubuque PARCS Project Proposal — (Proposer Name) SECTION 00300 Page 2 of 2 THE RFP PROPOSAL FEE FORM MUST BE LABELED AS FOLLOWS: Dubuque PARCS Project Fee — (Proposer Name) ✓ And addressed to Location for Filing the Proposal: Via email to: engineer@cityofdubuque.org ✓ Sufficient time should be allowed for Proposals to be delivered. Late Proposals will not be considered and will be returned unopened. __ _= END OF SECTION 00300 =___ SECTION 00401 Page 1 of 2 RFP PROPOSAL FEE FORM SECTION 00401 PROJECT: Parking Access & Revenue Control System (PARCS) Equipment Procurement PROPOSAL TO: Office of Engineering Department by email to: engineer@cityofdubuque.org PROPOSAL FROM: (Telephone) 401.1 General (Company) (Street Address) (City, State, Zip) The undersigned Vendor agrees, if the Proposal is accepted, to enter into a Contract with the City, in the form included in the Proposal Documents Manual, to perform and furnish the Work as specified or indicated in the Proposal Documents Manual for the Listed Fee Price and within the timeframe and schedule indicated in the Contract Documents and in accordance with other terms and conditions of the Contract Documents. 401.2 Recitals In submitting this Proposal Fee Form, Vendor represents, as more fully set forth in the Vendor Equipment Contract, that: a. This Proposal Fee will remain subject to acceptance for forty-five (45) calendar days after the day of Proposals being due; b. The City has the right to reject this Proposal and to waive any informalities in the Proposal or Proposal Fee; c. Proposer will sign and submit the Vendor Equipment Contract with the Bond and other documents required by the Contract Documents within fifteen (15) calendar days after the date of City's Notice of Award; The Vendor hereby certifies that they are the only person or persons interested in this proposal as principals; that an examination has been made of the drawings, specifications, contract form, including the special provisions contained herein, and the work site, and the Vendor understands that the quantities of work shown herein are approximate only and are subject to increase or decrease; and further understands that all quantities of work, whether increased or decreased, are to be performed at the lump sum price as stipulated herein; the Vendor proposes to furnish all necessary machinery, equipment, tools, labor and other means of installation, and to furnish all materials specified in the manner and time prescribed and to do the work at the prices herein set out. SECTION 00401 Page 2 of 6 401.3 Vendor's Acknowledgment In submitting this Proposal this Vendor acknowledges and represents that: 1) Vendor has examined copies of all the Contract Documents; 2) Vendor has visited the Place of Work and become familiar with the general, local, and site conditions; 3) Vendor is familiar with federal, State, and local laws, ordinances and regulations that govern the work specified by the Contract Documents; 4) Vendor has correlated the information known to the Vendor, observations obtained from the examination of the site, reports and drawings identified in the Contract Documents and additional investigations, explorations, tests, studies and data within the Contract Documents; 5) This Vendor is genuine and not made in the interest of or on behalf of an undisclosed person, firm or corporation; Vendor has not directly or indirectly induced or solicited another Vendor to submit a false or sham Proposal; Vendor has not solicited or induced a person, firm or corporation to refrain from submitting a Proposal; and Vendor has not sought by collusion to obtain for itself an advantage over another Proposer or over City; 6) Local and State sales and use taxes are not included in the Proposal Amount. 401.7 Timeliness Vendor agrees that the work shall be Substantially Complete and made ready for final payment in accordance with Contract Documents no later than the date(s) indicated in Section 00800 — Progress Schedule and Agreed Cost of Delay. 401.8 Documents To Be Submitted To Respond to this RFP The following documents are included and made a condition of this Proposal: 1) The Proposal: The proposal should address all points outlined in this RFP excluding any cost information. The proposal should be prepared simply and economically, providing a straight -forward, concise description of the Vendor's capabilities that satisfy the requirements of this RFP. 2) The RFP Proposal Fee Form: Accompanying the Proposal, this RFP Proposal Fee Form shall be submitted in a separate electronic file which identifies the component costs of the total fee amount. SECTION 00401 Page 3 of 2 401.4 Proiect Total Amount Vendor will complete the work in accordance with the Contract Documents for the following: Project Total Amount $ (figures) (use words) Any written exclusions on the RFP Proposal Fee Form may render the Proposal as nonresponsive and may result in rejection by the City. 401.9 Document Submittal Requirements by Vendor The Vendor must submit the Vendor Background Information Form (Section 00471) to the Jurisdiction Representative within 72 hours after formal request by the RFP Review Committee. Failure to submit the Vendor Background Information Form by the required deadline may be considered justification for the City to determine the Vendor as not responsible. 401.10 Contract Execution The Vendor further agrees to execute a formal Contract and Bond, within fifteen (15) calendar days after the date of the City's Notice of Award. The Vendor also agrees it will commence work on or before ten (10) calendar days after the date of City's Notice to Proceed, and it will complete the work within the specified contract period or pay the Agreed Cost of Delay stipulated in the Contract Documents. 401.11 Questions and Interpretations Failure by the Proposer to request clarification of the Contract Documents during the RFP Proposal process does not waive the responsibility for comprehension of the documents and performance of the work in accordance with the Contract Documents. Signing of the RFP Proposal Fee Form constitutes the Vendor's certification as implicitly denoting thorough comprehension of intent of the Contract Documents. 401.12 Addenda The Vendor acknowledges receipt of the following addenda: Dated: Dated: Dated: Dated: SECTION 00401 Page 4 of 6 401.13 Signatures Vendor: Vendor Name Street (Business Location) City State Zip Dated: Dated: Signature Title ___= END OF SECTION 00401 =__ SECTION 00471 Page 1 of 6 SECTION 00471 VENDOR BACKGROUND INFORMATION FOR SMALL CONTRACTS (Between $25,000 and $3,000,000) Upon request of the RFP Review Committee, the Vendor must submit the Vendor Background Information Form to the Jurisdiction Representative within 72 hours after the request is made. Failure to submit the Vendor Background Information Form by the required deadline may be considered justification for the City to determine the Vendor as not responsible. All questions must be answered clearly and comprehensively. If necessary, questions may be answered on separate attached sheets. The Vendor may submit any additional information that it deems necessary. 1. SUBMITTED BY: Official Name of Firm: Address: 2. VENDOR'S CONTACT INFORMATION: Contact Person: Title: Phone: Email: 3. TYPE OF ORGANIZATION: FE- IN SOLE PROPRIETORSHIP Name of Owner: Doing Business As: Date of Organization: PARTNERSHIP Date of Organization: Type of Partnership: Name of General Partner(s): SECTION 00471 Page 2 of 6 FE- FE- IN CORPORATION State of Organization: Date of Organization: Executive Officers: President: Vice President(s): Treasurer: Secretary: LIMITED LIABILITY COMPANY State of Organization: Date of Organization: Members: JOINT VENTURE State of Organization: Date of Organization: Form of Organization: Joint Venture Managing Partner(s) Name: Address: Name: Address: Name: Address: SECTION 00471 Page 3 of 6 ❑ OTHER State of Organization: Name of Organization: Form of Organization: Date of Organization: Principal Name: Title: Address: A. How many years has your organization been in business as a parking vendor? years. B. How many years have you been engaged in the parking business under your present firm or trade name? years. C. Under what other or former names does or has your organization operated? 4. CERTIFICATIONS: CERTIFIED BY: Disadvantage Business Enterprise: Minority Business Enterprise: Woman Owned Enterprise: Small Business Enterprise: Other: SECTION 00471 Page 4 of 6 5. BONDING INFORMATION: Bonding Company: Address: Bonding Agent: Address: Contact Name: Phone: Aggregate Bonding Capacity: Available Bonding Capacity as of date of this submittal: 6. EQUIPMENT INSTALLATION EXPERIENCE: A. Current Experience: List on Schedule A all uncompleted projects currently under contract. B. Previous Experience: List on Schedule B at least three (3) projects completed within the last three (3) years that had a similar scope of work. Do you have direct related project experience? If no direct related project experience, add an Attachment that explain how you intend to complete the contract. ❑ NO ❑YES In the past eight (8) years has the firm listed in Section 1 ever failed to complete an equipment installation contract awarded to it? If YES, add an Attachment that provides details of the circumstances and include Project Owner's contact information. ❑ NO ❑YES Have you ever been found not to be a responsible Vendor by a municipality? If YES, add an Attachment that provides details of the circumstances and include Project Owner's contact information. ❑ NO ❑YES SECTION 00471 Page 5 of 6 In the past eight (8) years has any Corporate Officer, Partner, Joint Venture participant or Proprietor ever failed to complete a parking equipment installation contract awarded to them in their name or when acting as a principal of another entity? If YES, add an Attachment that provides details of the circumstances and include Project Owner's contact information. ❑ NO ❑ YES Are there any judgments, claims, disputes or litigation pending or outstanding with an individual value greater than $200,000 involving the firm listed in Section 1 or any of its officers (or any of its partners if a partnership or any of the individual entities if a joint venture)? If YES, add an Attachment that provides details of the circumstances and include Project Owner's contact information. ❑ NO ❑YES Have you ever been declared in default under a performance Bond in the last five (5) years? If YES, add an Attachment that provides details of the circumstances and include the name and contact person of the owner(s) of the project and the contact person at the surety/Bonding company. ❑ NO ❑YES Are you currently being investigated for or have previously violated in the last five years any of the following state or federal laws: Iowa Minimum Wage Act, Iowa Non -English Speaking Employees Act, Iowa Child Labor Act, Iowa Labor Commissioner's Right to Inspect Premises, Iowa Compensation Insurance Act, Employment Security Act, Iowa Competition Act, Iowa Income, Corporate and Sales Tax Code, Iowa Employee Registration Requirements, Iowa Hazardous Chemical Risks Act, Iowa Wage Payment Collection Act, Federal Income and Corporate Tax Code, The National Labor Relations Act, The Drug -Free Workplace Act, the Employee Retirement Insurance Security Act, Title VI of the Civil Rights Act of 1964, The Fair Labor Standards Act: If YES, add an Attachment that provides details of the circumstances and explain. ❑ NO ❑YES SECTION 00471 Page 6 of 6 7. SAFETY PROGRAM: Name of Equipment Installation Vendor's Lead Safety Officer: Name of Equipment Installation Vendor's Safety Officer assigned to this project: Include the following as attachments: A. Provide as an Attachment Vendor's OSHA No. 300- Log & Summary of Occupational Injuries & Illnesses for the past 2 years. Vendor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total proposal amount. B. Provide as an Attachment Vendor's list of all OSHA Citations & Notifications of Penalty (monetary or other) received within the last 2 years (indicate disposition as applicable) - IF NONE SO STATE. Vendor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total proposal amount. C. Provide as an Attachment Vendor's list of all safety citations or violations under any state all received within the last 2 years (indicate disposition as applicable) - IF NONE SO STATE. Vendor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total proposal amount. D. Provide the following for the firm listed in Section 3 (attach additional sheets as necessary) the following (Vendor must submit the same information for all proposed Subcontractors performing Work having a value in excess of 10 percent of the total proposal amount: Workers' compensation Experience Modification Rate (EMR) for the last 2 years: 1'1WTI : /ICE 1'1WTI: f•I:I Total Recordable Frequency Rate (TRFR) for the last 2 years: YEAR TRFR YEAR TRFR Total number of man-hours worked for the last 2 Years: YEAR TOTAL NUMBER OF MAN-HOURS YEAR TOTAL NUMBER OF MAN-HOURS SECTION 00471 Page 7 of 6 I HEREBY CERTIFY THAT THE INFORMATION SUBMITTED HEREWITH, INCLUDING ANY ATTACHMENTS, IS TRUE TO THE BEST OF MY KNOWLEDGE AND BELIEF AND THAT THE CITY OF DUBUQUE MAY RELY ON THE INFORMATION PROVIDED. NAME OF ORGANIZATION: SIGNATURE: NAME: TITLE: DATED: NOTARY ATTEST: SUBSCRIBED AND SWORN TO BEFORE ME THIS DAY OF , 20 NOTARY PUBLIC - STATE OF MY COMMISSION EXPIRES: REQUIRED ATTACHMENTS: 1. Schedule A (Current Experience). 2. Schedule B (Previous Experience). 3. Evidence of authority for individuals listed in Section 3 to bind organization to a Contract. 4. Resumes of officers and key individuals (including Safety Officer) of Company named in Section 1. 5. Required safety program submittals listed in Section 7. 6. Additional items as needed to complete background information request. SECTION 00471 Page 8 of 6 SCHEDULE A PROJECTS CURRENTLY UNDER CONTRACT Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: rProject Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: SECTION 00471 Page 9 of 6 SCHEDULE A PROJECTS CURRENTLY UNDER CONTRACT Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: rProject Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: SECTION 00471 Page 10 of 6 SCHEDULE B PREVIOUS EXPERIENCE (List projects that fulfill the requirements of Section 613) Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: rProj-ect Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project T pe: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: Project Name: Project Information Project Type: Contract Start Date: Contract End Date: Percent Complete: Contract Amount: ___= END OF SECTION 00471 =___ SECTION 00500 Page 1 of 6 VENDOR EQUIPMENT CONTRACT SECTION 00500 Parking Access & Revenue Control System (PARCS) Equipment Procurement Project THIS EQUIPMENT CONTRACT (the Contract), made in triplicate, dated for references purposes the day of , 20_ between the City of Dubuque, Iowa, by its City Manager, through authority conferred upon the City Manager by its City Council (City), and by (Vendor). For and in consideration of the mutual covenants herein contained, the parties hereto agree as follows: VENDOR AGREES: To furnish all material and equipment and to perform all labor necessary for the 1. Parkina Access & Revenue Control Svstem (PARCS) Eauipment Procurement Proiect (Project). 2. CONTRACT DOCUMENTS A. The Contract Documents consist of the following: 1. Project Title Page (Section 00100). 2. Project Directory Page (Section 00101). 3. This Public Improvement Contract (Section 00500). 4. Performance and Maintenance Bond (Section 00600). 5. The Iowa Statewide Urban Design And Specifications (SUDAS) 2023 Edition. 6. CITY OF DUBUQUE Supplemental Specifications 2023 Edition. 7. Other Standard and Supplementary Specifications as listed on the Title Page of the Contract Document Manual. 8. Technical Specifications and Special Provisions included in the project Contract Document Manual. 9. Drawings —Sheet No. G-000 through No. Q-152 (8 pages) or drawings consisting of sheets bearing the following general title: City of Dubuque Parking System Technology & Equipment Procurement 10.Addenda (numbers _ to _, inclusive). 11.Insurance Provisions and Requirements (Section 00700). 12. Sales Tax Exemption Certificate (Section 00750). 13.Site Condition Information (Section 00775). 14. Construction Schedule and Agreed Cost of Delay (Section 00800). 15.Other Project Information and Permits (Sections 01100 - 00000). 16. Exhibits to this Contract (enumerated as follows): a. Vendors RFP Proposal Fee Form (pages to inclusive). Page 2 of 6 b. The following documentation that must be submitted by Vendor prior to Notice of Award. i. Vendor Background Information Form (Section 00471) ii. 17. The following which may be delivered or issued on or after the Effective Date of the Contract: a. Notice to Proceed (Section 00850). b. Project Certification Page (Section 00102). c. Change Orders (Not attached to this agreement). There are no other Contract Documents. The Contract Documents may only be amended, modified, or supplemented as provided in General Conditions. 3. All materials used by the Vendor in the Project must be of the quality required by the Contract Documents and must be installed in accordance with the Contract Documents. 4. The Vendor must remove any materials rejected by the City as defective or improper, or any of said work condemned as unsuitable or defective, and the same must be replaced or redone to the satisfaction of the City at the sole cost and expense of the Vendor. 5. Five percent (5%) of the Contract price will be retained by the City for a period of thirty (30) days after final completion and acceptance of the Project by the City Council to pay any claim by any party that may be filed for labor and materials done and furnished in connection with the performance of this Contract and for a longer period if such claims are not adjusted within that thirty (30) day period, as provided in Iowa Code Chapter 573 or Iowa Code Chapter 26. The City will also retain additional sums to protect itself against any claim that has been filed against it for damages to persons or property arising through the prosecution of the work and such sums will be held by the City until such claims have been settled, adjudicated or otherwise disposed of. 6. The Vendor has read and understands the Contract Documents herein referred to and agrees not to plead misunderstanding or deception related to estimates of quantity, character, location or other conditions for the Project. 7. In addition to any warranty provided for in the specifications, the Vendor must also fix any other defect in any part of the Project, even if the Project has been accepted and fully paid for by the City. The Vendor's maintenance bond will be security for a period of two years after the issuance of the Certificate of Substantial Completion. 8. The Vendor must fully complete the Project under this Contract on or before the date indicated in the Construction Schedule and Agreed Cost of Delay Section of the Contract Documents. 9. INDEMNIFICATION FROM THIRD PARTY CLAIMS. To the fullest extent permitted by law, Vendor shall defend, indemnify and hold harmless City, its officers and employees, from and against all claims, damages, losses and expenses claimed by third parties, but not including any claims, damages, losses or expenses of the parties to this Contract, including but not limited to attorneys' fees, arising out of or resulting from performance of this Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property, including loss of use resulting there Page 3 of 6 from, but only to the extent caused in whole or in part by negligent acts or omissions of Vendor, or anyone directly or indirectly employed by Vendor or anyone for whose acts Vendor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 10. The Vendor hereby represents and guarantees that it has not, nor has any other person for or in its behalf, directly or indirectly, entered into any arrangement or Contract with any other Proposal, or with any public officer, whereby it has paid or is to pay any other Vendor or public officer any sum of money or anything of value whatever in order to obtain this Contract; and it has not, nor has another person for or in its behalf directly or indirectly, entered into any Vendor arrangement with any other person, firm, corporation or association which tends to or does lessen or destroy free competition in the award of this Contract and agrees that in case it hereafter be established that such representations or guarantees, or any of them are false, it will forfeit and pay not less than ten percent (10%) of the Contract price but in no event less than $2,000.00 (Two Thousand Dollars) to the City. 11. The surety on the Bond furnished for this Contract must, in addition to all other provisions, be obligated to the extent provided for by Iowa Code 573.6 relating to this Contract, which provisions apply to said Bond. 12. The Vendor agrees, and its Bond is surety therefore, that after the Certificate of Substantial Completion has been issued by the City, it will keep and maintain the Project in good repair for a period of two (2) years. 13. The Project must be constructed in strict accordance with the requirements of the laws of the State of Iowa, and the United States, and ordinances of the City of Dubuque, and in accordance with the Contract Documents. A. All applicable standards, orders, or regulations issued pursuant to the Clean Air Act of 1970 (42 U. S. C. 1958 (H) et. seq.) and the Federal Water Pollution Act (33 U. S. C. 1368 et. seq.) as amended, Executive Order 11738, and Environmental Protection Agency regulations (40 CFR, Part 15). Vendor must comply with Section 103 and 107 of the Contract Work Hours and Safety Standards Act (40 USC 327-330) and Department of Labor Regulations (29 CFR, Part 5). B. The City of Dubuque in accordance with Title VI of the Civil Rights Act of 1964, 78 Stat. 252, 42 U.S.C. 2000d-2000d-4 and Title 49, Code of Federal Regulations, Department of Transportation, Subtitle A, Office of the Secretary, Part 21, Nondiscrimination in Federally assisted programs of the Department of Transportation issued pursuant to such Act, hereby notifies all vendors that it will affirmatively insure that in any contract entered into pursuant to this advertisement, minority business enterprises will be afforded full opportunity to submit bids in response to this invitation and will not be discriminated against on the grounds of race, color, national origin, sex, age, or disability in consideration for an award. THE CITY AGREES: 14. Upon the completion of the Contract, and the acceptance of the Project by the City Council, and subject to the requirements of law, the City agrees to pay the Vendor as full compensation for the complete performance of this Contract, the amount determined for Page 4 of 6 the total work completed at the price(s) stated in the Vendor's RFP Proposal Fee Form and less any Agreed Cost of Delay provided for in the Contract Documents. CONTRACT AMOUNT $ CITY OF DUBUQUE, IOWA: Department By: Signature Printed Name Title Date VENDOR: Vendor By: Signature Printed Name Title Date ___= END OF SECTION 00500 =___ PERFORMANCE AND MAINTENANCE BOND SECTION 00600 KNOW ALL BY THESE PRESENTS: SECTION 00600 Page 1 of 4 That we, , as Principal (hereinafter the "Vendor" or "Principal") and , as Surety are held and firmly bound unto the City of Dubuque, Iowa, as Obligee (hereinafter referred to as "Owner"), and to all persons who may be injured by any breach of any of the conditions of this Bond in the penal sum of dollars ($ ), lawful money of the United States, for the payment of which sum, well and truly to be made, we bind ourselves, our heirs, legal representatives and assigns, jointly or severally, firmly by these presents. The conditions of the above obligations are such that whereas said Vendor entered into a contract with the Owner, bearing date the day of , 2024, (hereinafter the "Contract") wherein said Vendor undertakes and agrees to construct the following project in accordance with the Contract Documents, and to faithfully perform all the terms and requirements of said Contract within the time therein specified, in a good and workmanlike manner, and in accordance with the Contract Documents. The Contract Documents for Parking Access & Revenue Control System (PARCS) Equipment Procurement Project detail the following described improvements: Parking Access & Revenue Control System (PARCS) Equipment Procurement The City of Dubuque is soliciting competitive sealed proposals from qualified vendors to update parking access and revenue control system (PARCS) equipment at six (6) of its downtown free-standing parking garages ("ramps") and optional pricing for one parking lot. The City is requesting proposals from qualified vendor(s) for an integrated and automated gated PARCS consistent across all six parking ramps. The end solution(s) must fully integrate with third party mobile parking payment applications. The six downtown parking ramps are as follows (listed in alphabetical order): • Central Avenue Ramp (515 spaces): 975 Central Avenue • Five Flags Ramp (333 spaces): 100 West 4th Street • Intermodal Ramp (317 spaces): 351 East 9th Street • Iowa Ramp (622 spaces): 701 Iowa Street • Locust Street Ramp (444 spaces): 830 Bluff Street • 5th Street Ramp (675 spaces): 501 Iowa Street The one optional parking lot is: • Port of Dubuque North Lot: 301 East 5th Street It is expressly understood and agreed by the Vendor and Surety in this Bond that the following provisions are a part of this Bond and are binding upon said Vendor and Surety, to -wit: SECTION 00600 Page 2 of 6 PERFORMANCE: The Vendor shall well and faithfully observe, perform, fulfill, and abide by each and every covenant, condition, and part of said Contract and Contract Documents, by reference made a part hereof, for the project, and shall indemnify and save harmless the Owner from all outlay and expense incurred by the Owner by reason of the Vendor's default of failure to perform as required. The Vendor shall also be responsible for the default or failure to perform as required under the Contract and Contract Documents by all its subcontractors, suppliers, agents, or employees furnishing materials or providing labor in the performance of the Contract. 2. MAINTENANCE: The Vendor and the Surety on this Bond hereby agree, at their own expense: A. To remedy any and all defects that may develop in or result from work to be performed under the Contract Documents within the period of two (2) year(s) from the date of acceptance of the work under the Contract, by reason of defects in workmanship, equipment installed, or materials used in construction of said work; B. To keep all work in continuous good repair; and C. To pay the Owner's reasonable costs of monitoring and inspection to assure that any defects are remedied, and to repay the Owner all outlay and expense incurred as a result of Vendor's and Surety's failure to remedy any defect as required by this section. Vendor's and Surety's Contract herein made extends to defects in workmanship or materials not discovered or known to the Owner at the time such work was accepted. 4. GENERAL: Every Surety on this Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: A. To consent without notice to any extension of time authorized in approved change orders to the Vendor in which to perform the Contract; B. To consent without notice to any change in the Contract or Contract Documents, authorized in approved change orders which thereby increases the total contract price and the penal sum of this Bond, provided that all such changes do not, in the aggregate, involve an increase of more than twenty percent (20%) of the total contract price, and that this Bond shall then be released as to such excess increase; C. To consent without notice that this Bond shall remain in full force and effect until the Contract is completed, whether completed within the specified contract period, within an extension thereof, or within a period of time after the contract period has elapsed and the liquidated damage penalty is being charged against the Vendor. The Vendor and every Surety on the Bond shall be deemed and held bound, any contract to the contrary notwithstanding, to the following provisions: SECTION 00600 Page 3 of 4 D. That no provision of this Bond or of any other contract shall be valid that limits to less than five (5) years after the acceptance of the work under the Contract the right to sue on this Bond. E. That as used herein, the phrase "all outlay and expense" is not to be limited in any way, but shall include the actual and reasonable costs and expenses incurred by the Owner including interest, benefits, and overhead where applicable. Accordingly, "all outlay and expense" would include but not be limited to all contract or employee expense, all equipment usage or rental, materials, testing, outside experts, attorney's fees (including overhead expenses of the Owner's staff attorneys), and all costs and expenses of litigation as they are incurred by the Owner. It is intended the Vendor and Surety will defend and indemnify the Owner on all claims made against the Owner on account of Vendor's failure to perform as required in the Contract and Contract Documents, that all agreements and promises set forth in the Contract and Contract Documents, in approved change orders, and in this Bond will be fulfilled, and that the Owner will be fully indemnified so that it will be put into the position it would have been in had the Contract been performed in the first instance as required. In the event the Owner incurs any "outlay and expense" in defending itself against any claim as to which the Vendor or Surety should have provided the defense, or in the enforcement of the promises given by the Vendor in the Contract, Contract Documents, or approved change orders, or in the enforcement of the promises given by the Vendor and Surety in this Bond, the Vendor and Surety agree that they will make the Owner whole for all such outlay and expense, provided that the Surety's obligation under this Bond shall not exceed one hundred twenty-five percent (125%) of the penal sum of this Bond. In the event that any actions or proceedings are initiated regarding this Bond, the parties agree that the venue thereof shall be Dubuque County, State of Iowa. If legal action is required by the Owner to enforce the provisions of this Bond or to collect the monetary obligation incurring to the benefit of the Owner, the Vendor and the Surety agree, jointly, and severally, to pay the Owner all outlay and expense incurred therefor by the Owner. All rights, powers, and remedies of the Owner hereunder shall be cumulative and not alternative and shall be in addition to all rights, powers, and remedies given to the Owner, by law. The Owner may proceed against surety for any amount guaranteed hereunder whether action is brought against the Vendor or whether Vendor is joined in any such action(s) or not. NOW THEREFORE, the condition of this obligation is such that if said Principal shall faithfully perform all the promises of the Principal, as set forth and provided in the Contract, in the Contract Documents, and in this Bond, then this obligation shall be null and void, otherwise it shall remain in full force and effect. When a work, term, or phrase is used in this Bond, it shall be interpreted or construed first as defined in this Bond, the Contract, or the Contract Documents; second, if not defined in the Bond, Contract, or Contract Documents, it shall be interpreted or construed as defined in applicable provisions of the Iowa Code; third, if not defined in the Iowa Code, it shall be interpreted or construed according to its generally accepted meaning in the construction industry; and fourth, if it SECTION 00600 Page 4 of 6 has no generally accepted meaning in the construction industry, it shall be interpreted or construed according to its common or customary usage. Failure to specify or particularize shall not exclude terms or provisions not mentioned and shall not limit liability hereunder. The Contract and Contract Documents are hereby made a part of this Bond. Project No. Witness our hands, in triplicate, this SURETY COUNTERSIGNED BY: Signature of Agent Printed Name of Agent Company Address City, State, Zip Code Company Telephone Number PRINCIPAL: Vendor By: Signature Printed Name NOTE: day of , 2024. Title FORM APPROVED BY: Representative for Owner SURETY: Surety Company By: Signature Attorney -in -Fact Officer Printed Name of Attorney -in -Fact Officer Company Name Company Address City, State, Zip Code Company Telephone Number 1. All signatures on this performance, payment, and maintenance Bond must be original signatures in ink; copies, facsimile, or electronic signatures will not be accepted. 2. This Bond must be sealed with the Surety's raised, embossing seal. 3. The name and signature of the Surety's Attorney-in-Fact/Officer entered on this Bond must be exactly as listed on the Certificate or Power of Attorney accompanying this Bond. ___= END OF SECTION 00600 =___ SECTION 00600 Page 1 of 6 City of Dubuque Insurance Requirements for General, Artisan or Trade Vendors, Subcontractors or Sub Subcontractors Insurance Schedule F Class A: Asbestos Removal Fiber Optics Roofing Asphalt Paving Fire Protection Sanitary Sewers Concrete Fireproofing Sheet Metal Construction Managers General Contractors Site Utilities Cranes HVAC Shoring Culverts Mechanical Special Construction Decking Paving & Surfacing Steel Demolition Parking Gate Equipment Storm Sewers Deconstruction Piles & Caissons Structural Steel Earthwork Plumbing Trails Electrical Retaining Walls Tunneling Elevators Reinforcement Water Main Class B: Chemical Spraying Landscaping Rough Carpentry Doors, Window & Masonry Stump Grinding Glazing Vehicular Snow Removal Tank Coating Drywall Systems Painting & Wall Covering Tree Removal Fertilizer Application Pest Control Tree Trimming Geotech Boring Scaffolding Tuckpointing Insulation Sidewalks Waterproofing Finish Carpentry Plastering Well Drilling Class C: Carpet Cleaning General Cleaning Power Washing Carpet & Resilient Grass Cutting Tile & Terrazzo Flooring Flooring Janitorial Window Washing Caulking & Sealants Non Vehicular Snow & Acoustical Ceiling Ice Removal Filter Cleaning Office Furnishings SECTION 00600 Page 2 of 6 INSTRUCTIONS FOR INSURANCE SUBMITTAL: EXHIBIT I A) COMMERCIAL GENERAL LIABILITY General Aggregate Limit $2,000,000 Products -Completed Operations Aggregate Limit $2,000,000 Personal and Advertising Injury Limit $1,000,000 Each Occurrence $1,000,000 Fire Damage Limit (any one occurrence) $50,000 Medical Payments $5,000 1) Coverage shall be written on an occurrence, not claims made, form. The general liability coverage shall be written in accord with ISO form CG 00 01 or business owners form BP 00 02. All deviations from the standard ISO commercial general liability form CG 00 01 or business owners form BP 00 02 shall be clearly identified. 2) Include ISO endorsement form CG 25 04 "Designated Location(s) General Aggregate Limit" or CG 25 03 "Designated Construction Project(s) General Aggregate Limit" as appropriate. 3) Include endorsement indicating that coverage is primary and non-contributory. 4) Include Preservation of Governmental Immunities Endorsement. (Sample attached). 5) Include additional insured endorsement for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10 (Ongoing operations). 6) The additional insured endorsement shall include completed operations under ISO form CG 20 37 during the project term and for a period of two years after the completion of the project. 7) Policy shall include Waiver of Right to Recover from Others endorsement. 8) Policy shall include cancellation and material change endorsement providing thirty (30) days advance written notice of cancellation, non -renewal, reduction in insurance coverage and/or limits and ten (10) days written notice of non-payment of premium shall be sent to: City of Dubuque Finance Department, 50 West 13th Street Dubuque, Iowa 520019) Contractor and subcontractor shall not use any drone without the prior written approval of the city of Dubuque. Any drone usage must comply with above liability limits and the additional insured endorsement must name the City of Dubuque with respect to aircraft liability coverage. B) WORKERS' COMPENSATION & EMPLOYERS LIABILITY Statutory Benefits covering all employees injured on the job by accident or disease as prescribed by Iowa Code Chapter 85. Coverage A Statutory —State of Iowa Coverage B Employers Liability Each Accident $100,000 Each Employee -Disease $100,000 Policy Limit -Disease $500,000 Policy shall include Waiver of Right to Recover from Others endorsement. SECTION 00600 Page 3 of 6 Coverage B limits shall be greater if required by the umbrella/excess insurer. •; If, by Iowa Code Section 85.1A, the Contractor is not required to purchase Workers' Compensation Insurance, the Contractor shall have a copy of the State's Nonelection of Workers' Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. C) AUTOMOBILE LIABILITY Combined Single Limit $1,000,000 Coverage shall include all owned, non -owned, and hired vehicles. If the Contractor's business does not own any vehicles, coverage is required on non -owned and hired vehicles. 1) Policy shall include Waiver of Right to Recover from Others endorsement. D) UMBRELLA/EXCESS LIABILITY The General Liability, Automobile Liability and Workers Compensation Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Non- contributory in favor of the City. All Class A contractors with contract values in excess of $10,000,000 must have umbrella/excess liability coverage of $10,000,000. All Class A and Class B contractors with contract values between $500,000 and $10,000,000 must have umbrella/excess liability coverage of $3,000,000. All Class A and B contractors with contract values less than $500,000 must have umbrella/excess liability coverage of $1,000,000. All Class C contractors are not required to have umbrella/excess liability coverage. All contractors performing earth work must have a minimum of $3,000,000 umbrella regardless of the contract value. E) POLLUTION LIABILITY Coverage required: Yesx_ No Pollution liability coverage shall be required if project involves any pollution exposure for hazardous or contaminated materials including, but not limited to, the removal of lead, asbestos, or PCB's. Pollution product and complete operations coverage shall also be covered. SECTION 00600 Page 4 of 6 Coverage B limits shall be greater if required by the umbrella/excess insurer. •; If, by Iowa Code Section 85.1A, the Contractor is not required to purchase Workers' Compensation Insurance, the Contractor shall have a copy of the State's Nonelection of Workers' Compensation or Employers' Liability Coverage form on file with the Iowa Workers' Compensation Insurance Commissioner, as required by Iowa Code Section 87.22. Completed form must be attached. F) AUTOMOBILE LIABILITY Combined Single Limit $1,000,000 Coverage shall include all owned, non -owned, and hired vehicles. If the Contractor's business does not own any vehicles, coverage is required on non -owned and hired vehicles. 1) Policy shall include Waiver of Right to Recover from Others endorsement. G) UMBRELLA/EXCESS LIABILITY The General Liability, Automobile Liability and Workers Compensation Insurance requirements may be satisfied with a combination of primary and Umbrella or Excess Liability Insurance. If the Umbrella or Excess Insurance policy does not follow the form of the primary policies, it shall include the same endorsements as required of the primary policies including but not limited to Waiver of Subrogation and Primary and Non- contributory in favor of the City. All Class A contractors with contract values in excess of $10,000,000 must have umbrella/excess liability coverage of $10,000,000. All Class A and Class B contractors with contract values between $500,000 and $10,000,000 must have umbrella/excess liability coverage of $3,000,000. All Class A and B contractors with contract values less than $500,000 must have umbrella/excess liability coverage of $1,000,000. All Class C contractors are not required to have umbrella/excess liability coverage. All contractors performing earth work must have a minimum of $3,000,000 umbrella regardless of the contract value. H) POLLUTION LIABILITY Coverage required: Yesx_ No Pollution liability coverage shall be required if project involves any pollution exposure for hazardous or contaminated materials including, but not limited to, the removal of lead, asbestos, or PCB's. Pollution product and complete operations coverage shall also be covered. SECTION 00600 Page 5 of 6 Each Occurrence $2,000,000 Policy Aggregate $4,000,000 1) Policy to include job site and transportation coverage. 2) Include additional insured for: The City of Dubuque, including all its elected and appointed officials, all its employees and volunteers, all its boards, commissions and/or authorities and their board members, employees and volunteers. Use ISO form CG 20 10. (Ongoing operations) or its equivalent and CG 20 37 (completed operations) or its equivalent. 3) Include Preservation of Governmental Immunities Endorsement. 4) Provide evidence of coverage for 5 years after completion of project. 5) Include endorsement indicating that coverage is primary and non- contributory. 6) Policy shall include waiver of right to recovery from others endorsement. 7) Pollution liability shall include ISP endorsement CA 99 48. Pollution Liability -Broadened Coverage for Covered Autos, or equivalent endorsement if the contractor has vehicles that transport fuel onto the Owner's property. 1) RAILROAD PROTECTIVE LIABILITY Coverage required: Yesx_ No Any contract for construction or demolition work on or within fifty feet (50') from the edge of the tracks of a railroad and affecting any railroad bridge, trestle, tracks, roadbeds, tunnel, underpass, or crossing, for which an easement, license or indemnification of the railroad is required, shall require evidence of the following additional coverages. Railroad Protective Liability: $ each occurrence (per limits required by Railroad) $ policy aggregate (per limits required by Railroad) QB An endorsement to the Commercial General Liability policy equal to ISO CG 24 17 (Contractual Liability -Railroads). A copy of this endorsement shall be attached to the certificate of insurance. Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors November 2017 SECTION 00600 Page 6 of 6 Please be aware that naming the City of Dubuque as an additional insured as is required by this Insurance Schedule may result in the waiver of the City's governmental immunities provided in Iowa Code sec. 670.4. If you would like to preserve those immunities, please use this endorsement or an equivalent form. PRESERVATION OF GOVERNMENTAL IMMUNITIES ENDORSEMENT 1. Nonwaiver of Governmental Immunity. The insurer expressly agrees and states that the purchase of this policy and the including of the City of Dubuque, Iowa as an Additional Insured does not waive any of the defenses of governmental immunity available to the City of Dubuque, Iowa under Code of Iowa Section 670.4 as it is now exists and as it may be amended from time to time. 2. Claims Coverage. The insurer further agrees that this policy of insurance shall cover only those claims not subject to the defense of governmental immunity under the Code of Iowa Section 670.4 as it now exists and as it may be amended from time to time. Those claims not subject to Code of Iowa Section 670.4 shall be covered by the terms and conditions of this insurance policy. 3. Assertion of Government Immunity, The City of Dubuque, Iowa shall be responsible for asserting any defense of governmental immunity, and may do so at any time and shall do so upon the timely written request of the insurer. 4. Non -Denial of Coverage. The insurer shall not deny coverage under this policy and the insurer shall not deny any of the rights and benefits accruing to the City of Dubuque, Iowa under this policy for reasons of governmental immunity unless and until a court of competent jurisdiction has ruled in favor of the defense(s) of governmental immunity asserted by the City of Dubuque, Iowa. No Other Change in Policy. The above preservation of governmental immunities shall not otherwise change or alter the coverage available under the policy. SPECIMEN Schedule F, General, Artisan or Trade Contractors, Subcontractors or Sub Subcontractors January 2023 ==== END OF SECTION 00700 ==== SECTION 00750 Page 1 of 5 SALES AND USE TAX EXEMPTION CERTIFICATE SECTION 00750 The City of Dubuque, as a designated exempt entity awarding equipment contracts, will issue special exemption certificates to Vendors and subcontractors, allowing them to purchase, or withdraw from inventory, materials for the Contract free from sales tax pursuant to Iowa Code Sections: 422.42 (15) & (16), and 422.47 (5). The special exemption certificate will also allow a manufacturer of building materials and equipment to consume materials in the performance of a project without owing tax on the fabricated cost of those materials or equipment. These tax exemption certificates and authorization letters are applicable only for the work under the contract. The Vendor and each subcontractor shall comply with said Iowa Code Sales Tax requirements, shall keep records identifying the equipment, materials and supplies purchased and verify that they were used on the contract, and shall pay tax on any materials purchased tax-free and not used on the contract. 2. Upon award of Contract the City will register the Contract, Vendor, and each subcontractor with the Iowa Department of Revenue and Finance; and distribute tax exemption certificates and authorization letters to the Vendor and each subcontractor. SECTION 00750 Page 2 of 5 PROJECT INFORMATION REQUIREMENTS FOR STATE OF IOWA SALES TAX EXEMPTION CERTIFICATES FOR VENDORS & SUBCONTRACTORS Submitting Department: Engineering Department Contact: Steve Sampson Brown Project CIP Number(s): 360-2936 Please complete this form in its entirety and submit along with the executed Contract, Bonds and Certificate of Insurance. Upon receipt, the City Finance Department will work with the Iowa Department of Revenue to issue Sales Tax Exemption Certificates to the approved Vendor(s) to allow for the purchase or inventory withdrawal of materials for the specified Project free from State of Iowa Sales Tax. Sales tax exemption certificates are not provided to material suppliers. The Vendor and subcontractors can provide copies of the sales tax exemption certificates issued by the City to individual material suppliers. Project Name: Parking Access & Revenue Control System (PARCS) Equipment Procurement Project Description: Replace PARCS at 6 ramps and 1 surface lot. Start Date: April 22, 2024 Final Completion Date: February 29, 2025 1. General Prime Vendor: Contact Name: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: SECTION 00750 Page 3 of 5 2. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 3. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 4. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 5. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: SECTION 00750 Page 4 of 5 6. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 7. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 8. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 9• Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: SECTION 00750 Page 5 of 5 10. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 11. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 12. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: 13. Subcontractor: Complete Address: (Include PO Box and Street Information) City, State, Zip Code Telephone Number: Federal I.D. Number: (or Include Social Security Number) Work Type to be Completed: ==== END OF SECTION 00750 SECTION 00800 Page 1 of 5 CONSTRUCTION SCHEDULE AND AGREED COSTS OF DELAY SECTION 00800 800.1 SCHEDULE: CALENDAR DAY SCHEDULE: Work required by the Contract Documents shall commence within ten (10) calendar days after Notice to Proceed has been issued and shall be Substantially Complete by October 1, 2024 and Finally Complete by November 1, 2024. 800.2 AGREED COSTS OF DELAY: Time is of the essence of the Contract. As delay in the diligent prosecution of the work may inconvenience the public, obstruct traffic, interfere with business, and/or increase costs to the City such as engineering, administration, and inspection, it is important that the work be prosecuted vigorously to final completion. An extension of the contract period may be granted by the City for any of the following reasons: 1. Additional work resulting from a modification of the Contract Documents by approved change order. 2. Delays caused by the City. 3. Other reasons beyond the control of the Vendor, which in the City's opinion, would justify such. Should the Vendor, or in case of default the Surety, fail to complete the work within the specified Substantial and Final Completion Dates, a deduction at the daily rate for agreed costs of delay will be made for each and every calendar day or working day, whichever is specified, such that the work remains uncompleted. The Vendor or the Vendor's Surety shall be responsible for all costs incidental to the completion of the work, and shall be required to pay the City the following daily costs: A. For each calendar day that any work remains uncompleted beyond the Substantial Completion date the Vendor will be assessed and shall pay, $700.00 per calendar day, not as a penalty but as predetermined and Agreed Cost of Delay until Substantial Completion requirements are met. B. For each calendar day that any work remains uncompleted beyond the Final Completion date the Vendor will be assessed and shall pay, $500.00 per calendar, SECTION 00800 Page 3 of 5 not as a penalty but as predetermined and Agreed Cost of Delay until Final Completion requirements are met. Permitting the Vendor to continue and finish the Work, or any part of it, after the expiration of the Substantial and Final Completion dates or Milestone Dates or extension thereof shall in no way operate as a waiver on the part of the City of any of its rights or remedies under the contract, including its right to Agreed Cost of Delay pursuant to this provision. Furthermore, the assessment of Agreed Cost of Delay shall not constitute a waiver of the City's right to collect any additional damages which the City may sustain by failure of the Vendor to carry out the terms of the Contract. The Agreed Cost of Delay rates specified in the Contract Documents is hereby agreed upon as the true and actual damages due the City for loss to the City and to the public due to obstruction of traffic, interference with business, and/or increased costs to the City such as engineering, administration, construction, and inspection after the expiration of the contract times, or extension thereof. Such Agreed Cost of Delay will be separately invoiced to the Vendor, and final payment will be withheld from the Vendor until payment has been made of this invoice for the agreed cost of delay. The Vendor and its surety shall be liable for any agreed cost of delay in excess of the amount due the Vendor. ___= END OF SECTION 00800 =___ SECTION 00850 Page 1 of 1 THE CITY OF City of Dubuque DEngineeringUB � Department 50. W. 13t" Street Masterpiece on the Mississippi Dubuque, IA 52001 (563) 589-4270 NOTICE TO PROCEED SECTION 00850 TO: VENDOR NAME ISSUE DATE: ADDRESS CITY, STATE ZIP COMMENCEMENT DATE: (INSERT DATE = 10 DAYS FROM ISSUING NOTICE TO PROCEED) PROJECT: Parking Access & Revenue Control System (PARCS) Equipment Procurement Project Dear You are hereby notified to commence the work on the Project, on or before the commencement date, in accordance with the Contract Documents. The Contract Time shall begin to run on the commencement date. You are required to return an acknowledged copy of this Notice to Proceed to the City. THE CITY HAS RECEIVED A COPY CITY OF DUBUQUE, IOWA OF THE CONTRACTOR'S WRITTEN By: SAFETY PROGRAM (Signature) YES (Name) (Title) ACCEPTANCE OF NOTICE Receipt of the above Notice to Proceed is hereby acknowledged this day of 12024. PRINCIPAL: (Vendor) By: (Signature) (Name) (Title) SECTION 00800 Page 1 of 1 [Page Intentionally Left Blank] SECTION 01100 Page 1 of 1 PARCS PRICE PROPSAL FORM SECTION 01100 01100.1 SCHEDULES OF VALUES: City of Dubuque Iowa Parking Access and Revenue Control System IPrice Proposal I SUMMARY PARCS HARDWARE Lane Equipment Locust $ - Lane Equipment Iowa $ - Lane Equipment 5th $ - Lane Equipment Five Flags $ - Lane Equipment Central $ - Lane Equipment Intermodal $ - Head -End Systems $ - Spare Parts $ - PARCS HARDWARE SUBTOTAL $ - ISOFTWARE, INTERFACES AND INTEGRATIONS I Software � $ - Integrations and Interfaces $ - RCS SOFTWAIMNTERMWS AND INTEGRATIONS SUBTOTAL $ - CONSUMABLES AND SERVICES Consumables (Tickets, Receipts, etc.) $ - Services (Design, Installation, Project Management, etc.) $ - CONSUMABLES AND SERVCES SUBTOTAL $ - PROJECT $ _ SECTION 01100 Page 1 of 1 RECURRING FEES Post -Warranty Maintenance - Year 1 $ - Post -Warranty Maintenance - Year 2 $ - Post -Warranty Maintenance - Year 3 $ - Post -Warranty Maintenance - Year 4 $ - Post -Warranty Maintenance - Year 5 $ - City of Dubuque Iowa ProposalParking Access and Revenue Control System Price Post -Warranty Maintenance - Year 6 $ - Post -Warranty Maintenance - Year 7 $ - Post -Warranty Maintenance - Year 8 $ - Recurring Fees $ - SECTION 01100 Page 1 of 1 City of Dubuque Iowa Parking Access and Revenue Control ProposalPrice Locust Street Item I Cost Comments Parking Access and Revenue Control System Entry Station Exit Station Barrier Gate LPR Cameras Coin & Credit POF Station VMS [additional items] Quantity Unit Cost Extension Quantities as requiredfor complete system. 2- I 2 $ - $ - I 4 $ - $ - 4 $ - $ - 1 $ - $ - 2 $ $ $ $ Lane Equipment Subtotal: $ - Parking Access and Revenue Control System ProposalCity of Dubuque Iowa Price I5th Street Item Cost Comments Parking Access and Revenue Control System Entry Station Exit Station Barrier Gate LPR Cameras Coin & Credit POF Station VMS [additional items] Quantity Unit Cost Extension Quantities as requiredfor complete system. 2 $ - $ - 3 $ - $ - 5 $ - $ - 5 $ - $ - 1 $ - $ - 2 $ $ $ Lane Equipment Subtotal: $ - SECTION 01100 Page 1 of 1 Item Parking Access and Revenue Control System Entry Station Exit Station Barrier Gate LPR Cameras Coin & Credit POF Station VMS [additional items] City of Dubuque Iowa Parking Access and Revenue Control ProposalPrice Iowa Street Quantity Unit Cost 2 $ - 3 $ - 5 $ - 5 $ - 2 $ - 2 $ $ Extension $ - $ - $ - $ - $ - $ $ Comments Quantities as requiredfor complete system. Lane Equipment Subtotal: City Access Price Item of Dubuque and Revenue Control System ProposalParking Five Flags Cost Comments Parking Access and Revenue Control System Entry Station Exit Station Barrier Gate LPR Cameras Coin & Credit POF Station VMS [additional items] Quantity Unit Cost Extension Quantities as requiredfor complete system. 2 $ - $ - 2 $ - $ - 4 $ - $ - 4 $ - $ - 2 $ - $ - 2 $ $ $ - $ - $ $ Lane Equipment Subtotal: $ City MM Parking Access IPrice IItem of Dubuque Iowa and Revenue Control System Proposal Central Avenue Cost Comments Parking Access and Revenue Control System Entry Station Exit Station Barrier Gate LPR Cameras Coin & Credit POF Station VMS [additional items] Quantity Unit Cost Extension Quantities as requiredfor complete system. 2 $ - $ - 2 $ - $ - 4 $ - $ - 4 $ - $ - 1 $ - $ - 2 $ $ $ $ $ Lane Equipment Subtotal: SECTION 01100 Page 1 of 1 City Parking Access Item of Dubuque Iowa and Revenue Control ProposalPrice Intermodal Cost Comments Parking Access and Revenue Control System Entry Station Exit Station Barrier Gate LPR Cameras Coin & Credit POF Station VMS [additional items] Quantity Unit Cost Extension Quantities as requiredfor complete system. 2 $ - $ - 2 $ - $ - 4 $ - $ - 4 $ - $ - 4 $ - $ - 2 $ $ $ Lane Equipment Subtotal: $ - Item Software PARCS Software [additional items] City of Dubuque ProposalParking Access and Revenue SOFTWARE,• Quantity 1 0 0 0 0 0 P:: Control System Cost Unit Cost Extension $ $ $ $ $ $ $ $ $ $ $ $ $ - $ - Comments Quantities as requiredfor complete system I Software Subtotal: $ Integrations and Interfaces (additional items] I I I I Quantity Unit Cost Extension 0 $ $ 0 $ - $ - 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ Integrations and Interfaces Subtotal: SECTION 01100 Page 1 of 1 City of Dubuque Iowa ProposalParking Access and Revenue Control System Price HARDWAREHEAD END SYSTEMS AND SPARE PARTS Item Cost ` Comments Head -End Systems PARCS Application Server VoIP Intercom Server Intercom Master Station [additional items] Quantity Unit Cost Extension quantities os requiredfor complete system 1 $ - $ - 1 $ - $ - 1 $ - $ - 0 $ - $ - 0 $ $ Head -End Systems Subtotal: $ - Spare Parts 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 Spare Parts Quantity Unit Cost Extension 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ Subtotal: SECTION 01100 Page 1 of 1 City Parking Access and WARRANTY/POST-WARRANTY Service Position of Dubuque . Revenue Control System Price Proposal Form MAINTENANCE Cost Comments WARRANTY HOURLY SERVICE RATES Hardware Technician Network Engineer Server Engineer Software Engineer Database Engineer [additional items] Hourly Service Rate For non -warranty service $ $ - $ $ $ $ POST -WARRANTY MAINTENANCE HOURLY SERVICE RATES Hardware Technician Network Engineer Server Engineer Software Engineer Database Engineer [additional items] Hourly Service Rate $ $ $ $ $ - $ POST -WARRANTY MAINTENANCE (YEARS 3-10) Year 1 Year 2 Year 3 Year Year 5 Year 6 Year 7 Year 8 Annual Cost $ $ $ $ $ $ $ $ City of Dubuque Iowa Parking Access and Revenue Control System Price Proposal Form ALTERNATE BID ITEMS Item Cost Comments Hardware [additional items] Quantity Unit Cost Extension 0 $ $ 0 $ $ Software/Third Party Applications [additional items] Quantity Unit Cost Extension 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ SECTION 01100 Page 1 of 1 City of Dubuque Iowa Parking Access and Revenue Control System Price Proposal Form CONSUMABLES, SERVICES AND RECURRING FEES Item Cost Comments Consumables Tickets Receipts Proximity Cards [additional items] Quantity Unit Cost Extension 100000 $ - $ - 100000 $ - $ 5000 $ $ 0 $ $ Consumables Subtotal: $ Services Design Coordination Installation Project Management Mobilization Bonding Training LaneAcceptanceTesting Final System Operational Testing -30 day Local Storage facility Freight Warranty Sub-Contractor-1[Describe] Sub-Contractor-2 [Describe] Sub-Contractor-3 [Describe] [additional items] Quantity Unit Cost Extension 0 $ $ 0 $ $ 0 $ - $ - 0 $ $ 0 $ $ 0 $ - $ - 0 $ - $ - 0 $ $ 0 $ $ 0 $ - $ - 0 $ - $ - 0 $ $ 0 $ - $ - 0 $ - $ - 0 $ $ Services Subtotal: $ SECTION 01100 Page 1 of 1 City of Dubuque Iowa Parking Access and Revenue Control System Price Proposal Form 11te Cost `Comments umables s Receipts Proximity Cards [additional items] Quantity Unit Cost Extension 100000 $ $ 100000 $ $ 5000 $ Is 0 $ Is Consumables Subtotal: $ Services Design Coordination Installation Project Management Mobilization Bonding Training Lane Acceptance Testing Final System Operational Testing -30 day Local Storage facility Freight Warranty Sub-Contractor-1 [Describe] Sub-Contractor-2 [Describe] Sub-Contractor-3 [Describe] [additional items] Quantity Unit Cost Extension 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ - $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ 0 $ $ Services Subtotal: $ ==== END OF SECTION 00800 ==== City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 SECTION 11 12 26.01 - PARKING ACCESS AND REVENUE CONTROL SYSTEM (PARCS) WITH LICENSE PLATE RECOGNITION (LPR) PART 1 - GENERAL 1.1 RELATED DOCUMENTS A. Drawings and general provisions of the Contract, including General and Supplementary Conditions and Division 01 Specification Sections, apply to this Section. B. Instructions to Proposers C. Price Form D. Codes and Regulations: 1. Comply with all applicable Federal, State and local laws, ordinances, rules and regulations pertaining to the performance of the work specified herein and compliant with the Owner internal policies. 2. Obtain all permits, licenses and certificates, or any such approvals of plans or specifications as may be required by Federal, State and local laws, ordinances, rules and regulations. 3. Compliant with Owner's internal policies for the proper execution of the work specified herein. 4. Comply with Federal and State right -to -know laws if hazardous materials are used. The Materials and Safety Data Sheets (MSDS) shall be made available to all workers and Owner representatives. PARCS Vendor shall report immediately to the Owner any spillage or dumping of hazardous materials on Owner property. The PARCS Vendor shall also be responsible for the cleanup and any costs incurred for all such incidents. 5. Keep current copies of all licenses, registrations or permits required by applicable governing agencies on the job site while performing the contract work and provide copies to Owner as requested during the performance of this contract. 6. Payment Card Industry (PCI) compliance is required. 7. Comply with the requirements of the American with Disabilities Act (ADA) including the 2010 ADA Standards for Accessible Design and any state or local jurisdiction requirements for accessibility, communication and use by individuals with disabilities and compliant with any Owner internal policies. Contractor is responsible for determining which parts of the PARCS must be ADA compliant. 8. The following is a list of standards referenced in the contract documents. The latest revision in effect for each standard at the time of Notice -To -Proceed (NTP) shall be used in conjunction with the contract documents. a. ADA b. CFR C. ANSI X9.24, Financial Services Retail Key Management d. Federal Communications Commission emission limits e. FIPS 140-2 f. International Electrotechnical Commission (IEC) 529 g. ISO 9001 ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 1 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 h. ISO/IEC 7816 parts 1 through 3 i. ISO/IEC 14443 j. ISO/IEC 18092 / ECMA-340, Near Field Communication Interface and Protocol-1 k. ISO/IEC 21481 / ECMA-352, Near Field Communication Interface and Protocol-2 I. NFPA 70 M. NFPA 130 n. National Electrical Code o. Payment Card Industry Data Security Standard (PCI DSS) p. Payment Card Industry Payment Application Data Security Standard (PA DSS) q. Payment Card Industry Point to Point Encryption (PCI P2PE) r. UL Standard 60950, "Information Technology Equipment — Safety" S. UL 325 9. The PARCS Vendor shall identify and notify the Owner of any changes to the standards that are instituted between the time of NTP and PARCS implementation and certify that their software meets these requirements. 1.2 DEFINITIONS A. List of abbreviations: 1. ADA Americans with Disabilities Act 2. ANSI American National Standards Institute 3. API Application Programming Interface 4. APGS Automated Parking Guidance System 5. AVI Automated Vehicle Identification 6. BG Barrier Gate 7. BLE Bluetooth Low Energy 8. CBEMA Computer and Business Equipment Manufactures' Association 9. CDMS Central Data Management System 10. CFR Code of Federal Regulations 11. CT Cashier Terminal 12. EMV Europay, MasterCard, and Visa 13. ENS Entry Station 14. EXS Exit Station 15. FACTA Fair and Accurate Credit Transactions Act 16. FAT Factory Acceptance Test 17. FDR Final Design Review 18. GPR Ground Penetrating Radar 19. GUI Graphical User Interface 20. HA High Availably 21. IP Intrusion Protection 22. IRW Image Review Workstation 23. ISO International Organization for Standardization 24. LAT Lane Acceptance Test 25. LED Light Emitting Diode 26. LPR License Plate Recognition ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 2 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 27. NEMA National Electrical Manufacturers Association 28. NEC National Electrical Code 29. NFC Near Field Communication 30. NTP Notice to Proceed 31. ODBC Open Database Connectivity 32. ODT Operational Demonstration Test 33. PA-DSS Payment Application Data Security Standard 34. PARCS Parking Access and Revenue Control System 35. PCI Payment Card Industry 36. PCI P2PE PCI Council Certified Point to Point Encryption 37. PCI DSS Payment Card Industry Data Security Standard 38. PIL Pay in Lane 39. PIN Personal Identification Number 40. POF Pay on Foot 41. PSCS Parking Space Count System 42. QA/QC Quality Assurance/Quality Control 43. SCS Space Count System 44. SDD System Design Documents 45. SDR System Design Review 46. SQL Structured Query Language 47. UL Underwriters Laboratories, Inc. 48. UPS Uninterruptible Power Supply 49. VM Virtual Machine 50. VMS Variable Message Sign 51. VoIP Voice over IP (internet Protocol) 1.3 SUMMARY A. Furnish and install an on-line, real-time Parking Access and Revenue Control System (PARCS) functioning in the manner described herein. System Description The new PARCS will include entry and exit lane plazas and pay -on -foot machines at each of the following parking garages, owned and operated by the City, as specified below: Iowa Street Ramp, 701 Iowa Street • 622 spaces • Two (2) entry lanes, one at W. 8th Street and one at Iowa Street • Two (2) exit lanes, one at Iowa Street and one at W. 6th Street All entry and exit lanes separated from one another. • Two (2) Pay -On -Foot (POF) kiosks installed per the construction documents. • Fixed LPR to be installed at all entry/exit lanes to facilitate frictionless entry/exit by contract/permitted and paid parkers. Locust Street Ramp, 830 Bluff Street 444 spaces Two (2) entry lanes, one at Locust Street and one at Bluff Street 2 exit lanes, one at Locust Street and one at Bluff Street ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 3 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 • All entry and exit lanes separated from one another. • One (1) POF kiosk will be installed per the construction documents. • Fixed LPR to be installed at all entry/exit lanes to facilitate frictionless entry/exit by contract/permitted and paid parkers. • VMS deployed as shown on the drawings. 51h Street Ramp, 501 Iowa Street • 675 spaces • Two (2) entry lanes, one at W. 51 Street and one at W. 6th Street • Three (3) exit lanes, one at W. 5th Street and two at W. 6th Street • All entry and exit lanes separated from one another. • One (1) POF kiosk will be installed per the construction documents. • Fixed LPR to be installed at all entry/exit lanes to facilitate frictionless entry/exit by contract/permitted and paid parkers. • VMS deployed as shown on the drawings. Intermodal Ramp, 351 East 9th Street • 317 spaces • 2 entry lanes, one at E. 9th Street and one at Washington Street • 2 exit lanes, one at E. 9th Street and one at Washington Street • All entry and exit lanes linked at joined entry/exit plazas. • One (1) POF kiosk will be installed per the construction documents. • Fixed LPR to be installed at all entry/exit lanes to facilitate frictionless entry/exit by contract/permitted parkers. • VMS deployed as shown on the drawings. Five Flags Ramp • 333 spaces • Two (2) entry lanes, one at W. 4th Street and Iowa Street at the northeast corner of the garage, and one on Main Street that enters to the fourth level. • Two (2) exit lanes, one at W. 4th Street and Iowa Street at the northeast corner of the garage, and one that exits into the alley at the south side of the garage between the garage and the West 3rd Street bridge. • All entry and exit lanes separated from one another. • Two (2) POF kiosks will be installed per the construction documents. • Fixed LPR to be installed at all entry/exit lanes to facilitate frictionless entry/exit by contract/permitted parkers. • VMS deployed as shown on the drawings. Central Avenue Ramp • 515 spaces • Two (2) entry lanes, one at Central Avenue and one at Iowa Street. • Two (2) exit lanes, one at Central Avenue and one at Iowa Street. • All entry and exit lanes separated from one another. • One (1) POF kiosk will be installed per the construction documents. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 4 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 • Fixed LPR to be installed at all entry/exit lanes to facilitate frictionless entry/exit by contract/permitted parkers. • VMS deployed as shown on the drawings. System Design 1. FMS consisting of server, task or subsystem computers and workstations providing on-line monitoring and control of all PARCS devices. Through information generated by system reports, a complete FMS capable of: a) Correlating RCS and ACS entries and exits with vehicles present. b) Reconciling time parked with revenue generated. c) Providing independent and consolidated occupancy and activity counts for both RCS and ACS systems. d) Monitoring all lane equipment. 2. ACS for regular (`monthly') parkers who prearrange parking and utilize proximity cards or LPR-reads to enter and exit the facilities. 3. RCS for `transient' parkers who pull a ticket to enter and pay a fee to exit either in advance at the POF or at the exit via Credit Card. o RCS including a validation system to reduce or eliminate fees. Other Equipment: a. POFs accepting coin and payment card only, as indicated on drawings. Protective bollards. C. Signs as indicated on drawings. d. Other equipment as specified herein. B. References in this section to "Contractor" include any Subcontractor performing Work related to the PARCS. C. Identify any clarifications, deficiencies, exceptions or errors in the Specifications or Drawings in Contractor proposal. Deficiencies or discrepancies in the Specifications or Drawings do not relieve the Contractor of the responsibility to provide a fully functional, reliable PARCS as intended by the design. Clarifications and exceptions to the design taken by the Contractor must be clearly stated in the proposal and are subject to Owner approval. D. See Drawings for equipment locations. E. Work Included: F. Review Drawings and Specifications to be certain that all functional requirements, as described, can be achieved with equipment to be supplied. G. Provide Submittals as specified. H. Coordinate and confirm final and precise layout of PARCS equipment, mounting structures, conduits, stubs, and anchor bolts with Owner prior to installation. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 5 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 Attend construction meetings, provide schedules as requested, and schedule fieldwork to be coordinated with Owner. Provide and install all PARCS equipment as described and specified. K. Provide and install mounting structures necessary for the PARCS equipment. L. Provide and install all software, ancillary components, and materials to provide a complete and functioning PARCS and the interconnection with any Owner supplied equipment. M. Provide, install, terminate, and connect all necessary communications wiring and conduit required for the PARCS. N. Provide, install, terminate, and connect any power conditioning that is required for the operation of the system. O. Provide a method to pay for parking via a smart phone. Most preferred method is direct link to pay by scanning the ticket with the smart phone camera, but other options that require a payment app will be considered. 1. Comply with all applicable codes and standards. 2. Authorize and accept responsibility for application of power to equipment and initiation of operation. 3. Run all initial diagnostics and system testing necessary to provide a complete working system. 4. Participate in system commissioning as required herein. 5. Test equipment a specified. 6. Provide as -built drawings, operating manuals, maintenance manuals, as specified. 7. Provide training as specified. 8. Remove and dispose of existing PARCS in accordance with applicable laws and codes. 9. For any PARCS components or equipment being removed that are within scope of the PCI-DSS as defined in the most -current version of the standard, securely dispose of such components or equipment using techniques described in the standard (PCI-DSS Section 9.8 and its subsections, or as revised). 10. Provide warranty services as required. P. Work Excluded 1. WAN will be supplied by the City to provide interconnection between the various sites. All work within the ramps is by contractor. 2. City will provide internet connectivity. Q. PARCS Future System Expansion: Readily upgradable, scalable, and modular in design to accommodate additional equipment, parking facilities, features and functionalities including the following: a. Additional PARCS field devices. b. Additional parking facilities. C. Additional integrations (LPR, loyalty programs, connected cars, Bluetooth, etc.). ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 6 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 d. Interface with open API's for adding third party applications (e.g., ParkMobile). e. Firmware or software upgrades without the need to replace field devices. 1.4 REQUIRED MEETINGS A. System Design Review (SDR) meeting: Conduct initial SDR meeting in Dubuque, Iowa or via remote virtual meeting (at the City's discretion)within forty-five (45) days of contract award (after final contract negotiations) and follow-up as needed. Purpose of SDR is to review the Contractor's System Design Documents (SDD), which include the following Proposal Submittals and Informational Submittals: 1. Product Data Submittals 2. Typical Lane Layouts 3. Project Schedule 4. Phasing Plan 5. Transition Plan 6. Samples 7. Training Plan 8. Testing Plan B. Pre -Installation Meeting: Conduct meeting at project site thirty (30) days in advance of time scheduled for work to proceed to review requirements and conditions that could interfere with successful PARCS implementation. All parties concerned with PARCS installation including electrical, communications, concrete/asphalt work, or others who are required to coordinate work should attend. Include the Owner or their representatives. At a minimum, cover: 1. Required preparatory work 2. Site safety and security requirements 3. Required work areas and laydown requirements 4. Review installation and implementation schedule 5. Review testing and acceptance procedures 1.5 SUBMITTALS A. Proposal Submittals Company Information a. Provide the following company information: 1) Name of company submitting proposal. 2) Brief company overview including a description of the company culture, company structure, and a statement on whether the company is a private or public entity. 3) Years in business. 4) Number of employees. 5) Annual sales volume. 6) List of key accounts. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 7 City of Dubuque, IA Construction Documents Project # 21-005202.00 February 2024 7) Names and titles of key personnel. Identify the primary point of contact and authorized individual to submit the proposal on behalf of your company. b. Provide a list of any subcontractors, their business address, and a brief summary of their role in the project. C. Description of the Contractor's presence in the local area. 1) Physical location of the nearest service center for PARCS maintenance and repairs. 2) Number of staff at this location. 3) Number of contractor -owned service vehicle at this location. 2. Manufacturer's Qualifications: Verify the following, in writing: a. In continuous operations for previous five years. b. Primary components installed and operating in three or more facilities of similar size and complexity. Provide the following for each installation. 1) Name of project 2) Location 3) Contact name, telephone number and email address 4) Date of installation 5) Number of lanes 6) Description of equipment and quantities 7) Payments accepted 8) Credential types used 9) Photos of installed PARCS 3. Installer Qualifications: a. In continuous operations for previous five years. b. Proven ability to install equipment and provide appropriate and required service and support after installation. 1) Approved in writing by PARCS manufacturer(s). 2) State number of years installing for manufacturer. 3) Three comparable installations in parking facilities of similar size and complexity in past three years. 4) Provide the following for each installation. a) Name of project b) Location c) Contact name, telephone number and email address d) Date of installation e) Number of lanes f) Description of equipment and quantities g) Payments accepted h) Credential types used i) Photos of installed PARCS C. Service Center located within two -hours driving distance of site. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 8 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 d. Organizational Chart - include names, title, and roles of individuals who will be assigned to this project including any subcontractors. e. Include resumes for key personnel. 4. Project Approach — Submit the following: a. Executive summary of your team's proposed PARCS solution for completing the scope of work, as described, including any unique PARCS features and functionalities that will enhance customer service and facilitate greater operational efficiencies. b. Detail the plan for design, installation, implementation, training, and testing. C. Description of the Contractor's approach for post -installation customer service. 5. Project Schedule based on the anticipated project milestone dates outlined herein: a. Milestone dates clearly identified b. Task and subtask start and completion dates C. Narrative description of phasing for each area of work including installation of field devices and performance of acceptance testing d. Training schedule relative to system activation 6. Product Data Submittals: a. List of each primary component of system and the manufacturer. b. Cut sheets including equipment dimensions; power and load requirements; communication requirements; operating temperature range; buffering limits for all PARCS devices; and IP rating for field devices for all PARCS equipment listed in Section 1.3.D, as well as: 1) Communication Network Components 2) UPS 3) Traffic Control Signage 4) Server 5) Managed switches 6) Server Rack 7) Workstation 8) Software Application 7. Payment app Integrations a. List all existing product integrations that allow a parking charge to be paid by a smartphone app or other similar means such as a QR-coded ticket with a direct payment URL link. 8. List all manufacturer -recommended spare parts (name, part number, quantity, and unit price) to be maintained on site. a. The Owner reserves the right to order additional parts and manage the PARCS spare parts inventory as required to maintain the system. b. The proposed spare parts list is subject to the approval of the Owner, and the Owner reserves the right to modify the spare parts inventory throughout the term of the Contract. C. Owner to provide a storage location of the spare parts. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 9 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 d. Provide a software/database monitoring tool for tracking the inventory and usage of spare parts. 9. Detail server infrastructure solution and components, including an on premise or cloud -based solution. Description of any offsite or cloud -based components of the system and the methods by which the on -site equipment and software communicates with the offsite/cloud-based components. This must include a description of the communications and networking methods required to integrate the onsite and offsite components, who provides the associated communications network (Owner, Contractor, or a combination), and any costs associated with this communications network. 10. Software application and version(s). 11. Provide a narrative and graphic description of the PCI P2PE solution including: a. Any entities (gateways or service providers) that will stand between the PARCS and the intended processor. b. Any one-time, recurring, or transaction -based costs associated with the use of those gateway or service providers. C. Network diagrams and data flow charts describing the solution. 12. PARCS standard reports including screenshots and sample reports. 13. List of any Contractor needed equipment that the Contractor expects the Owner to provide. 14. Price Proposal Form with total PARCS cost and unit cost of each component along with add/alternate items and any reoccurring costs (on an annual basis) not already provided. 15. Exceptions and Substitutions: a. Substitutions: Where functional performance features or quality of system varies materially from that specified, identify substitution being proposed. Include catalog sheets, brochures, and/or technical specifications of the proposed substitution. b. Exceptions: Provide an all-inclusive list of all exceptions taken to any part or parts of these Specifications (including substitutions). 16. Warranty: Submit copy of warranty and explanation of any instances which may impact warranty coverage. B. Informational Submittals — After Project Award, prior to SDR meeting. All submittal approvals, comments and rejections will be returned to the Contractor by the Owner's designated representative. Required Submittals must be resubmitted until accepted. Provide cover letter indicating the submittal purpose with area for comments and stamp by Owner's representative. Responses will be returned indicating one of the following with additional notes as needed: a. "No Exception Taken" — accepted submittal. b. "Rejected" — resubmittal required. C. "Submittal Not Required No Review Performed" — no further action needed. d. "Make Corrections Noted Resubmittal Not Required" - accepted but take corrective action. e. "Revise and Resubmit" — resubmittal required. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 10 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 2. Detailed Project Schedule for implementation, training, and testing including: a. Project plan in Gantt chart format generated using currently supported Microsoft Project or similar program approved by Owner. b. Milestone dates clearly identified, including staff training and testing C. Task start and completion dates. d. Phasing for installation of field devices, performance of acceptance testing, and activation for public use. 3. Shop Drawings a. Mounting details for PARCS equipment, per manufacturer recommendations. b. Wiring diagrams detailing wiring requirements for power, signal, and control systems. C. Locations for electrical and communications connection points and pathways including conduit runs, network access points, power panels and circuits, and server location. d. Clearly indicate work that is not in contract. 4. Samples: submit samples of tickets, reports, and other items requiring selection as part of the SDR meeting. 5. Schematic diagram showing communication between head end equipment and field devices. C. Other Submittals — After Project Award, prior to SDR meeting. Submit in accordance with Division 1 Training Plan and Schedule (to be submitted as part of the SDR meeting): a. Owner to tentatively approve or suggest changes to the training schedule. b. Fourteen calendar days prior to each instruction session, submit an outline of the instruction material and approximate duration of the session. Allow ample time within each session for the Contractor to fully describe and demonstrate all aspects of the PARCS and allow Owner personnel to have hands-on experience with the PARCS. 2. Testing Plan (to be submitted as part of the SDR meeting): a. Plan for testing all system functionalities described herein as well as any other functionalities proposed by the Contractor. b. Owner to return review comments to the Contractor. Contractor to incorporate review comments into the Test Plan and resubmit for verification that all comments have been incorporated. Approved document will be termed the Test Procedures Document. C. Approval of finalized Test Procedures Document is required prior to commencement of any test. d. Develop test procedures for: 1) Lane Acceptance Test (LAT). 2) Operational Demonstration Test (ODT). ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 11 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 e. Revised schedule in Gantt format with milestone dates clearly identified, task start and completion dates, lane -by -lane installation dates, training dates, and testing dates. f. Description of phasing to decommission each lane, install new field devices, perform LAT, and activate for public use. g. Description for parking operational impacts during the transition from the old PARCS to the new PARCS. 3. Submit the following manuals in both hardcopy and electronic (PDF) format 30- days prior to commencement of testing: a. PARCS user's manuals. b. PARCS subsystem manuals. C. Accessory and 3rd party equipment manuals. d. PARCS maintenance procedures manual. e. Training manuals. 4. Spare Parts a. Deliver spare parts per the approved spare parts list, complete and ready to use, prior to commencement of testing. b. Maintain inventory of spare components at this level as components are used during warranty period. 5. Stock Items: Furnish the following supply of operating stock items prior to commencement of testing. a. 100,000 Owner approved parking tickets. b. 100,000 Owner approved receipt tickets per exit device unless provided above. C. 5,000 Proximity HID iClass cards. 6. Equipment Keys a. Provide two (2) sets of keys for each unit of equipment with locks. b. All equipment and enclosures of the same type (ENS, EXS, Gates, etc.) have the same key and equipment of different types have different keys. C. Keys are unique to this project; other equipment supplied by the same manufacturer in the region cannot use the key provided for this project site. d. APM doors and vaults cannot be keyed the same and must be high security mechanical keys. e. If a special tool is required to perform any function on the PARCS during the normal course of business and/or maintenance, provide three of these tools. D. Closeout Submittals Copies of all licenses, registrations, documentation, disks and other media (as may have been included with commercially available software packages) to be submitted prior to commencement of testing. In addition, ensure that all licenses, registrations and warranties have been transferred to Owner prior to final software turnover. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 12 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 2. As -Built Documentation: Submit as -built documentation of all systems and components installed as part of the PARCS. Include drawings of the actual installed conditions of all equipment and cabling components and configuration settings upon the completion of any acceptance test. a. Update the most recent as -built documentation as further changes occur in the field or as a result of a patch or upgrade to an installed system throughout the warranty period. b. Provide a list of all TCP/IP devices with each device's IP address, MAC address, and general description of the installation location. 1.6 QUALITY ASSURANCE A. Comply with all laws, ordinances, codes, rules, and regulations of public authorities. It is 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 system, even when not specifically referenced. B. Obtain all required permits. C. All equipment and parts to be newly manufactured and never installed in any other operational system other than for factory test purposes. D. UL standards where test standards have been established. 1. Equipment and materials which are not covered by UL Standards may be considered provided equipment and material is listed, labeled, certified or otherwise determined to meet safety requirements of a nationally recognized testing laboratory. 2. Equipment of a class for which no nationally recognized testing laboratory accepts, certifies, lists, labels, or determines to be safe, will be considered if inspected or tested in accordance with national industrial standards, such as NEMA, or ANSI. Evidence of compliance shall include certified test reports and definitive product data. E. Equipment housings, conduits, and junction boxes exposed to weather (any location not in a conditioned environment) shall meet or exceed IP65 standards. Components that do not meet IP65 standards or better may be considered if implemented with supplemental environmental controls such as air conditioners and dehumidifiers. 1.7 DELIVERY, STORAGE, AND HANDLING A. Contractor must receive all equipment on -site. Owner will not receive, unload, or participate in the delivery of equipment to the site. B. Contractor is responsible for replacing any items damaged during shipping, by expedited means, at no additional cost to the Owner if required to maintain installation schedule. C. Coordinate designated storage/staging area(s) for PARCS equipment that has not been installed prior to shipping to site to ensure area is sufficient and available. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 13 City of Dubuque, IA Project # 21-005202.00 1.8 Construction Documents February 2024 D. It is the Contractor's responsibility to protect the equipment from theft and damage until final acceptance. This may include installation of fencing, locks, and any other security provision deemed necessary by Contractor. Should the stored equipment be stolen or damaged prior to final acceptance, replace the equipment at no additional cost to the Owner. E. Deliver equipment to site in manufacturer's original containers to prevent damage and marked for easy identification. FA PROJECT/SITE CONDITIONS Environmental Conditions: Entire system and components warrantied to be unaffected by weather conditions typical to the area as well as the conditions listed below: 1. Ambient Temperatures: -10°F to 120OF (with addition of solar loading) 2. Humidity: 0% to 99% (non -condensing) 3. Rain: Blowing rain with 80 mph gusts 4. Dust: Accumulating and blowing dust and fine sand B. Entire system and components warrantied to be unaffected by non -direct lightning strikes, or similar types of power interference. 1. Present solution for preventing power interference for Owner approval prior to implementation. 2. Provide lightning protection through surge arrestors or earthen ground rods or a combination thereof for the PARCS. 3. Determine, based upon the PARCS manufacturer's system requirements, the appropriate lightning protection method to use for the location where the equipment is installed. 4. Provide equipment that is UL-approved for use as part of a labeled lightning protection system and marked in accordance with UL procedures. C. Any new islands or pads containing PARCS equipment must not be poured until stub ups and any necessary anchor bolts are properly placed and verified by the Contractor. Any conflicts with installation at a particular location must be resolved prior to pouring lanes and pads for PARCS equipment. 1.9 WARRANTY, SERVICE AND SUPPORT (INITIAL PERIOD) A. Warranty period on the PARCS starts upon notification from the Owner of Final System Acceptance. B. Warranty all parts, materials, and workmanship following Final System Acceptance for a period of 12 months (1 year). Inclusive of ALL costs (parts, labor, maintenance, software support, warranty repairs, Contractor travel time, Contractor expenses, etc.) incurred during the warranty period to be provided without additional cost to the Owner. C. Costs (time and material) for repair or parts replacement, components, etc., damaged or rendered unserviceable due to apparent and provable misuse, abuse, vandalism or negligence by Owner or the using public are excluded as a warranty requirement. Also ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 14 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 excluded from the warranty are damages due to Acts of God. Contractor costs related to these non -warranty repairs can be invoiced to the Owner on a time and materials basis. D. Maintain all systems that are operating prior to starting the warranty period. Maintenance services to be defined within the Manufacturer's recommended maintenance procedures manual submitted as accepted by the Owner. E. Repair Service during the Warranty Period: 1. Begin repair service within 24-hours of the initial service request by the Owner within normal business hours. 2. Resolution of the situation within 48-hours after notification is required in all situations. A temporary solution is acceptable in the event replacement parts are not available in inventory. 3. Factors beyond the control of the Contractor, such as unexpected delays in parts, accidents, severe weather, and unusual traffic, require thorough documentation to be submitted to the Owner the next business day. The Owner may grant relief for the service hour requirement after reviewing these factors. F. Emergency Maintenance Service during the Warranty Period: Conditions requiring emergency maintenance services by the Contractor are conditions in which a lane, PARCS device, or group of devices become unusable due to malfunction, failure, or damage and the condition cannot be remedied by Owner personnel. 1. Provide three (3) methods of notification to be used for emergency contact information (ex: telephone, email, SMS text message). 2. Acknowledge receipt of emergency service request within 60 minutes of notification. 3. Begin emergency repair service within 8-hours of the emergency service request. 4. Resolution of the situation within 24-hours after notification. A temporary solution is acceptable in the event replacement parts are not available in inventory. 5. Factors beyond the control of the Contractor, such as unexpected delays in parts, accidents, severe weather, and unusual traffic, require thorough documentation to be submitted to the Owner the next business day. The Owner may grant relief for the service hour requirement after reviewing these factors. G. Software Support during the Warranty Period: 1. Provide on -site and remote software support for PARCS and all 3rd party software applications. 2. Provide 24/7 hotline telephone software support. 3. Make available to the Owner normal PARCS software improvement releases (updates) when they become available at no additional cost to the Owner. 4. Provide all PARCS and operating system software patches and updates free of charge during the warranty period; however, the Owner reserves the option of implementing the updates or not. Provide documentation seven calendar days prior to all PARCS and operating system software modifications, patches, updates, and upgrades, that describes: a. Patch/update release designation b. Proposed date and time of implementation ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 15 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 C. Detailed description of what the patch/update accomplishes d. Full disaster recovery procedures that return the system to its pre- patch/update condition 5. Coordinate the testing and implementation of all patches and updates with the Owner. PARCS Database and PARCS application software maintenance to be performed remotely or on -site as approved by the Owner. 6. Support upgrades to the PARCS application based on operating system patch and upgrade requirements. (For example, if the PARCS runs on a Microsoft operating system, patch the PARCS software according to the Microsoft patch and upgrade schedule without breaking any application. If Microsoft decommissions an operating system, the Contractor must be capable of releasing code compatible with next operating system upgrade prior to Microsoft ending support for current operating system.) 7. Provide corrective patches and upgrades in the event security vulnerability or system availability issues are discovered. H. Preventive Maintenance Service during the Warranty Period: 1. Provide preventive maintenance services for all systems throughout the warranty period. Preventive maintenance procedures and frequencies to be defined within the Manufacturer's recommended maintenance procedures manual submitted with the Proposal as modified and accepted by the Owner. 2. Preventive maintenance services include but are not limited to inspection, testing, necessary adjustment, alignments, calibration, parts cleaning, battery replacement, communication system maintenance, server administration and database administration of the PARCS provided by the Contractor. 3. Perform all preventive maintenance at non -peak periods during regular business hours. 1.10 ADD ALTERNATES A. Post Warranty Maintenance Services and Support Include proposed add/alternate costs in the proposal to provide post -warranty maintenance services for the PARCS on an annual basis for five (5) years following expiration of the warranty period with pricing valid for the Owner to purchase the Post -Warranty Maintenance Services through a service agreement between the Owner and Contractor. B. Invoicing System 1. See description in Section 2.3. PART 2-PRODUCTS 2.1 PAYMENT CARDS A. All aspects of the PARCS, including but not limited to, hardware, software, configuration settings, processes (both manual and automated), policies, procedures, reports, network ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 16 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 architecture, data storage schemes and other products for the PARCS must be compliant with all applicable Payment Card Industry (PCI) Security Standards Council standards, Information Supplements and Guidelines (www.pcisecuritystandards.org) published or in force at the time of installation, so that the Owner can certify the system as PCI Compliant. As part of demonstrating compliance with the PCI security standards, the requirement or use of a compensating control (as defined by the PCI Security Standards Council) shall only be permitted with written approval of the Owner. B. Coordinate with Owner on clearinghouse and/or gateways to be used for authorization. C. Provide authorization for the following brands/types of payment cards: 1. Visa 2. MasterCard 3. American Express 4. Discover 5. Bank -Issued Debit Cards with any of the above card brand affiliations, accepted as a credit card. D. Provide a PCI-P2PE PA-DSS validated system for handling card -present transactions. E. Support EMV Chip, Mag-stripe, Contactless reading of payment cards for card -present transactions. F. Support Amazon Pay, Apple Pay, Google Pay, Samsung Pay mobile device -based payments. G. Support PCI-compliant storage of up to 1000 transactions in an offline state. H. Provide a system using tokenization by a current validated PCI Level 1 Service Provider for handling card -not -present transactions (if any). Provide, test and install quarterly security updates for system components in the cardholder data environment, such as operating system, application software, firmware, etc. related to payment cards during Warranty Period and any optional Extended Service Coverage selected by Owner. J. Payment card processing time of no greater than ten (10) seconds. 2.2 SOFTWARE A. Provide all software and software licensing required by the system to achieve total system performance. B. Use proven, off -the -shelf software (i.e., software already manufactured and available for delivery) to the greatest extent possible. C. Provide open APIs for dissemination to third party websites and applications. Such API's must be open, documented and non-proprietary using industry -standard approaches such as REST or Websocket. Data access via the API is to be available to Owner at no additional charge. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 17 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 D. Unless specified elsewhere, provide the latest available software version at the time of system implementation for all third -party software, including operating systems and database software. E. Make any necessary modifications, and provide documentation of such modifications, to existing third party software programs that the Contractor adopts for the system. Should the Contractor and the software manufacturer be separate entities, the software modifications will not preclude the purchase of a standard maintenance and service contract from the manufacturer. F. Purchase software maintenance for all third -party software naming the Owner as the software Owner and contact. Provide maintenance agreements throughout the duration of the warranty period. G. Provide any necessary perpetual licenses and/or authorization for all PARCS related software including, but not limited to, operating systems, application software, development language, peripheral software, and PARCS hardware diagnostic software. If available, provide a site license to the Owner, meaning usage of the license is unrestricted, regardless of the physical locations where the software may be used. H. If any of the software is cloud -based and provided on a Software as a Service (SaaS) basis, Contractor is to document in the Proposal their SaaS licensing terms and conditions, and the options and costs for a multi -year license for terms ranging from 2 (two) up to 10 (ten) years in length. Furthermore, if any component of the system is cloud -based and provided on a SaaS basis, Contractor is to describe in their Proposal what occurs in terms of system and feature functionality if Owner chooses not to renew SaaS-based licensing. Provide licenses that cover future updates as required by these specifications. Deliver original ISO, USB Stick, DVDs/software or product keys and software license documentation with Owner listed prior to commencing system testing. K. Database Management System 1. Use a specified commercial off -the -shelf ODBC-compliant relational database software program to provide complete operation of the PARCS. This database software is required to be one of the following, as these products are known to support appropriate database integrity, resiliency and API features: Oracle Database, Oracle MySQL, Microsoft SQL server, IBM DB2, or PostgresSQL. 2. Provide database schema to Owner. 3. Provide database access credentials to Owner. L. Operating System Platform 1. Use a commercial off -the -shelf operating system to provide complete operation of the PARCS. 2. Operating system software consisting of software to support system setup, system operation, routine hard drive backups, diagnostics, and other maintenance routines. 3. Upgrade the PARCS application to operate on the most current operating system upon commercial release of a new operating system version. Upon completion of ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 18 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 successful Contractor testing, recommend implementation of the patch. Implementation subject to the Owner's approval. M. PARCS Application Software: 1. Install and configure all application software and firmware required by the PARCS with all software licenses registered to the Owner. 2. Provides complete operation of the PARCS and includes the database management system. 3. Allows for future upgrade and expansion of the PARCS. 4. Browser -based and web -browser enabled such that the PARCS is accessible from any Owner workstation connected to their network. 5. Operates across dedicated PARCS Local Area Network (LAN), accessible with proper user ID and password, on all workstations authorized to access the PARCS software modules. 6. Allow multiple groups and roles that govern individual access to the system. The assignment of a group/role will control access to the various modules of the PARCS, and if the access is update or view only. 7. Access rights to the system for the various groups and roles will be defined during implementation. 8. PARCS application software to provide the following: a. Manage, display, and report all PARCS-related activity as outlined in this functional specification. b. GUI that is intuitive and user friendly. C. Automatic detection and reporting of fault conditions and equipment failures. Categorize fault condition by severity and display alarm notification on the system GUI as well as notify designated Owner personnel via email and/or text message for any individual fault condition, category of fault, or Owner - selected group of faults. d. Reporting as outlined in the Reporting section. e. Real-time monitoring of all PARCS field devices f. Central access and control of field devices for users with the appropriate authorization to issue remote commands from system workstations to the field devices such as raising and lowering the BG; rebooting field devices; putting field devices in or out of service; remote transaction processing; etc. g. Audit logging for the use of central controls within the PARCS database by user ID, time, device controlled, and action taken. Audit logging to include all creation, deletion and modification of the following items: 1) Rates and rate tables 2) Validations 3) Contract parker configuration 4) User access to system 5) Field device configuration 6) Field device actions, such as manual gate raise 7) Parking facility definition within the system 8) Parking facility occupancy and capacity 9) End -user messaging 10) Credit card acceptance configuration 11) Custom reports ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 19 City of Dubuque, IA Project # 21-005202.00 m A N. Reporting Construction Documents February 2024 12) Audit log Configurable parking rates, grace periods, and time increment changes from system workstations. Configuration access to be restricted to Owner designated users with proper authorization. Remote communication with all devices in real-time for a general broadcast of information (e.g. rate changes or time increment changes) or software update and an ability to communicate to a single device to upload information or software. It shall be possible to remotely shutdown a field device's operating system, upload updates and remotely restart the field device. Correct calculation and processing of parking fees during a transition: 1) from daylight savings time to standard time, and vice versa 2) at the beginning of March during leap years (e.g., when there is a February 29th). 3) from one rate to another (e.g., rate has an effective date so that Customers are charged a parking fee based upon the parking fee that was current at the entry date and time, not the exit date and time, allow the new rate to be either less than or greater than the new rate). Programmable rate structure to establish variable rates based upon the time of day, day of week, and special events. Programmable rate structure to establish daily/weekly/monthly maximum fees, grace times, and complimentary periods. Programmable rate structure to allow configuration of the tax rate applied to parking fees. Create system generated alarms — generation of alarms for user selectable event type. Alarm Hierarchy shall be completely configurable so the Owner can adjust priority of alarms, audible tones, where the alarms are sent, etc. Initial Alarm Hierarchy shall be coordinated with the Owner during implementation. Ability to export all query results and reports to multiple formats including Portable Document Format (PDF), comma -separated -value, and Microsoft Excel©. 1. Available online and on demand for Owner personnel who have proper password access. 2. Viewable, printable, and exportable from the GUI. 3. Data compiled in an ODBC compliant database with the ability to prepare custom reports using the PARCS data including Microsoft Excel, at a minimum, via a comma -separated -value file format. 4. Provide the Contractor's PARCS standard reports including report descriptions, selectable data fields, and report layouts for all standard reports. 5. Coordinate with the Owner as required during the system design to address specific reporting needs of the Owner. At a minimum, reports provided shall include: a. Detailed Revenue and Non -Revenue Transactions Reports — Reports of transactions processed through the PARCS by user selectable parameters ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 20 City of Dubuque, IA Construction Documents Project # 21-005202.00 February 2024 including user type (ticketed customer, validation, pre -paid, parking integrator, Access Credential, etc.), date/time range, and by PARCS device. b. Detailed and Summary Revenue Reports for daily, weekly, and monthly PARCS activity. C. Payment Card Reports — Reports of payment card transactions by user selectable parameters including date/time range, payment card type, transactions type (valid online transaction, declined transactions, offline transactions, etc.) d. Outstanding Ticket Reports — Report of parking tickets that have been issued but have not been processed or exited from the system. e. Validation Report — Report of validations issued, amount of validations, and when the validation was used, by user selectable parameters. f. System Event Reports — Reports for system generated events by user selectable parameters including PARCS device and date/time range. g. Occupancy Reports h. ACS reports: 1) Activity Usage Reports — Provide a chronological list of ACS usage, including date, time, credential, and location of entries and exits; capable of being sorted by any field. 2) Count Reports — Monitor and report counts of ACS vehicles present on an hourly basis by group, access level. 3) Percentage of Occupancy — For selectable times during 24-hour period for all categories of ACS parkers. 4) In/Out Status Report: Shows status of all ACS cards at any given time, sortable by name/card #/status. 5) Active User Report — A listing of all active users that have access to the facility. 6) Activity Exceptions Report — A field -sortable listing of all activity exceptions to include at a minimum hard-passback, soft-passback, shared account, debit card, hotel quest pass and nesting violations. 7) User Changes Report — Provide report of changes to user accounts to include at a minimum debit card rate changes and status changes (e.g. card placed in neutral with no charges applied at exit). 2.3 ACCESS CONTROL SYSTEM (ACS) A. Provide an on-line, computer -based access control system for those authorized by Owner to have access to parking facility without being processed through ticket system, for example; a "monthly parker". B. Distributive, networked or centralized processing may be employed, so long as required multi -lane control features such as anti-passback, occupancy and activity tracking are maintained. 1. Authorized vehicles requiring free and fast ingress and egress to parking facilities. 2. Monthly parkers who have a contractual agreement and/or will prepay or prearrange billing for parking on a monthly basis. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 21 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 C. Individually recognize and process up to ten thousand (10,000) ACS users at all reader locations. D. Have at least sixteen (16) preprogrammed access levels capable of being changed without reprogramming of ACS. E. Provide anti -pass back control. With this feature, users enter and exit in proper sequence (i.e., entry, exit, entry, exit, etc.). 1. Selectable option to allow either "hard" (out of sequence user is rejected and an alarm is generated) or "soft" mode (out of sequence user is allowed access but reported.) 2. In both hard and soft modes, each out of sequence event is reported as an exception transaction in daily ACS access log. 3. Password protected "resynchronization" of all users to one access before return to anti-passback control. F. Link users to each other to allow one entity to be identified with and/or pay for a group of users. Provide up to one hundred (100) such user groups. G. Ability to group ACS credentials and limit access to a preset maximum number of vehicles in facility at any given time, and/or allow and track overages to be invoiced separately. H. Nesting feature: 1. Ability to require parkers that are assigned to park in a specific level or area (nest area) to use ACS credential to enter and exit nest area in order to exit facility. 2. Required sequence: In facility, in nest, out of nest, out of facility. Programming requirements: 1. Issue and reprogram ID devices. 2. Allow authorized supervisor to create, store, send and receive user programming from ACS readers. Password protected access to programming, with multiple levels of access, to any and all information regarding specific blocks and/or suites of cards. a. Provide at least twenty (20) programmable record fields for each person issued an ACS credential and at least twelve (12) programmable record fields for each user's vehicle(s). b. Allow specific parker record files to be retrieved, displayed and/or printed based on selectable criteria, such as current ACS status, access group, access level, and/or ID numbers (except data that is password protected). C. Allow searching, sorting and printing of database by any field for routine and special forms such as invoices or mass -mailings. d. Consolidating and retaining data to allow for report generation (see "reports"). Capable of reporting the collection of fees from parkers on monthly prepayment, decrementing, end of month billing, and/or credit card basis. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 22 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 3. Provide for posting of payments and automatic lockout of ACS users within programmable grace period after expiration of a prepaid account. Invoicing Package Include ACS ID device number(s), account number(s) and monthly rate associated for each ACS ID device being invoiced. 2. Must support multiple ACS IDs such as a prox card and an license plate or a single user. 3. Provide a monthly report listing total number of ACS ID device numbers invoiced and total dollar amount invoiced. 4. Provide an "on -file" credit card billing interface to allow automated credit card billing option. 5. Provide a password protected customer interface for customer registration, editing personal information, making payments and viewing payment history. 6. Provide password protected credit card file in compliance with credit card data security requirements of Payment Card Industry (PCI). 7. Include an Accounts Receivable package for all normal accounting functions associated with ACS revenue: a. Invoice report. b. Cash receipts journal. C. Accounts receivable ledger with supporting subsidiary ledgers for each account. d. Accounts receivable aging report for selectable time periods. e. Account history reports, indicating invoices and payments by customer. f. General ledger, adjustment ledgers, general ledger interface for Owner or Owner Representative's mainframe and all invoicing features included in invoicing package. g. Provide automatic on-line real-time monitoring of ACS usage with DVD/CD- ROM storage of transaction data for audit and analytic purposes. h. Monitor and report all alarm conditions. i. Password protection and Daily Log reports for all administrative actions. 8. Owner prefers system that can also integrate non -gated permits such that all can be managed within this single software function. a. Integrates to enforcement system such that valid permit holders will not be cited. b. Identify in the proposal all associated systems to which there is a software integration. 2.4 POWER A. See Drawings and Division 26 — Electrical. B. Examine and accept existing power to the field locations where there is existing PARCS being retrofitted. If inadequate, contractor is to retrofit it to required stadnards. C. Furnish and install all additional power conduits, pull cords, junction boxes, and cabling necessary to support the PARCS, per the PARCS manufacturer's requirements. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 23 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 D. Provide and install any power grounding and power conditioning that is required for the operation of the system. E. The Contractor is responsible for furnishing, installing, terminating and testing any cable necessary to provide power from the local power source to the field devices. 2.5 COMMUNICATIONS A. Reference Drawings. B. Unless specified elsewhere, contractor to provide and install all required communication cabling from IDFs to demarcation points. All such cabling is to be either CAT6 or fiber optic, in accordance with applicable IEEE/ANSI industry standards and distances to be spanned. C. Data connection provided from facility IDF to various locations near each equipment island or plaza. See drawings. D. Provide and install all additional communication equipment, conduits, pull cords, junction boxes, and cabling necessary to support the PARCS, per the PARCS manufacturer's specifications. E. The Contractor is responsible for furnishing, installing, polishing, terminating and testing any cable necessary to provide communication from the field devices to fiber termination points in the vicinity of each PARCS plaza to gain access to the PARCS servers. F. Provide and install all other communication switches, communication enclosures, and cabling at each lane to provide full PARCS system functionality. G. Configure all field component communication such that no single point of failure of a device shall cause an operational failure of surrounding devices. H. Every PARCS device and system component must operate independently in the event of a network communications failure or interruption. Each device requires buffering of data for a minimum of 2,000 transactions. System will continue to operate in the off-line mode and store the buffered data until the data connection is restored. Upon restoration of the data connection, all stored data will automatically be uploaded to the server or cloud. In the event some transactions are not successfully uploaded, send an alert, and continue to store the transactions locally until successful uploading has occurred. 2.6 EQUIPMENT AND SUBSYSTEMS A. Provide newly manufactured equipment and associated materials for the PARCS. B. All equipment performing a like function and of the same part number are to be fully interchangeable without the requirement for physical modifications. C. Computer System, Application, and Data Servers: If some or all of the PARCS servers reside outside the Owner's network, or are cloud -hosted, Contractor is to identify, document, and gain Owner's approval on a ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 24 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 mechanism to ensure that Owner has secure, complete, unrestricted access to the servers in the same manner as specified herein for on -site servers. In such a configuration, there are to be no restrictions on Owner's capability to establish or change passwords, access levels, etc. as specified above. 2. Review drawings for locations and Coordinate space needs with Owner as necessary. 3. Provide and install lockable server rack(s). Rack must be off the ground and protected from dust and debris. 4. No tower computer or other non -mounted equipment will be acceptable in the server rack. 5. Contractor to provide all servers, storage, network switchs (managed), required to operate the PARCS, subject to approval by Owner. Virtual Servers permitted. 6. All equipment to have sufficient processing power, memory capacity, and communication bandwidth to meet functional performance demands of PARCS software without loss of responsiveness to user input or slowing of any end node device or workstation. 7. Ensure UPS protection and battery back-up for servers for a minimum of two - hours. 8. As an Alternate, Owner reserves the right to procure and provide servers, storage, core switching, and workstations required to operate the PARCS. 9. Ability to operate in a virtual environment. 10. Use TCP/IP for data communication. 11. Provide centralized management of the PARCS. 12. PARCS servers to contain all PARCS application and database software that is associated with PARCS operation, data storage, and reports. 13. Install and configure all necessary software on the servers with all required system software licenses registered to the Owner. 14. The PARCS servers (if not cloud or internet hosted) shall reside on a dedicated PARCS network provided by Contractor. 15. Configure such that the following features and functionalities are attainable: a. Maintain 24 months of on-line data of all PARCS data. All data shall be readily accessible without any delay in processing. b. Provide fault tolerance such that no server -level single point of failure causes disruption to the PARCS or corruption of PARCS data. C. Long Term Storage Media — Ability to archive all summary data for up to five years with simple retrieval capability. 16. All PARCS data is considered to be the sole intellectual property of the Owner. Usage of this data by Contractor or by the PARCS vendor for any purpose other than to support, test or repair Owner's system requires prior written authorization from Owner. If such data is stored offsite or in the cloud under a term -based SaaS mechanism and Owner decides not to renew the SaaS agreement, Contractor is to send all PARCS data gathered over the lifetime of the system (i.e. from system activation date through the SaaS agreement termination date) to the Owner in an Excel format and is to subsequently delete such data from any offsite servers or cloud instances. D. Entry Station (ENS) ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 25 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 Provide and install ENS) at the public entry lanes, as indicated on the Drawings, equipped with the following components and capabilities: a. Access door with appropriate tamper -resistant locking system with notification/log of door openings b. Push button ticket dispenser (TD) C. Proximity Card Reader with a minimum read range of four inches integrated into the face of the ENS d. Barcode reader integrated into the face of the ENS capable of reading 1 D and 2D barcodes including pre-printed coupons/validations and electronic barcodes displayed on mobile devices. e. Payment card capabilities as defined in the Payment Card section (for pay at entry event mode) f. Integrated NFC reader (for pay at entry event mode) g. Push button intercom integrated into the face of the ENS h. Issues one time and date stamped barcode or mag-stripe parking ticket for each ticketed entry transaction i. Uniquely encoded tickets j. Unique ENS identifier encoded and printed on each ticket k. Machine readable ticket encoding that is compatible with all other PARCS components I. Minimum ticket stock capacity of 5,000 tickets M. Color display with minimum 5" display n. Provide selectable directional language, for a minimum of English and Spanish o. Use visual instructions for customers to understand the sequence of events to complete a transaction, including directional signage (subject to approval) informing user to take ticket and pay at pay -on -foot prior to exiting p. Stand-alone functionality that allows the ENS to operate independently when there is a temporary network communication failure, regardless of where the communication interruption occurs. Alarm for ENS offline condition to be displayed on the PARCS GUI. q. Ticket stock low alarm generated on the PARCS GUI r. Ticket stock out alarm generated on the PARCS GUI S. Interfaces with barrier gate and vehicle detectors in the respective lanes 2. Entry Procedures: a. Normal Entry — Ticket Issuing 1) Upon activation of the vehicle detector, ENS is armed and displays instructions to "push button for ticket", or another Owner approved message. 2) After button is pushed, the parking ticket is issued within 3 seconds 3) After customer removes the ticket the ENS sends a signal to the barrier gate and the barrier gate rises. 4) After vehicle crosses over the closing vehicle detection loop the gate closes, and the transaction data is sent to the PARCS server. Normal Pay on entry with credit card (event mode) ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 26 City of Dubuque, IA Construction Documents Project # 21-005202.00 February 2024 1) Upon activation of the EXS vehicle detector, EXS is armed and displays instructions to "please pay for parking" and fee, or another Owner approved message. 2) Displays the fee due with instructions to present payment card. 3) After the payment card is presented, the PARCS performs payment card authorization and the EXS display shows the message "Processing", or another Owner approved message. 4) Once payment is obtained, and if payment card reader is an insert - style reader, the EXS displays instructions to remove payment card. 5) Card is removed and the EXS produces a receipt. 6) EXS displays instructions to remove receipt. 7) After customer removes the receipt the EXS sends a signal to the barrier gate and the barrier gate rises. 8) After vehicle crosses over the closing vehicle detection loop the gate closes and the transaction data is sent to the PARCS server. C. Normal Pay on entry with cash using roving cashier (event mode) 1) Upon activation of the EXS vehicle detector, EXS is armed and displays instructions to "please pay for parking" and fee, or another Owner approved message. 2) Roving cashier facilitates payment and entry. See Roving Cashier specifications herein. d. Normal Entry — Barcode In 1) Upon activation of the vehicle detector, ENS is armed and displays instructions to "push button for ticket", or another Owner approved message. 2) Customer presents valid barcode (either on smart phone or printed) allowing pre -authorized entry to parking and the ENS verifies that it is a valid barcode. 3) After barcode is verified the ENS sends a signal to the barrier gate and the barrier gate rises. 4) After vehicle crosses over the closing vehicle detection loop the gate closes, and the transaction data is sent to the PARCS server. e. Back -out Ticket Taken 1) After ticket is taken by the customer and gate raises, the customer backs out of the entrance without entering the facility. 2) Alarm is sent to the PARCS GUI and recorded in the PARCS database. 3) Ticket is invalidated in the system. 4) Gate automatically closes after a user configurable timeout. Back -out Ticket Not Taken 1) After ticket is issued but before it is taken by the customer, the customer backs out of the entry lane. 2) Ticket is invalidated in the PARCS. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 27 City of Dubuque, IA Project # 21-005202.00 0 Construction Documents February 2024 Normal Entry — ACS 1) Upon activation of the vehicle detector, ACS reader is armed. 2) ACS reader identifies ACS credential device in lane and searches for authorization through ACS Controller. If authorized, a signal is sent to open the gate. 3) After vehicle crosses over the closing vehicle detection loop the gate closes, and the transaction data is sent to the PARCS server. E. Exit Station (EXS) 1. Access door with appropriate tamper -resistant locking system with notification/log of door openings 2. Payment card capabilities as defined in the Payment Card section 3. Ticket verifier. 4. Barcode reader integrated into the face of the EXS capable of reading 1 D and 2D barcodes including reading pre-printed coupons/validations and electronic barcodes displayed on mobile devices. 5. Integrated NFC reader. 6. Push button intercom integrated into the face of the EXS 7. Unique EXS identifier encoded and printed on each ticket after processing 8. Machine readable ticket encoding that is compatible with all other PARCS components 9. Reads and verifies pre -paid tickets 10. Reads and verifies validated tickets. 11. Color display with minimum 5" display. 12. Provide selectable directional language, for a minimum of English and Spanish. 13. Use visual instructions for customers to understand the sequence of events to complete a transaction. 14. Stand-alone functionality that allows the EXS to operate independently when there is a temporary network communication failure, regardless of where the communication interruption occurs. Alarm for EXS offline condition to be displayed on the PARCS GUI. 15. Receipt printer that is capable of producing receipts for all transactions. a. Upon successful payment, print a receipt that includes: 1) Owner approved header 2) Transaction number 3) Lane or equipment number 4) Entry date/time and Exit date/time 5) Parking fee 6) Amount of tax for the parking fee (if applicable) 7) Other fees as applicable 8) Total fee paid 9) Payment type 10) Payment card type 11) Last four digits of payment card number User configurable for receipts to be auto issue or by request. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 28 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 C. Receipts to be FACTA-compliant. d. Receipt stock low alarm generated on the PARCS GUI e. Receipt stock out alarm generated on the PARCS GUI 16. Interfaces with barrier gates and vehicle detectors in the respective lanes. 17. Journal tape record of transactional information for each transaction processed at device. Journal record to be printable from any system workstation. Transactional information on the journal tape includes: a. Date and time of transaction b. PARCS device number C. Sequential transaction number d. Ticket number e. Entry date/time and exit date/time f. Parking fee g. Tax amount h. Total Fee i. Payment card type j. Last 4 digits of the payment card k. Payment card authorization code 18. EXS Exit Procedures: a. Normal Exit — Pre -paid Ticket. 1) Upon activation of the EXS vehicle detector, EXS is armed and displays instructions to "please insert ticket", or another Owner approved message. 2) The pre -paid ticket is presented and the ticket information is verified. 3) The EXS sends a signal to the barrier gate and the barrier gate rises. 4) After vehicle crosses over the downstream vehicle detection device the gate closes and the transaction data is sent to the PARCS server. Normal Exit — Validated Ticket 1) Upon activation of the EXS vehicle detector, EXS is armed and displays instructions to "please insert ticket", or another Owner approved message. 2) After the validated ticket is inserted or scanned, the validation is verified. 3) EXS sends a signal to the barrier gate and the barrier gate rises. 4) After vehicle crosses over the closing vehicle detection loop the gate closes and the transaction data is sent to the PARCS server. C. Normal Exit — Unpaid Ticket 1) Upon activation of the EXS vehicle detector, EXS is armed and displays instructions to "please insert ticket", or another Owner approved message. 2) After unpaid ticket is inserted, EXS calculates the appropriate parking fee and displays the fee due with instructions to present payment card. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 29 City of Dubuque, IA Construction Documents Project # 21-005202.00 February 2024 3) After the payment card is presented, the PARCS performs payment card authorization and the EXS display shows the message "Processing", or another Owner approved message. 4) Once payment is obtained, and if payment card reader is an insert - style reader, the EXS displays instructions to remove payment card. 5) Card is removed and the EXS produces a receipt. 6) EXS displays instructions to remove receipt. 7) After customer removes the receipt the EXS sends a signal to the barrier gate and the barrier gate rises. 8) After vehicle crosses over the closing vehicle detection loop the gate closes and the transaction data is sent to the PARCS server. d. Normal Exit — Barcode Out 1) Upon activation of the vehicle detector, EXS is armed and displays instructions to "please insert ticket", or another Owner approved message. 2) Customer presents valid barcode (either on smart phone or printed) allowing pre -authorized exit to parking and the EXS verifies that it is a valid barcode. 3) After barcode is verified the EXS sends a signal to the barrier gate and the barrier gate rises. 4) After vehicle crosses over the closing vehicle detection loop the gate closes, and the transaction data is sent to the PARCS server. e. Invalid Payment Card Presented for Payment 1) After the parking fee is displayed, an invalid payment card is presented and the display shows the fee due and the appropriate message while processing. 2) Once authorization is declined, the payment card is returned and the message "Card Not Accepted", or other Owner approved message, is displayed along with the fee due. 3) Once the customer presents a valid payment card for payment, the transaction continues as a normal exit transaction. Lost Ticket Transaction 1) The customer pushes the intercom button and informs the operator that they have lost their ticket. 2) The operator activates a lost ticket transaction from the workstation The correct fee is calculated and displayed on the EXS and the transaction continues as a normal exit transaction. 3) An exception ticket is generated for the lost ticket and retained for audit purposes. g. Unreadable Ticket Transaction 1) Ticket is presented to the ticket verifier and the ticket cannot be read. The message "Ticket Unreadable", or other Owner approved message, is displayed. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 30 City of Dubuque, IA Construction Documents Project # 21-005202.00 February 2024 2) The customer pushes the intercom button and informs the operator that they have an issue with their ticket. 3) The operator activates a lost ticket transaction from the workstation The correct fee is calculated and displayed on the EXS and the transaction continues as a normal exit transaction. 4) An exception ticket is generated for the lost ticket and retained for audit purposes. Normal Exit — ACS 1) Upon activation of the vehicle detector, ACS reader is armed. 2) ACS reader identifies ACS credential device in lane and searches for authorization through ACS Controller. If authorized, a signal is sent to open the gate. F. Pay -on -Foot Station (POF) 1. Independently and in concert with server, read ticket data to determine ticket validity, payment due and any encoded validation. 2. If payment is due, display amount due and request payment. a. Accept payment card as outlined in Payment Card section. Accept U.S. coin currency only (i.e. no paper bills). C. Retrofittable to accept US paper money and dispense as change. 3. Upon receipt of payment, issue machine encoded ticket, with programmable grace period. 4. Provide concise instruction with pictograms where appropriate for user-friendly operation. 5. Provide clear, audible instructions to patron throughout transaction process, selectable language, minimum of English and Spanish 6. Include high security lock system with appropriate alarm contacts for tampering. 7. Capable of maintaining a minimum processing rate, including typical patron delays, of 100 cash transactions per hour. 8. Operational Description a. Patron presents ticket to POF. b. For valid tickets, fee is displayed. Patron uses any of the payment methods based on machine type. Change is returned to patron if needed or payment card transaction is processed. C. Amount paid, transaction number and other data are printed on ticket in readable form and encoded on ticket. All data is sent to server. d. Patron is advised audibly and visually to take ticket and proceed to vehicular exit. e. Receipts are issued only upon patron request for all transactions. f. If POF cannot read ticket or it is otherwise identified as an exception transaction an alarm is generated, ticket is returned to patron, and a visual message advises patron that transaction cannot be processed and to press intercom for assistance. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 31 City of Dubuque, IA Project # 21-005202.00 G. Intercom Subsystem Construction Documents February 2024 1. Provide and install a video enabled intercom system for two-way communication between the PARCS field devices at all entry and exit lanes and POF stations, to a centralized location designated by the Owner. 2. Fully digital, microprocessor based, modular design using VoIP (Voice over Internet Protocol). 3. Programming server for all intercom features performed through networked workstation or from staff intercom station. 4. Programmed configuration of intercom stations and system features stored in non- volatile memory. 5. System includes all software and hardware required for programming system, including: a. Individually programmable volume control for each intercom station. b. Substations programmed to call staff intercom station. C. Call forwarding feature for individual stations or all stations to re -direct calls to another designated staff intercom station or designated phone number, including mobile phone. 6. Staff intercom station desktop model with full color LED display and noise cancelling microphone designed for high -noise environment. Required features: a. Provide full -duplex hands -free conversation with any other selected individual station or combination of stations in system. b. Integrated amplifier and loudspeaker. C. Firmware/feature upgrades available via download through intercom server with no local modification on station required. d. High sensitive microphone to provide clear conversation from a minimum range of 5 ft. e. Intercom station directory panel with direct access, pre -programmable function menus, selectable language, and adjustable display contrast. f. "Handset function" enabling user to switch from loud -speaking microphone operation to handset mode. 7. PARCS field device intercom substation requirements: a. Provide push button intercoms at all public entry lanes, public exit lanes, APMs, and inside parking booths. b. Integrated pinhole camera activated when intercom engaged. Video feed available to staff intercom station(s). C. Microphone, loudspeaker, and in -use LED all housed in one unit with configurable front pushbutton control. d. DSP technology to provide full speaker/microphone supervision and fully adjustable (volume/timing threshold programmable via intercom server) audio monitoring. H. Barrier Gate (BG) 1. Provide and install Barrier Gates (BG) at all entry and exit lanes, speed ramp and helix lanes, as indicated on the Drawings. 2. All gates referenced in this specification section shall contain the following: ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 32 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 a. Non -wood gate arm; bottom of arm padded. b. Electronically controlled rebound feature. C. Typical gate arm and length of 10 feet, determined by lane. d. LED light strip for gates with variable colors based on gate action/position. e. Single piece gate arm or articulated as required by height limitations 3. BG shall have enough power/resistance to ensure they cannot manually be forced open. 4. Gate controllers with the following features and functionalities: a. Microprocessor controlled and communication of gate status and functions to the PARCS workstations. b. Directional logic with electronic outputs to alarms, counters and to report atypical lane activity to PARCS. C. Ability to test gate operability and controller programming on -site without use of special diagnostic equipment. d. "AUTO -MANUAL" switch, and "ON -OFF" switch for gate. e. Contains power supplies, dust -proof relays, and other circuit components to control gate. f. Receive inputs from the ENS, CT, or EXS and open after receiving the appropriate signal and close after the vehicle passes over the closing loop. g. Receive commands from the PARCS workstations for remote opening and closing of the BG. 5. Gates installed at all lanes shall fail to either the closed or open position in an event there is a power failure and the UPS is no longer able to provide sufficient power to operate the lane based Owners preference. Control Gate Restrictions: 1. Provide signage warning and prohibiting pedestrians and motorcycles from utilizing control gate as a means of ingress or egress to the facility. 2. Locate along approach route of the automated gate and/or affix to both sides of the control gate arm. 3. Incorporate both text and graphics to convey the hazards of ignoring. Vehicle Detection Device 1. Provide pre -formed vehicle detection loops at all entry and exit lanes as shown on drawings. 2. Coordinate to have pre -formed loops installed 1.5 inches below final topping. 3. Detect vehicular presence, legal entry, legal exit, illegal exit, illegal entry, and back - out. 4. Each public entry and exit lane contains two or three vehicle detection loops. 5. Loop detectors shall be dual channel detectors. 6. Provide two channel pulse and presence outputs. 7. Provide separate, momentary contact closures upon detection of a vehicle, along with continuous contact closures during the period that the vehicle is detected. 8. Loop detectors shall contain two fully separate, self -tuning, vehicle loop detectors and directional logic circuitry. 9. Incorporate a sensitive tailgate recognition system capable of resolving two automobiles within six inches of each other on a standard 2.5 ft x 6 ft loop. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 33 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 10. Loop detectors shall each have adjustable sensitivity modes. 11. Different sensitivity settings shall allow vehicles of varying height and size to be properly detected. 12. Loop detectors shall be fully microprocessor -based. 13. Loop detectors shall generate two loop frequencies. No two frequencies shall be the same to minimize the possibility of detector crosstalk or interference between two detector loops mounted within close proximity. Detectors generating an identical frequency are unacceptable. K. Inductive Loops Existing loops may be used if: a. They are tested for ground shorts. b. They are positioned correctly. C. Contractor is willing to extend full newly installed loops. warranty to reused loops identically to 2. Cut -into paving surface and filled with manufacturer's approved sealant. 3. Be formed by three to four turns of 20-gauge/16-gauge XLPE single -conductor wire. 4. No splices are permitted. 5. Contain loop leads: a. Limited to a length of 30 feet b. Have a four -twist minimum per foot and located at a minimum of 18 inches from electrical power lines C. Be contained in separate conduit to prevent interference from electrical signals d. Light in color (White, Red, or Orange) for presence loop e. Dark in color (Black, Blue, or Green) for safety loop f. Light in color (White, Red, or Orange) for secondary presence loop (if applicable) g. Dark in color (Black, Blue, or Green) for down -stream loop (if applicable) 6. 20-gauge XLPE single conductor wire: a. #20 AWG multi -strand copper wire b. 0.040" Nominal XLPE (cross -linked polyethylene) Insulation C. 0.120 Nominal O.D. for use in 1/8" saw cuts d. Only used in Concrete drive lanes 7. 16-gauge XLPE single conductor wire: a. #16 AWG multi -strand copper wire b. .080" Nominal XLPE (cross -linked polyethylene) Insulation C. 0.220" Nominal O.D. for use in 1/4" saw cuts d. Used in Concrete or Asphalt drive lanes 8. Backer Rod: a. Closed cell polyethylene foam b. Installed prior to sealing saw cuts ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 34 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 C. Holds loop wires and lead-in wire securely in saw cuts d. Prevents wires from floating to surface when sealant is applied e. Use 2" piece in at least every 2' of saw cut f. Used in concrete or asphalt g. 0.375" Nominal O.D. for use in 1/8" saw cut h. 0.500" Nominal O.D. for use in 1/4" saw cut L. Reversible Lane Function: (if applicable) 1. Reversible Lane shall be in either entry mode or exit mode 2. Entry/Exit mode to be controlled automatically via FMS a. Mode change is programmable at certain times to operate automatically b. Programmable times can be updated/changed via FMS by user — no service technician needed C. Mode can be over -ridden by FMS control center via simple drop -down menu 1) If lane is in entry mode, the lane can be reversed to exit mode by FMS control center 2) Mode of reversing lane will go back to automatic control at next pre- programmed time 3) No manual intervention will be required to return to fully automatic reversing lane control 3. Entry/Exit mode will not change until the lane is clear of vehicle presence a. If mode is changed automatically by FMS or manually over -ridden by control center and a vehicle is present on any of that lane's presence or safety loop, the lane controller will not change mode. b. Once that lane's inductive loops are cleared of vehicles the entry/exit mode will automatically update. C. No line of sight will be required for safe operation of automatic reversal of lane. M. Roving Cashier Function 1. Proximity card with pre -loaded cash value to allow roving cashier to assist patron in payment card only lane with only cash. 2. Upon payment of cash for parking, proximity card will activate the gate with the parking fee deducted from the pre -loaded proximity card. 3. System to track Pre -loaded card and produce an activity report to balance out the cashier at the end of the shift. 4. Remaining value plus the collected cash equals the original pre -loaded value. N. Uninterruptible Power Supply (UPS) 1. Provided conditioned/emergency power through TCP/IP -enabled UPS units for the following components to protect components from loss of power, power spikes, and power sags: a. Servers 2. UPS battery back-up sized to last forty-five (45) minutes. 3. Facilitate a 30% expanded load with an 80% continuous load factor. 4. Provide a single UPS for each lane to support all PARCS devices within the lane. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 35 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 5. On-line, solid state UPS that provides both backup power and transient surge protection. 6. Determine the UPS backup requirements for each of the locations where UPS backup is required, based upon the equipment that is being supplied by the Contractor. Owner to review and approve the UPS units to be provided by the Contractor. 7. Test all UPS system components during the LATs for each PARCS device. O. Validation System Web -Based Validation System Post Ticket a. Authorized issuer logs into a password protected account via computer, smartphone, or another web -enabled device. b. Customer's ticket number is entered or ticket is scanned via handheld, desktop, and/or wall -mount scanner (hardware included with system). C. Validation is selected as a cash value, time value, or a rate change. d. Multiple validations can be applied to the same ticket. e. Software tracks and stores user ID, ticket number and validation amount for billing purposes. f. Validation billing software can calculate and prepare monthly invoices. 2. Web -Based Chaser Ticket (Follow-up Validation) a. Authorized issuer logs into a password protected account via computer, smartphone, or another web -enabled device. 1) Printable on authorized user's workstation printer. 2) Ability to send an electronic barcode via mail, email, or text. 3) Single ticket or bulk volume for events. b. Customer inserts or scans entry ticket into EXS. C. After fee is displayed, user inserts or scans validation. d. Software tracks and stores User ID, ticket number, date/time of entry and exit, and validation amount for billing purposes. e. Validation billing software can calculate and prepare monthly invoices. 3. Advance Creation Entry/Exit Validation Passes a. Authorized user logs into the system to create custom validation pass. b. Type of pass can be single day, multi day, single use, or multi use. C. Valid entry and/or exit date and time can be selected. d. Ability to print on paper or send an electronic barcode via mail, email, or text. e. Pass can be scanned at entry and exit device; no ticket is needed. f. Software tracks and stores validation pass data for reporting purposes. g. Validation billing software can calculate and prepare monthly invoices. P. Proximity Card Access System 1. Passive credential design capable of being read within 6 inches of reader. 2. Read and process credential within one second of presentation to reader. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 36 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 3. Checking protocol that identifies multiple reads of same card within a few seconds (due to users "waving" card in front of reader), correcting false anti-passback reads. 4. Owner designated individuals shall be able to use the system for ingress and egress to/from the parking facilities at designated locations. 5. Authorized PARCS users shall have the ability to view and program proximity card privileges and access rules. 6. Provide the Owner with the appropriate tools to program and/or encode proximity cards from one or multiple PARCS workstations. 7. Proximity cards with a mill thickness equal to that of a standard payment card. 8. Anti-passback capabilities that can be turned on or off at the Owner's discretion for individual users, groups of users, or entire system. 9. Report the occupancy of proximity card customers in real-time. 10. Provide configurable user group parameters and rules that are accessible and changeable by the Owner on any of the PARCS workstations. Software code changes shall not be required to edit user group parameters and rules. 11. User groups and individuals within the user groups will each have the capability of being assigned access privileges based upon, date, day of week, time of day, or any combination thereof. 12. Upon reading the proximity card the display window will provide a welcoming or thank you message to include the users name and company (programmable message). Q. LPR System Capabilities and Integration with PARCS 1. The LPR system consists of all hardware and software necessary to provide a complete and functional LPR system that achieves the Owner's required functionality and accuracy, and that does not adversely affect any function of the PARCS. 2. Provide an LPR subsystem that is fully integrated into the PARCS, including tying the OCR (Optical Character Recognition) captured at entry to the unique ticket identification or other entry credential information, such as registered monthly parker license plate, for every transaction. Should the entry information need to be obtained at an exit station to process the transaction (i.e., lost ticket, unreadable, etc.), both the OCR and ticket is to be removed from their respective active inventories once the vehicle has exited. 3. Provide software with separately adjustable retention periods for LPR images and OCR text. Retention or discarding of either data type has no effect on the remaining data record if separate retention periods are kept. Data is purged after the retention period. Provide a retention period at least as short as one day and at least as long as 180 days. 4. Provide standards -based capability to receive text license plate characters from external sources through API that can be used for alerting purposes through System's existing software -based alerting methods. R. LPR CAMERASFurnish and install image capture cameras including any lights or shade canopies necessary at all public entry and exit lanes to provide system functionality in any amount of ambient light. 2. Provide theft deterrent and vandal resistant housings and fasteners for lane equipment. 3. Determine the exact location of each device, subject to Owner approval. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 37 City of Dubuque, IA Project # 21-005202.00 S. Construction Documents February 2024 4. Entry and exit images to be pre -capture, meaning that the cameras are placed such that a vehicle's license plate is photographed before the parking credential has been issued or accepted by the entry/exit device. 5. Preferred method of illumination for license plate capture is a combination of infrared and natural/white light. If Contractor believes white light illumination is not required, Contractor is to explain the reason for this. 6. Provide protection for LPR cameras from passing vehicles. LPR Image Review Workstation (IRW) 1. IRWs to be provided by the Owner, with all necessary LPR software installed by the Contractor. It is acceptable for the IRW to be the same workstation as is used for the PARCS administration and reporting. 2. Provide an operator with the ability to review and correct LPR data and manage LPR exception transactions at the entries and exits. 3. Automatically send correction and exception transactions to the first available IRW and remove the exception from all system workstations after it has been successfully resolved. 4. Capability of reviewing and correcting entry images after the fact; that is after the vehicle has entered the parking facility. No time limit is to be stipulated for after the fact entry lane OCR correction, therefore, entry lane corrections can be made during off-peak transaction processing time. LPR System Performance Requirements 1. Acquire an image of a vehicle's entire license plate at a 99.5 percent (99.5%) or higher rate for all non -exception vehicles as defined within this section. The intent of the 99.5% capture rate is to have a visual record of 99.5% of all non -exception license plates entering the facility. 2. Achieve an N Factor rating of 94% meaning specifically that the LPR Subsystem is to read all license plate characters, exclusive of stacked characters, correctly ninety-four percent (94%) of the time for all non -exception vehicles as defined within this section. Missing, misread, or additional characters as determined by the LPR Subsystem is to be counted against the read accuracy. (i.e., if a license plate contains six standard characters "ABC123", then N=6. Therefore, in order for the system to achieve an N read, the system must return the license plate "ABC123" exactly.) Additional characters added before or after the license plate characters are to count against the read rate. (i.e., "1ABC123" would not constitute an N read.) 3. Achieve an N-1 Factor rating of 98% meaning specifically that the LPR Subsystem is to read all but one character, exclusive of stacked characters, correctly ninety-eight percent (98%) of the time for all non -exception vehicles as defined within this section. Missing, misread, or additional characters as determined by the LPR Subsystem are to be counted against the read accuracy. (i.e., if a license plate contains six standard characters "ABC123", then N=6. Therefore, in order for the system to achieve an N-1 read, the system must return "xBC123", "ABC12x", etc.) Additional characters added before or after the license plate count against the read rate. 4. Exception vehicles will not count against the accuracy of the LPR Subsystem. For the purposes of the LPR performance requirements an exception vehicle is defined as: ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 38 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 a. Any vehicle whose license plate is obstructed, obscured, or encroached upon by a foreign object. b. Oversized vehicles that have a total distance between the center of the drivers' side window and the end of the rear bumper greater than 15 feet. C. Vehicles that contain excessive graphics and advertising such that it is impossible for the LPR system to determine which graphics belong to the license plate and which graphics do not. d. Vehicles with no license plate, or relocated to a window and not in the OEM location. e. Vehicles with temporary cardboard "Dealer Plates." f. Damaged plates. g. Plates from locations other than the U.S., Canada, and Mexico. h. Motorcycles. 5. Ambient lighting conditions are to have no effect on the accuracy of the LPR system regardless of the time of the day and night. Contractor to provide any necessary shading or lighting elements required to mitigate the effect of the ambient lighting conditions on the LPR system performance. 6. Provide a means, subject to approval by the Owner, to remotely score the LPR Subsystem to ensure it meets the performance requirements. Assist the Owner in transferring images from each lane to a storage format such as CD-ROM, DVD, memory stick, or uploaded to an FTP site that can then be viewed and scored on a standalone PC by the Owner or their designated representative. Owner is to be able to select any images stored on the LPR database for scoring purposes. The Contractor to provide all software needed to test the LPR Subsystem's performance. The software is to be able to be downloadable to a standalone PC used for testing. U. Integrated Signage: Dynamic Message Sign (DMS) a. Provide DMS per Drawings b. Full color 8 mm LED with variable message. C. Changeable messages easily programed and controlled through GUI. d. Pre-programmed messages: 1) Closed 2) Pre -paid Only 3) Open 4) Contract Parking Only 5) Credit Card Only 6) Cash or Credit 2. Traffic Control Sign a. Provide green LED arrows and red LED X's, to indicate individual lane status. b. Locate per drawings. C. Dual LEDs in red and green to indicate lane status. 2.7 SOURCE QUALITY CONTROL ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 39 City of Dubuque, IA Project # 21-005202.00 A. Internal Contractor Tests Construction Documents February 2024 1. All equipment to have successfully passed formal manufacturing tests and quality assurance inspections to validate compliance with these functional specifications prior to the start of installation. Records for formal internal Contractor testing and inspection for performance, materials quality and/or workmanship to be maintained by the Contractor and made available if requested by the Owner prior to the start of installation or at any point during the execution of the Contract. 2. Have readily available proof of product reliability analysis and testing should reliability become a problem at any time from the beginning of installation testing through the final operational test period. PART 3 - EXECUTION 3.1 EXAMINATION A. Meetings: Meet with Electrical Contractor, before any rough -in work begins to: 1. Review building plans as related to PARCS equipment. 2. Discuss details and/or precautions to assure that all PARCS equipment functions properly. 3. Determine that all required conduits and wiring are properly laid out. B. Site Verification of Conditions: Verify all existing conditions in the field prior to implementation. In the event that conditions in the field are different from the conditions described and shown in the Drawings, the Contractor shall notify the Owner in writing of the exact differences and shall inform the Owner in writing of any implications the differences have on the project. C. Examine location of all equipment and office equipment to determine if there are any constraints of conflicts before office equipment installation. D. Examine roughing -in for electrical systems to verify actual locations of connections before parking control equipment installation. E. Additional Wiring: Provide all additional conduit and wiring which is needed for total system performance but which was not noted on Contract Documents at no additional cost to Owner. F. Verify that all required PARCS conduits and wiring is properly located and installed prior to installing PARCS equipment. G. Verify equipment layout in accordance with manufacturer's recommendation to allow proper movement of air through and around equipment. H. Test, adjust and interface circuits prior to installation of PARCS equipment. Coordinate with Owner or Owner's Representative location and type of internet connection required for all external communications, i.e. payment card authorization/settlement, remote access, etc. within 30-days after award of contract. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 40 City of Dubuque, IA Construction Documents Project # 21-005202.00 February 2024 Examine substrates, areas, and conditions for compliance with requirements for installation tolerances, including equipment bases; accurate placement, pattern, and orientation of anchor bolts; critical dimensions; and other conditions affecting performance of the Work. K. Investigate adequacy and quality of electrical power to all existing lanes, determine grounding requirements and notify Owner in writing prior to submission of shop drawings of any requirements for new power service, conduit, wiring or grounding. M 3.2 A. B. 3.3 Investigate existing communications conduit to all existing lanes and notify Owner in writing prior to submission of shop drawings of any requirements for replacement, relocation or extension of existing conduit not already identified for replacement or relation. Proceed with installation only after unsatisfactory conditions have been corrected PREPARATION Coordinate installation, staging, and power connections with various trades to ensure a coordinated effort. Attend regularly scheduled project meetings. INSTALLATION A. Verify that the installation locations are prepared and ready to have the equipment installation completed. The Contractor to notify the Owner, in writing, if the Contractor finds that the installation location is not prepared for installation due to unfinished work outside of the Contractor's scope of work. The written notification to provide detail of the elements that are in need of modification in order to prepare the location for equipment installation. B. Proceed with installation only after unsatisfactory conditions have been remedied. C. Install all PARCS equipment per equipment manufacturer recommendations. D. Any patches, upgrades, updates, or modifications to the PARCS software during the installation period require appropriate documentation and approval before the modification is made. E. During installation and the warranty period, the Owner will attempt to make available to the Contractor an area to serve as an office/work area for the technicians that support the system. It is the responsibility of the on -site technicians to keep the office/work area clean and free of all hazards. F. PARCS System Access During installation, warranty, and post -warranty, real-time communication between the PARCS servers and the Contractor's software support team for supporting the system may be required. This communication will be via an Owner -provided VPN ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 41 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 connection and will be required to go through the firewall to get onto the Owner's network to access the PARCS servers. 2. Coordinate with the Owner to obtain VPN access to the Owner network and set up user accounts. 3. Each individual accessing the Owner network is required to have an account. Group accounts are prohibited. 3.4 FIELD QUALITY CONTROL/ACCEPTANCE TESTING A. Lane Acceptance Test (LAT) 1. Conduct LATs as a demonstration to the Owner or its representatives that the installed equipment complies with the Contract, the Contractor's product data, and to other documentation, such as user manuals. 2. When a PARCS equipment location installation has been completed, the Contractor shall conduct its internal testing of the installed equipment. Internal testing shall follow the identical LAT test procedures that shall be used during LATs observed by the Owner. 3. Upon successful completion of the Contractor's test, the Contractor and the Owner will perform the LAT to verify performance. The LAT shall only be observed by the Owner after a fully completed and signed test script verifying successful completion of the Contractor's internal lane testing is submitted. Signed internal test scripts shall be submitted at least one calendar day prior to the scheduled test with the Owner. 4. LATs shall be conducted for each PARCS entry lane, exit lane, PIL, and POF and shall include tests of PARCS equipment and software. The Contractor shall not activate the system for service until all LATs have been successfully completed for each lane or device and the Owner has notified the Contractor that it is ready to put the equipment into operation. 5. The Contractor shall provide test procedure documents for LATs as part of the Test Plan in accordance to the submittal guidelines. LAT Test Procedures Documents shall be provided for each count location type and test procedures shall include the following sections: a. Narrative describing the general procedures to be followed; b. Definition of all minor and major deviation types; C. Checklist of all items necessary to conduct the test (e.g. PARCS devices included in the test, consumables, validations, payment cards for payments, vehicles, etc.); d. Checklist for the components of each PARCS equipment location; e. Signature page for all LAT participants' signatures; f. Step by step instructions for testing each functionality; g. Tests for verifying the reporting requirements; h. Area within each test section to denote "pass" or "fail"; and i. Section for listing and describing test deviations. 6. The Contractor shall provide all ancillary items necessary to complete the LATs for testing purposes. In addition, the Contractor shall make available sufficient personnel to perform the LAT in an efficient and timely manner. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 42 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 7. The LAT shall be considered successfully completed when all components have passed their respective test procedures and all test documents have been signed by the Owner and Contractor. Minor deviations resulting in the creation of punch list items shall not be considered grounds for failure of the overall LAT. Major deviations found during the LAT shall result in the retest of the lane or device. The Contractor shall agree to credit the Owner from its total contract value for any travel and/or labor costs incurred by the Owner or its representatives as a result of additional effort required to retest failed devices. 8. Minor deviations are any failure that does not affect system functionality, fee calculation accuracy, transaction count accuracy, exception count accuracy, active ticket inventory accuracy (system vs. actual), transaction processing, payment card processing, calculations, or report accuracy. 9. Major deviations are any failures that affect system functionality, fee calculation accuracy, transaction count accuracy, exception count accuracy, active ticket inventory accuracy (system vs. actual), transaction processing, payment card processing, calculations, or report accuracy. B. Operational Demonstration Test (ODT) 1. The ODT shall be comprised of all equipment, systems, and subsystems performing under actual conditions, e.g., Customer use, normal activity recording, and reporting procedures. This ODT shall demonstrate, over a period of 30 consecutive calendar days, the successful performance of all aspects of the PARCS. 2. During the ODT only routine maintenance procedures, as defined by the preventative maintenance procedures manual and according to industry standards, shall be permitted. All other maintenance procedures shall be approved in writing by the Owner before they are performed; otherwise, they shall constitute a failure of the ODT and a mandatory restart. 3. The Owner reserves the right to be present for all maintenance services during the ODT. 4. For purposes of the ODT, a subsystem is defined to be any one of the following: a. PARCS Application Software b. Data Communication System C. PARCS Servers d. PARCS Entry Lanes e. PARCS Exit Lane f. APMs g. Proximity Card Access System h. AVI System i. Intercom System j. PARCS Reporting System 5. The ODT shall begin after successful completion of all LATs on a date mutually selected and agreed to in writing by the Owner and the Contractor at a time designated by the Owner. The ODT monitors system performance of the entire system operating as a single unit. The Contractor shall submit an ODT test document as part of their Test Plan in accordance with the submittal requirements. ODT test documents are intended to outline procedures for monitoring the overall ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 43 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 performance of the PARCS and shall not include test procedures for individual components. The ODT test documents shall include: a. Narrative describing the general procedures to be followed b. Methodology for calculation of downtime and accuracy for the various PARCS components C. Electronic tracking document to be used during the ODT period for documenting failures and downtime 6. The ODT shall continue for 30 consecutive 24-hour periods during which all the performance criteria, stated below, shall have been met. If during the 30-day period the system fails to meet any one of the following specified performance criteria, the test shall begin anew on a day agreed upon by the Owner and the Contractor. The Contractor shall agree to credit the Owner from its total contract value for any travel and/or labor costs incurred by the Owner as a result of retesting the system. 7. The performance criteria for successful completion of the ODT shall include: a. No individual subsystem shall be operationally unavailable for four or more hours cumulative during the 30-day test period. b. No individual subsystem shall be operationally unavailable for more than two consecutive hours. C. If any single component fails more than once during the 30-day period for the same reason, it shall be replaced upon the second failure with a newly manufactured component of the same type and the test shall continue. d. No component of a given type shall fail more than three times during the 30- day test period for the same reason. Upon the fourth failure all components of that type shall be replaced or modified to correct the common deficiency, and the test shall be restarted from the beginning. 8. In addition to the PARCS reports generated during the ODT, the Contractor shall provide to the Owner a one -page summary report that clearly provides the overall percentage of system downtime and causes of that down time. 9. The Contractor shall provide to the Owner a corrective action report that provides a detailed description of each failure that occurs during the ODT. The corrective action report shall include the type of failure, why the failure occurred, what was done to remedy the failure, and whether or not the failure resulted in a restart of the ODT. 10. A subsystem shall be considered unavailable as long as any major component of the subsystem is not functioning. 11. An inoperative subsystem shall not be deemed unavailable if it has become inoperative because of: a. Outage of line power beyond required duration of UPS power backup b. Malicious damage or vandalism to a component(s) by employees, customers or others C. Network connectivity issues beyond the PARCS d. PARCS failures due to issues and/or failures outside of the Contractor's control e. Failures caused by a 3rd party f. Act of God ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 44 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 12. Should a failure occur in the system that is caused by normal hardware failure, it shall be repaired and the test resumed with downtime accrued. Where the failure causes inadequate test data to be collected or a loss of test data, then the test shall be restarted from a point where it can be successfully completed with data to verify compliance with the Contract and the test procedures document. 13. If the system "crashes" during a test, then the test shall be stopped. "Crash" is defined as a failure in which the PARCS cannot properly process vehicles or record transactions. The Contractor shall analyze the cause of the system "crash," document the cause in a system problem report, responsively repair the flaw, and document the repair in a corrective action report. 14. Where corrective action impacts delivered documentation, the documentation shall be corrected prior to Final System Acceptance. 15. Upon formal written approval of the corrective action report by the Owner, testing may continue if a problem has been encountered as long as the Contractor can clearly demonstrate that the failure is associated only with one function of the system, corrective action has been taken to remedy the failure, and the corrective action shall not impact other areas of the system. 16. Where the system does not perform a function or incorrectly performs the function but the system does not crash, testing may continue, as long as the function is corrected and all of the following conditions are met: a. the functionality of processing vehicles and recording transactions works properly according to the Contract b. no personnel, vehicle or driver safety issues exist C. PARCS applications continue to function normally d. failure does not cause loss or contamination of data e. all reports are 100% accurate. 17. Where the above criteria are not met, the test shall be stopped and corrective action taken and verified prior to testing restart. 18. During the test, the continued availability of the system shall be demonstrated. Where a failure occurs that causes data loss, system instability (crash), and/or contamination of the data and the database, the Contractor shall immediately correct the problem. Testing shall continue until a consecutive 30-day period of stable operation is achieved. Stability is defined as the proper functioning of the PARCS with a failure having no impact on the continued system operation or on the integrity of data. C. Punch List 1. Starting with the beginning of installation through Final System Acceptance, the Contractor shall submit a document on a weekly basis showing the status of all outstanding system issues, regardless of severity, including the plan for resolution and estimated completion date. 2. All deviations noted during acceptance testing shall be recorded on the Punch List. D. Final System Acceptance Final System Acceptance will be submitted by the Owner, in writing to the Contractor, upon successful completion of all acceptance tests, and upon ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 45 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 verification by the Owner of complete resolution of all outstanding items on the Punch List. 3.5 INSTRUCTION AND TRAINING A. By means of instructional classes augmented by individual instruction as necessary, the Contractor shall fully instruct the Owner's designated staff in the operation, adjustment, and maintenance of all products, equipment, and systems. B. Coordinate scheduling of instruction and training classes with Owner to avoid conflicts and peak -period personnel demands. Submit a proposed instruction schedule at a joint meeting conducted prior to equipment installation. Owner will tentatively approve or suggest changes to the training schedule at that time. C. Submit an outline of the instruction material and approximate duration of the session. Ample time shall be allotted within each session for the Contractor to fully describe and demonstrate all aspects of the PARCS, and allow Owner personnel to have hands-on experience with the PARCS. D. All instruction courses to consist of classroom instruction and actual "hands-on" experience. Classes to be set up in a room designated by the Owner. Provide one instructor for the duration of each program. E. The instructor shall speak fluent English in a clear and precise manner. F. The class material shall include schematics, as well as an overview and descriptions of the equipment. G. The Contractor shall provide all documentation required for instructing Owner personnel. The Owner retains the right to copy training materials as frequently as required for ongoing internal use only. H. An instructional notebook or user's manual shall accompany every instruction course. The Contractor shall submit a hardcopy of the user's manual per the submittal guidelines. In addition, all manuals (instruction and maintenance) shall be submitted in electronic format (.PDF) on a CD-ROM or DVD. The user's manuals shall be written in common English with appropriate photos, diagrams, and schematics to supplement the text. Training classes to be provided for the following groups: 1. Cashiers 2. Supervisors 3. Image Reviewers 4. System Administrators 5. Accounting/Audit 6. Maintenance Staff 3.6 EQUIPMENT PROTECTION ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 46 City of Dubuque, IA Project # 21-005202.00 Construction Documents February 2024 A. All above ground equipment components installed near drive isles shall be protected from damage by vehicular movements by protective bollards or other barriers as recommended by the Contractor. Contractor is responsible for final bollard location to ensure installed bollard does not prevent access to the PARCS devices or interfere with the travel path of PARCS access doors. B. Each above ground island -mounted device shall be protected by one or more bollards. END OF SECTION 11 12 26 ©Copyright 2024. All rights reserved. No part of this document may be reproduced in any form or by any means without permission from Walker Consultants. ©2024, Walker Consultants. All rights reserved. PARCS WITH LPR 11 12 26.01 - 47 Parking Access & Revenue Control System (PARCS) City of Dubuque, Iowa THE CITY OF DUB-%TE Masterpiece on the Mississippi Equipment Procurement Request for Proposal Appendix A Vendor Evaluation and Selection Process Page 1 of 11 INITIAL EVALUATION CRITERIA Proposals will be screened to ensure that they meet the minimum requirements of the proposal format. A selection committee will review qualifying proposals and select Vendors for placement on the Vendors short-list for the project. The following criteria are among those that will be used to initially evaluate submitted proposals: A high level of professional competence and a proven track record in the design and construction administration of parking gate equipment installation and supporting technology and softwares: a. Qualifications and experience of the Vendor and any Subcontractors. b. Demonstration of the project team's professional expertise and technical abilities. c. If a joint venture with Subcontractors, the track records of the project team experience working together. d. Experience of the Vendors working on municipal projects. e. Experience of the project team working on municipal projects similar in size to the City of Dubuque. 2. Quality and completeness of the written proposal. The proposal should clearly demonstrate understanding of the City's overall objectives for this project. 3. Design approach/methodology for completing the scope of services such as: a. Grasp of project requirements and level of interest in the project. b. Creativity and problem -solving ability. c. Ability of project team to demonstrate initiative, motivation, and knowledge as an indication of their desire to work with the City of Dubuque. 4. Proposed schedule required to complete project. 5. Ability to provide a dproject team that has experience with all aspects covered by this RFP's scope of work, and who can draw on significant institutional knowledge to bring innovative solutions to the project that provide a high level of customer service and ease of use for both the customer and the system administrator. 6. Cost of the proposed project. VENDOR SHORT-LIST EVALUATION CRITERIA The RFP selection committee may choose to interview one or all of the short-listed Vendors. Both the original submitted proposals and the results of any Vendor interviews and professional references will be used to select the final Vendor for the project. The following criteria are among those that will be used to evaluate the Vendors on the short-list: A high level of professional competence and a proven track record in the design and construction administration of parking gate equipment installation and supporting technology and softwares: a. Qualifications and experience of the Vendor and any Subcontractors. Page 2 of 11 b. Demonstration of the project team's professional expertise and technical abilities. c. If a joint venture with Subcontractors, the track records of the project team experience working together. d. Experience of the Vendors working on municipal projects. e. Experience of the project team working on municipal projects similar in size to the City of Dubuque. 2. Quality and completeness of the written proposal. The proposal should clearly demonstrate understanding of the City's overall objectives for this project. 3. Design approach/methodology for completing the scope of services such as: a. Grasp of project requirements and level of interest in the project. b. Creativity and problem -solving ability. c. Ability of project team to demonstrate initiative, motivation, and knowledge as an indication of their desire to work with the City of Dubuque. d. Superior project management capabilities. 4. Proposed schedule required to complete project. 5. Responsiveness and compatibility between the Vendor and City: a. General attitude and ability to communicate and be a high -quality team player. b. Ability of the Vendor to maintain a high level of direct interaction and communication with city staff. c. Ability to listen, be flexible, and follow and/or implement direction and/or ideas or concepts. d. How the Vendor team interacts with the general public, city staff, and public officials. 6. Ability to provide a project team that has experience with all aspects covered by this RFP's scope of work, and who can draw on significant institutional knowledge to bring innovative solutions to the project that provide a high level of customer service and ease of use for the parking customer and the system administrator. 7. Cost of the proposed project. 8. Overall success of past installations and system operational functionality with other municipalities and/or other system operators. For the ranking of the Vendors during both the initial evaluation and the short list evaluation, the RFP Selection Committee shall use the RFP Scoring Matrix. The RFP Scoring Matrix has weights assigned to the above listed criteria. The Vendor ranked highest after the scoring matrix is completed will be recommended for the award of this project by the RFP Selection Committee. The RFP Scoring Matrix can be found using the hyperlink provided in Appendix D. Page 3 of 11 SELECTED CONSULTANT - FEE NEGOTIATION PROCESS Upon the successful completion of the Vendor RFP review process, the RFP Selection Committee will recommend to the City Manager, the awarding of a contract to the highest ranked Vendor. Upon consensus of the award recommendation between the RFP Selection Committee and the City Manager, the City Manager will then make a formal recommendation of award to the Dubuque City Council. The City Manager will also request authority from the Dubuque City Council to negotiate with the recommended Vendor a final scope of work and fee structure for the project, and for the authority to execute a contract with the Vendor awarded this project by the City Council. After authority is granted to negotiate an agreement and execute a contract with a Vendor, the Vendor and city staff shall jointly prepare a final detailed scope of work with a set fee. After the final scope of services has been determined, a fee has been negotiated, the City shall incorporate these documents into the Contract Documents being prepared for signature. If a contract satisfactory and advantageous to the City can be negotiated at a price considered fair and reasonable, the award shall be made to that offerer. Otherwise, negotiations with the offerer ranked first shall be formally terminated and negotiations commenced with the Vendor ranked second, and so on until a contract can be negotiated that is acceptable to the City. The City Council has the authority to reject all proposals, and if desired issue a new RFP and seek new proposals. Payment for Work: The Vendor with an executed contract with City shall be paid once monthly. The invoiced amount shall be based on the percent work completed as reported on as part of the monthly submitted payment application. Page 4 of 11 Parking Access & Revenue Control System (PARCS) City of Dubuque, Iowa THE CITY OF DuB TE' Masterpiece on the Mississippi Equipment Procurement Request for Proposals Appendix B RFP Rules and Protest Procedure Page 5 of 11 MINOR IRREGULARITIES The City reserves the right to waive minor irregularities in submitted proposals, providing such action is in the best interest of the City. Minor irregularities are defined as those that have no adverse effect on the City's best interests and will not affect the outcome of the selection process by giving the prospective Vendor an advantage or benefit not enjoyed by other prospective Vendors. EXCEPTIONS Proposer exceptions to any part of the requirements stated in this request must be clearly identified as exceptions and noted in the letter of transmittal and in the submitted project cost estimate. RANKING OF THE PROPOSALS No debriefings or scoring information shall be released before the City Manager has recommended that a contract be negotiated with the recommended Vendor. However, after authorization has been granted to negotiate a contract, all contents of the submitted proposals shall become public information. DEFINITIONS The City has established for the purposes of this RFP that the words "shall", "must", or "will" are equivalent in this RFP and indicate a mandatory requirement or condition, the material deviation from which shall not be waived by the City. A deviation is material if, in the City's sole discretion, the deficient response is not in substantial accord with this RFP's mandatory conditions requirements. The words "should" or "may" are equivalent in this RFP and indicate very desirable conditions, or requirements but are permissive in nature. Deviation from, or omission of, such a desirable condition or requirement will not in and of itself cause automatic rejection of proposal but may result in being considered as not in the best interest of the City. DISPUTES/EXCEPTIONS Any prospective Proposer who disputes the reasonableness or appropriateness of any item within this RFP document, any addendum to this RFP document, notice of award or notice of rejection shall set forth the specific reason and facts concerning the dispute, in writing, within five (5) business days of the receipt of the proposal document or notification from the City. The written dispute shall be sent via certified mail or delivered in person to the Jurisdiction Representative set forth in the RFP Documents Manual, who shall review the written dispute and work with the City Manager to render a decision which shall be considered final. Page 6 of 11 Parking Access & Revenue Control System (PARCS) City of Dubuque, Iowa THE CITY OF Dub TE Masterpiece on the Mississippi Equipment Procurement Request for Proposals Appendix C City of Dubuque Contract Terms and Conditions Page 7 of 11 TERMS AND CONDITIONS The following clauses shall be included in the final signed contract: 1. VENDOR'S CONSULTANT ENDORSEMENT ON PLANS. If required by Iowa law as part of the equipment installation, the Vendor shall hire an Iowa licensed design professional who shall endorse any part of the work prepared under this Agreement that is required to be so under the law. The design professional shall affix thereto the seal of a licensed professional engineer, or licensed professional architect, licensed to practice in the State of Iowa, in accordance with the current Code of Iowa. 2. CHANGE IN SCOPE OF SERVICES. No change in scope shall be permitted during this project without the prior written agreement of both parties and a contract amendment being executed by both parties. 3. EXTRA WORK. The Vendor shall monitor the approved project budget in relation to the specific tasks included in the approved scope of work and evaluate the work effort expended as it relates to the approved budget. Should additional work be required for a task beyond the currently authorized scope and budget, the Vendor shall submit in writing a request for additional compensation which will be considered by the City. If approved by the City, the Vendor shall not commence work on the extra work until the City has provided written approval of the request for additional compensation. 4. SUBSTITUTION OF PROJECT TEAM MEMBERS. The Project Manager, partners, management, other supervisory staff and technical specialists proposed for the project may be changed if those personnel leave the Vendor. These personnel may also be changed for other reasons however, in either case, the City retains the right to approve or reject the replacements and no replacements shall begin working on the project without the express, prior written permission of the City of Dubuque. 5. INSURANCE. Vendor shall at all times during the performance of this Agreement provide insurance as required by the attached Insurance Schedule. 6. INDEMNIFICATION. To the fullest extent permitted by law, Vendor shall indemnify and hold harmless the City its officers, agents, and employees from and against all claims, damages, losses and expenses, including but not limited to attorneys' fees, arising out of or resulting from performance of the Contract, provided that such claim, damages, loss or expense is attributable to bodily injury, sickness, disease or death, or injury to or destruction of property (other than the Project itself) including loss of use resulting therefrom, but only to the extent caused in whole or in part by negligent acts or omissions of the Vendor, Vendor's subcontractor, or anyone directly or indirectly employed by Vendor or Vendor Page 8of11 subcontractor or anyone for whose acts Vendor or Vendor's subcontractor may be liable, regardless of whether or not such claim, damage, loss or expense is caused in part by a party indemnified hereunder. 7. TERMINATION. City may terminate this agreement, with or without cause, upon providing 14 days written notice to the Vendor. 8. ERRORS & OMISSIONS. In the event that the work product prepared by the Vendor is found to be in error and revision or reworking the work product is necessary, the Vendor agrees that it shall do such revisions without expense to the City, even though final payment may have been received. The Vendor must give immediate attention to these changes so there will be a minimum of delay during Implementation. The above and foregoing is not to be constructed as a limitation of the City's right to seek recovery of damages for negligence on the part of the Vendor herein. 9. OWNERSHIP OF PROJECT DOCUMENTS. All sketches, tracings, plans, specifications, reports on special studies and other data prepared under this Agreement shall become the property of the City and shall be delivered to the Project Manager upon completion of the plans or termination of the services of the Vendor. There shall be no restriction or limitations on their future use by the City, except any use on extensions of the project or on any other project without written verification or adaptation by the Vendor for the specific purpose intended will be the City's sole risk and without liability or legal exposure to the Vendor. The City acknowledges the Vendor's plans and specifications, including all documents on electronic media, as instruments of professional service. Nevertheless, the plans and specifications prepared under this Agreement shall become the property of the City upon completion of the services and payment in full of all moneys due to the Vendor. The City is aware that significant differences may exist between the electronic files delivered and the respective Implementation documents due to addenda, change orders or other revisions. In the event of a conflict between the signed Implementation documents prepared by the Vendor and electronic files, the signed Implementation documents shall govern. The City may reuse or make modifications to the plans and specifications, or electronic files while agreeing to take responsibility for any claims arising from any modification or unauthorized reuse of the plans and specifications. 10.SUBLETTING, ASSIGNMENT OR TRANSFER. Subletting, assignment, or transfer of all or part of the interest of the Vendor in this Agreement is prohibited unless written consent is obtained from the Engineer and approved by the City. Page 9 of 11 Page 10 of 11 Parking Access & Revenue Control System (PARCS) City of Dubuque, Iowa THE CITY QF DUB�QTE Masterpiece on the Mississippi Equipment Procurement Request for Proposals Appendix D Project Related Data https://cityofdubugue- my.sharepoint.com/:f:/q/personal/sbrown cityofdubugue orq/Ek0xw-T8- 8JKv6T5QzoFO3QBfG83Tn6dC-2KaKt5E4UsBA?e=xbUHRI Page 11 of 11 Dubuque THE CITY of �CITYOF DUBUQUE uI�AMrin51� WALKER DUB E ' Al I�II.X' PARKING SYSTEM CONSULTANTS 2007.20I2.2013 TECHNOLOGY & EQUIPMENT PROCUREMENT Masterpiece on the Mississippi zoi�*zoi9 DUBUQUEIOWA SITE LOCATION PLAN -1419� P F044 C)�5 01 H ea tF) Center 43nocl pai Lot � �rVVYa�hl� �fI+RAW F1�u�� � � Irk jr b+ f 1 A IL IVNVP -% .1W 1Ce. II•.ral 1It NA 0 r i 4% w • Y i nthwow , 1Ith $. Elm Lot r 191hA FAm St l of f #' 10k1n & EI- 01 - r bmi" 4� 1 Rrmr Central +4w F1b OP �. , lit h&Blu�fiLd �. +�� �� � � ; Irk IML ti " ` ~ i L oc uz1 �Iree Foam Iowa treat;aM or I AP* 0 Pearl o' Qubuq..t Surface Lo �% 00 r nth Cer"trii I tit Flo P redleri+l H k, Idille. low 64 & sluff 01 .44 t a do ti � �0} . � • .awo in tip U d L at4. a r +' Partside Lit - r A _ t SHEET INDEX G-000 SHEET INDEX AND SITE LOCATION PLAN Q-101 IOWA STREET RAMP LEVEL 1 Q-1 11 LOCUST STREET RAMP LEVEL 1 Q-121 5th STREET RAMP GROUND LEVEL Q-131 INTERMODAL RAMP LEVEL 1 Q-141 CENTRAL AVENUE RAMP GROUND LEVEL Q-151 FIVE FLAGS RAMP 1ST TIER Q-152 FIVE FLAGS RAMP 4TH TIER CONSTRUCTION DRAWINGS 02-06-2024 The City of Dubuque Ryan Knuckey Director of Transportation Services City of Dubuque 950 Elm Street Dubuque, Iowa 52001 WALKER PROJECT NO: 21-005202.00 C A P 2 3 27'-3" 37'-9" CEILING MOUNTED LPR CAMERA. POWER CONNECTION AS REQ'D (STAIR LPR TRIGGER LOOP rLPR rr r .� EXIT R J L J L J AG i * F- L L LL I— W W U) I— X REPLACE IN PLACE ENTRANCE/EXIT STATION AND AUTOMATIC GATE, TYP 37'-9" 4 LEVEL 3 LEVEL 2 c ISOMETRIC NORTH 5 6 7 8 9 10 11 12 13 562'-0" 37'-9" 37'-9" 37'-9" 37'-9" 51'-0" 37'-9" 37'-9" 37'-9" 37'-9" 71 LEVEL 1S PAY ON FOOT LEVEL 1N PAYSTATION STAIR STAIR ELECT. RM. STORAGE u rPOF ELEV WAITING ROOM -DN UP - LPR TRIGGER LOOP FFICE ELECTRICAL J EXS VAULT i i AG CEILING MOUNTED LPR CAMERA. </ LPR, LPR AG ENS LPR CEILING MOUNTED LPR CAMERA. LPR TRIGGER LOOP EQUIPMENT LEGEND: EQUIPMENT DEFINITION AG AUTOMATIC GATE 6'-0" r— — — — — — — — — — — TYPICAL LOOP: — N EMBED IN SLAB -ON -GRADE L J BOLLARD - 4"0 SCHEDULE 40 PIPE GALVANIZED VMS VARIABLE MESSAGE SIGN LPR LICENSE PLATE RECOGNITION CAMERA ENS ENTRANCE STATION W/ INTEGRATED INTERCOM & CARD READER EXIT STATION W/ INTEGRATED HS INTERCOM & CARD READER POF PAY ON FOOT PAYSTATION GENERAL NOTES: 1. DRAWINGS ARE SCHEMATIC DIAGRAMS. PARCS CONTRACTOR TO COORDINATE FINAL CONDUIT QUANTITIES, SIZES, LOCATION OF CONDUIT STUB UPS, PROTECTIVE BOLLARDS, AND EQUIPMENT MOUNTING LOCATIONS. ELECTRICAL NOTES: 1. ALL EXPOSED CONDUIT TO BE RIGID HOT DIPPED 14 15 16 GALVANIZED. 2. COORDINATE WITH CIVIL AND ELECTRICAL DRAWINGS 37'-9" 37'-9" 27'-3" FOR POWER SUPPLY AND DATA LINE INTERFACES. FINAL LAYOUT OF EMBEDDED CONDUITS SUPPLIED BY PARCS VENDOR. 3. POWER AND COMMUNICATIONS SHALL BE ROUTED IN SEPARATE CONDUITS. VOLTAGE DROP SHALL BE LESS PAY ON FOOT THAN 3%. CONDUITS AND CONDUCTORS SHALL BE PAYSTATION SIZED PER THE NATIONAL ELECTRICAL CODE REQUIREMENTS. CONSULT ELECTRICAL ENGINEER FOR DETAILS. STAIR11 o \ d A 00 I io LPR TRIGGER CEILING MOUNTED LPR CAMERA. POF LOOP r �m rQ r LPR i I J L J L J / ENS _AG 0 ENTRANCE - JJ � CR I— LU LU (n A T o (D a W WALKER CONSULTANTS 7760 France Ave S, Suite 820 Minneapolis, MN 55435 952.595.9116 Ph www.walkerconsultants.com Dubuque THE CITY OF D V 1..J L 11I menraGiq 1 II Masterpiece on the Mississippi 2007*2012.2013 2017*2019 �111 L VMS EXIT ENTRANCE o CITY OF DUBUQUE PARKING SYSTEM IOWA STREET TECHNOLOGY & EQUIPMENT PROCUREMENT DUBUQUE IOWA IOWA STREET RAMP - LEVEL 1 1 " = 20'-0" N 02/07/2023 CONSTRUCTION DRAWINGS MARK DATE DESCRIPTION REVISIONS ISSUE: CONSTRUCTION DRAWINGS ISSUE DATE: 02-06-2024 PROJECT NO: 21-005202.00 DRAWN BY: LPM CHECKED BY: BM/KW COPYRIGHT © 2023. ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED IN ANY FORM OR BY ANY MEANS WITHOUT PERMISSION FROM WALKER CONSULTANTS. SHEET TITLE: IOWA ST RAMP LEVEL 00 6 co N O N CD N Q-101 H W W H U) H 00 L I I I I\ I V V L I\ Ajk LOOP LOCUST STREET LOCUST STREET RAMP - LEVEL 1 3/32" = V-0" LEVEL 4 LEVEL 3 LEVEL 2 �,A LEVEL 1 IJVIVIC I Rll� �_�' NORTH I— W W H U) H EQUIPMENT EQUIPMENT LEGEND: . m --———— — — — — — , I I I I I I CV I I L J 0 VMS LPR DEFINITION AUTOMATIC GATE TYPICAL LOOP: EMBED IN SLAB -ON -GRADE BOLLARD - 4"0 SCHEDULE 40 PIPE GALVANIZED VARIABLE MESSAGE SIGN LICENSE PLATE RECOGNITION CAMERA ENTRANCE STATION W/ INTEGRATED INTERCOM & CARD READER EXIT STATION W/ INTEGRATED INTERCOM & CARD READER PAY ON FOOT PAYSTATION GENERAL NOTES: 1. DRAWINGS ARE SCHEMATIC DIAGRAMS. PARCS CONTRACTOR TO COORDINATE FINAL CONDUIT QUANTITIES, SIZES, LOCATION OF CONDUIT STUB UPS, PROTECTIVE BOLLARDS, AND EQUIPMENT MOUNTING LOCATIONS. ELECTRICAL NOTES: 1. ALL EXPOSED CONDUIT TO BE RIGID HOT DIPPED GALVANIZED. 2. COORDINATE WITH CIVIL AND ELECTRICAL DRAWINGS FOR POWER SUPPLY AND DATA LINE INTERFACES. FINAL LAYOUT OF EMBEDDED CONDUITS SUPPLIED BY PARCS VENDOR. 3. POWER AND COMMUNICATIONS SHALL BE ROUTED IN SEPARATE CONDUITS. VOLTAGE DROP SHALL BE LESS THAN 3%. CONDUITS AND CONDUCTORS SHALL BE SIZED PER THE NATIONAL ELECTRICAL CODE REQUIREMENTS. CONSULT ELECTRICAL ENGINEER FOR DETAILS. �► WALKER CONSULTANTS 7760 France Ave S, Suite 820 Minneapolis, MN 55435 952.595.9116 Ph www.walkerconsultants.com Dubuque THE CITY OF D V L L 11I menraj 1 II 2007*2012.2013 2017*2019 Masterpiece on the Mississippi CITY OF DUBUQUE PARKING SYSTEM TECHNOLOGY & EQUIPMEN PROCUREMENT DUBUQUE IOWA 02/07/2023 CONSTRUCTION DRAWINGS MARK DATE DESCRIPTION REVISIONS ISSUE: ISSUE DATE: CONSTRUCTION DRAWINGS 02-06-2024 PROJECT NO: DRAWN BY: CHECKED BY: 21-005202.00 LPM BM/KW COPYRIGHT © 2023. ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED IN ANY FORM OR BY ANY MEANS WITHOUT PERMISSION FROM WALKER CONSULTANTS. SHEET TITLE: LOCUST ST RAMP LEVEL Q-1 11 A 1'-9" 18'-0" LO 0 CNI N 0 N 0 N N S-- O N O 1 N 0 N r 0 / N PAY ON FOOT PAYSTATION 37'-0" L LPR 6TH STREET CEILING MOUNTED LPR CAMERA. II II II II LP I I I L I I L - I L - - - L L - - Bl r AG 11 11 11 L L --- AI ENS LPR TRIGGER LOOP II -L---J 17-11 LLB VMS I LPR TRIGGER LOOP L---A1 L----1 LA REPLACE IN PLACE ENTRANCE/EXIT STATION AND AUTOMATIC GATE, TYP TOP TIER 7TH TIER 6TH TIER 5TH TIER 4TH TIER 3RD TIER 2ND TIER 1ST TIER GROUND TIER ISOMETRIC LOOKING WEST 1 EQUIPMENT LEGEND: A EQUIPMENT DEFINITION WALKER CONSULTANTS AG AUTOMATIC GATE 6'-0" 7760 France Ave S, Suite 820 Minneapolis, MN 55435 952.595.9116 Ph - - - - - - - - - - - , www.walkerconsultants.com TYPICAL LOOP: I I EMBED IN SLAB -ON -GRADE I I L J BOLLARD - 4"0 SCHEDULE 40 PIPE GALVANIZED VMS VARIABLE MESSAGE SIGN LPR LICENSE PLATE RECOGNITION CAMERA ENS ENTRANCE STATION W/ INTEGRATED INTERCOM & CARD READER EXIT STATION W/ INTEGRATED HS INTERCOM & CARD READER Dubuque THE CITY E ' 1 OF ro DUtBAme POF PAY ON FOOT PAYSTATION I 1 I 2007-2012.2013 Masterpiece on the Mississippi 2017*2019 GENERAL NOTES: 1. DRAWINGS ARE SCHEMATIC DIAGRAMS. PARCS CONTRACTOR TO COORDINATE FINAL CONDUIT QUANTITIES, SIZES, LOCATION OF CONDUIT STUB UPS, PROTECTIVE BOLLARDS, AND EQUIPMENT MOUNTING LOCATIONS. ELECTRICAL NOTES: 1. ALL EXPOSED CONDUIT TO BE RIGID HOT DIPPED GALVANIZED. 2. COORDINATE WITH CIVIL AND ELECTRICAL DRAWINGS FOR POWER SUPPLY AND DATA LINE INTERFACES. FINAL LAYOUT OF EMBEDDED CONDUITS SUPPLIED BY PARCS VENDOR. 3. POWER AND COMMUNICATIONS SHALL BE ROUTED IN SEPARATE CONDUITS. VOLTAGE DROP SHALL BE LESS THAN 3%. CONDUITS AND CONDUCTORS SHALL BE SIZED PER THE NATIONAL ELECTRICAL CODE REQUIREMENTS. CONSULT ELECTRICAL ENGINEER FOR DETAILS. CITY OF DUBUQUE PARKING SYSTEM TECHNOLOGY & EQUIPMENT PROCUREMENT DUBUQUE IOWA 02/07/2023 CONSTRUCTION DRAWINGS MARK DATE DESCRIPTION REVISIONS ISSUE: CONSTRUCTION DRAWINGS ISSUE DATE: 02-06-2024 PROJECT NO: 21-005202.00 DRAWN BY: LPM CHECKED BY: BM/KW COPYRIGHT © 2023. ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED IN ANY FORM OR BY ANY MEANS WITHOUT PERMISSION FROM WALKER CONSULTANTS. SHEET TITLE: 5TH ST RAMP GROUND LEVEL o_ 0 Cl) N O N CD N 5TH STR 1 3/32" = 1'-0" 5TH STREET E ET RAMP - GROUND LEVEL Q-121 EQUIPMENT LEGEND: MA\/ 11Al Crl 11T IPOLE MOUNTED LPR CAMERA tN5 �� �� F I i I it i i I1W LPR J aIJ ml �L� r� I ins LPR 2 TRIGGER > LOOP n 18'-0" 18'-0" LPR TRIGGER LOOP CEILING MOUNTED LPR CAMERA. INTERMODAL RAMP LEVEL 1 3/32" = 1'-0" 18'-0" 18'-0" 18'-0" 18'-0" �I LPR J i J — AGF 18'-0" LPR L ---Bi 18'-0" 18'-0" VMS LEVEL 3 LEVEL 2 LEVEL 3 LEVEL 2 LEVEL EQUIPMENT AG 6'-0" r- - - - - - - - - - - I I I I I I CV I I L J m DEFINITION AUTOMATIC GATE TYPICAL LOOP: EMBED IN SLAB -ON -GRADE BOLLARD - 4"0 SCHEDULE 40 PIPE GALVANIZED LEVEL 1 Ile Ile VARIABLE MESSAGE SIGN 99 16'-10 7/8" 2'-2 1/4" 16'-10 7/8" LPR LICENSE PLATE RECOGNITION CAMERA ISOMETRIC NORTH FqS ENTRANCE STATION W/ INTEGRATED INTERCOM & CARD READER 18'-0" 18'-0" 1 18'-0" 18'-0 1 /8" 18'-0" HS POF EXIT STATION W/ INTEGRATED INTERCOM & CARD READER PAY ON FOOT PAYSTATION GENERAL NOTES: 1. DRAWINGS ARE SCHEMATIC DIAGRAMS. PARCS CONTRACTOR TO COORDINATE FINAL CONDUIT QUANTITIES, SIZES, LOCATION OF CONDUIT STUB UPS, PROTECTIVE BOLLARDS, AND EQUIPMENT MOUNTING LOCATIONS. ELECTRICAL NOTES: 1. ALL EXPOSED CONDUIT TO BE RIGID HOT DIPPED GALVANIZED. 2. COORDINATE WITH CIVIL AND ELECTRICAL DRAWINGS FOR POWER SUPPLY AND DATA LINE INTERFACES. FINAL LAYOUT OF EMBEDDED CONDUITS SUPPLIED BY PARCS VENDOR. 3. POWER AND COMMUNICATIONS SHALL BE ROUTED IN SEPARATE CONDUITS. VOLTAGE DROP SHALL BE LESS THAN 3%. CONDUITS AND CONDUCTORS SHALL BE SIZED PER THE NATIONAL ELECTRICAL CODE REQUIREMENTS. CONSULT ELECTRICAL ENGINEER FOR DETAILS. �► WALKER CONSULTANTS 7760 France Ave S, Suite 820 Minneapolis, MN 55435 952.595.9116 Ph www.walkerconsultants.com Dubuque THE C DUj!BaTE 1nlmenaj lI II Masterpiece on the Mississippi 2007*2012.2013 2017*2019 CITY OF DUBUQUE PARKING SYSTEM TECHNOLOGY & EQUIPMEN PROCUREMENT DUBUQUE IOWA 02/07/2023 CONSTRUCTION DRAWINGS MARK DATE DESCRIPTION REVISIONS ISSUE: ISSUE DATE: CONSTRUCTION DRAWINGS 02-06-2024 PROJECT NO: DRAWN BY: CHECKED BY: 21-005202.00 LPM BM/KW COPYRIGHT © 2023. ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED IN ANY FORM OR BY ANY MEANS WITHOUT PERMISSION FROM WALKER CONSULTANTS. SHEET TITLE: INTERMODAL RAMP LEVEL 1 Q-1 31 EQUIPMENT LEGEND: W ry �'W/ _ VJ PAY ON FOOT PAYSTATION n N 0 N O N N 1 2 3 6 T II I 10th STREET LEVEL SEVENTH L EL. 696.83 SIXTH LEVE EL. 685.50 FIFTH LEVE EL. 674.17 FOURTH LE EL. 662.83 THIRD LEVE EL, 651.50 SECOND LE EL. 640.17 GROUND LE EL. 628.31 ' GROUND LEVE EL. 623.93' ISOMETRIC — A.3 A.6 SEVENTH LEVEL EL. 691.17' SIXTH LEVEL EL. 679.83' FIFTH LEVEL EL. 668.50' FOURTH_ LEV EL. 657.17' THIRD LEVEL EL, 645.83' SECOND LEVEL EL. 634.50' GROUND LEVEL EL. 622.06' / A EQUIPMENT AG 6'-0" r- - - - - - - - - - - I I I _ I I I CV I I L J 0 VMS MS POF DEFINITION AUTOMATIC GATE TYPICAL LOOP: EMBED IN SLAB -ON -GRADE BOLLARD - 4"0 SCHEDULE 40 PIPE GALVANIZED VARIABLE MESSAGE SIGN LICENSE PLATE RECOGNITION CAMERA ENTRANCE STATION W/ INTEGRATED INTERCOM & CARD READER EXIT STATION W/ INTEGRATED INTERCOM & CARD READER PAY ON FOOT PAYSTATION GENERAL NOTES: 1. DRAWINGS ARE SCHEMATIC DIAGRAMS. PARCS CONTRACTOR TO COORDINATE FINAL CONDUIT QUANTITIES, SIZES, LOCATION OF CONDUIT STUB UPS, PROTECTIVE BOLLARDS, AND EQUIPMENT MOUNTING LOCATIONS. ELECTRICAL NOTES: 1. ALL EXPOSED CONDUIT TO BE RIGID HOT DIPPED GALVANIZED. 2. COORDINATE WITH CIVIL AND ELECTRICAL DRAWINGS FOR POWER SUPPLY AND DATA LINE INTERFACES. FINAL LAYOUT OF EMBEDDED CONDUITS SUPPLIED BY PARCS VENDOR. 3. POWER AND COMMUNICATIONS SHALL BE ROUTED IN SEPARATE CONDUITS. VOLTAGE DROP SHALL BE LESS THAN 3%. CONDUITS AND CONDUCTORS SHALL BE SIZED PER THE NATIONAL ELECTRICAL CODE REQUIREMENTS. CONSULT ELECTRICAL ENGINEER FOR DETAILS. �► WALKER CONSULTANTS 7760 France Ave S, Suite 820 Minneapolis, MN 55435 952.595.9116 Ph www.walkerconsultants.com Dubuque THE CITY OF D V L L 111I menII raj y Masterpiece on the Mississippi 2007-2012.2013 2017*2019 LPR I I I I LPR TRIGGER CITY OF DUBUQUE - AG ENS 'ENS LOOP AG PARKING QQSYSTEM 11 LPR TRIGGER °� EXS ° A° CEILING MOUNTED LOOP LPR CAMERA a TECHNOLOGY EQUIPMEN LPR PROCUREMENT I I I I I I IDD L L J L-1 L L 11 DUBUQUE IOWA ° 1 C ° ° ° 1 C 02/07/2023 ICONSTRUCTION DRAWINGS MARK DATE I DESCRIPTION REVISIONS ISSUE: ISSUE DATE: CONSTRUCTION DRAWINGS 02-06-2024 PROJECT NO: DRAWN BY: CHECKED BY: 21-005202.00 LPM BM/KW COPYRIGHT © 2023. ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED IN ANY FORM OR BY ANY MEANS WITHOUT PERMISSION FROM WALKER CONSULTANTS. SHEET TITLE: CENTRAL AVENUE RAMP GROUND LEVEL Q-141 3/32" = V-0" CEILING MOUNTED FOURTH TIER LPR CAMERA A A.4 B C C.8 D REPLACE IN PLACE Q� ENTRANCE/EXIT STATION AND 3RD TIER Al AUTOMATIC GATE, TYP CO �4 LPR TRIGGER LOOP VMS 2ND TIER O=— 9T------------------------------------- 12 1 1 IjI -- ❑'I I AG I •� I GROUND TIER POF �m 1 I � Q F_- 11 r LPR (1 I PAY ON FOOT PAYSTATION I I I I L_ _j L_ -1 L_ - ENS ii L �� EXS I F_-1 F_-1 F� I I I I I LPR I I I - - - I I I I I - -- -- L = LPR TRIGGER AG CEILING LOOP LPR CAMERA I - - I MOUNTED 9 - -- I - - I �� I I I I I I ❑ I I oil I '000.� L0000 '0000� L000�� I I I I I � I 0000_�l Loo�� I I I II II I I I I I A I � I I I II 3 - -I - - LPR TRIGGER ❑ 2 - I LOOP L--- L---- - L 1 CEILING MOUNTED LPR L — — _ CAMERA EXS ❑'I I I 1 II L 171 LPR � - • 171 AG ----- ------------------- I ------------- FIVE FLAGS RAMP- 1 ST TIER 3/32" = 1'-0" EQUIPMENT LEGEND: EQUIPMENT DEFINITION AG AUTOMATIC GATE 6'-0" r- - - - - - - - - - - I I I _ I I I CV I I L J 0 VMS TYPICAL LOOP: EMBED IN SLAB -ON -GRADE BOLLARD - 4"0 SCHEDULE 40 PIPE GALVANIZED VARIABLE MESSAGE SIGN �► WALKER CONSULTANTS 7760 France Ave S, Suite 820 Minneapolis, MN 55435 952.595.9116 Ph www.wal kercons u Itants. com LPR LICENSE PLATE RECOGNITION ----- CAMERA ENS ENTRANCE STATION W/ INTEGRATED INTERCOM & CARD ISOMETRIC READER NORTH EXS EXIT STATION W/ INTEGRATED INTERCOM & CARD READER Dubuque THE CITY OF POF PAY ON FOOT PAYSTATION D V L L 111I 1 1 j I I 2007-2012.2013 Masterpiece on the Mississippi 2017*2019 GENERAL NOTES: 1. DRAWINGS ARE SCHEMATIC DIAGRAMS. PARCS CONTRACTOR TO COORDINATE FINAL CONDUIT QUANTITIES, SIZES, LOCATION OF CONDUIT STUB UPS, PROTECTIVE BOLLARDS, AND EQUIPMENT MOUNTING LOCATIONS. ELECTRICAL NOTES: 1. ALL EXPOSED CONDUIT TO BE RIGID HOT DIPPED GALVANIZED. 2. COORDINATE WITH CIVIL AND ELECTRICAL DRAWINGS FOR POWER SUPPLY AND DATA LINE INTERFACES. FINAL LAYOUT OF EMBEDDED CONDUITS SUPPLIED BY PARCS VENDOR. 3. POWER AND COMMUNICATIONS SHALL BE ROUTED IN SEPARATE CONDUITS. VOLTAGE DROP SHALL BE LESS THAN 3%. CONDUITS AND CONDUCTORS SHALL BE SIZED PER THE NATIONAL ELECTRICAL CODE REQUIREMENTS. CONSULT ELECTRICAL ENGINEER FOR DETAILS. CITY OF DUBUQUE PARKING SYSTEM TECHNOLOGY & EQUIPMENT PROCUREMENT DUBUQUE IOWA 02/07/2023 ICONSTRUCTION DRAWINGS MARK DATE I DESCRIPTION REVISIONS ISSUE: ISSUE DATE: CONSTRUCTION DRAWINGS 02-06-2024 PROJECT NO: DRAWN BY: CHECKED BY: 21-005202.00 LPM BM/KW COPYRIGHT © 2023. ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED IN ANY FORM OR BY ANY MEANS WITHOUT PERMISSION FROM WALKER CONSULTANTS. SHEET TITLE: FIVE FLAGS RAMP 1ST TIER Q-1 51 C FOURTH TIER C.8 D 3RD TIER i A A.4 B I 11 - 10 - 9 C� ISOMETRIC NORTH EQUIPMENT EQUIPMENT LEGEND: . m --———— — — — — — , I I I I I I CV I I L J 0 VMS LPR GENERAL NOTES: DEFINITION AUTOMATIC GATE TYPICAL LOOP: EMBED IN SLAB -ON -GRADE BOLLARD - 4"0 SCHEDULE 40 PIPE GALVANIZED VARIABLE MESSAGE SIGN LICENSE PLATE RECOGNITION CAMERA ENTRANCE STATION W/ INTEGRATED INTERCOM & CARD READER EXIT STATION W/ INTEGRATED INTERCOM & CARD READER PAY ON FOOT PAYSTATION 1. DRAWINGS ARE SCHEMATIC DIAGRAMS. PARCS CONTRACTOR TO COORDINATE FINAL CONDUIT QUANTITIES, SIZES, LOCATION OF CONDUIT STUB UPS, PROTECTIVE BOLLARDS, AND EQUIPMENT MOUNTING LOCATIONS. ELECTRICAL NOTES: 1. ALL EXPOSED CONDUIT TO BE RIGID HOT DIPPED GALVANIZED. 2. COORDINATE WITH CIVIL AND ELECTRICAL DRAWINGS FOR POWER SUPPLY AND DATA LINE INTERFACES. FINAL LAYOUT OF EMBEDDED CONDUITS SUPPLIED BY PARCS VENDOR. 3. POWER AND COMMUNICATIONS SHALL BE ROUTED IN SEPARATE CONDUITS. VOLTAGE DROP SHALL BE LESS THAN 3%. CONDUITS AND CONDUCTORS SHALL BE SIZED PER THE NATIONAL ELECTRICAL CODE REQUIREMENTS. CONSULT ELECTRICAL ENGINEER FOR DETAILS. �► WALKER CONSULTANTS 7760 France Ave S, Suite 820 Minneapolis, MN 55435 952.595.9116 Ph www.wal kercons u Itants. com THE CF D!Uj--B E Masterpiece on the Mississippi Dubuque All-Amerim My Ally 2007-2012.2013 2017*2019 POLE MOUNTED LPR CAMERA LPR TRIGGER — — _ r LOOP 5 L r � ENS r� o o AG r� LPR I I I I I I �IJ L J L J CITY OF DUBUQUE PARKING SYSTEM J - - - - - - TECHNOLOGY & EQUIPMEN REPLACE IN PLACE PROCUREMENT ENTRANCE STATION AND DUBUQUE IOWA AUTOMATIC GATE t_1 1 FIVE FLAGS RAMP - 4TH TIER 3/32" = V-0" 02/07/2023 ICONSTRUCTION DRAWINGS MARK DATE I DESCRIPTION REVISIONS ISSUE: CONSTRUCTION DRAWINGS ISSUE DATE: 02-06-2024 PROJECT NO: 21-005202.00 DRAWN BY: LPM CHECKED BY: BM/KW COPYRIGHT © 2023. ALL RIGHTS RESERVED. NO PART OF THIS DOCUMENT MAY BE REPRODUCED IN ANY FORM OR BY ANY MEANS WITHOUT PERMISSION FROM WALKER CONSULTANTS. SHEET TITLE: FIVE FLAGS RAMP 4TH TIER Q-1 52