Loading...
Agreement b/w City & Parktrak, Inc. License Plate Reader LPR r aol 2 - Z9 0S 7 AGREEMENT BETWEEN THE CITY OF MIAMI BEACH AND PARKTRAK, INC. . FOR ACQUISITION OF A MOBILE AND HANDHELD LICENSE PLATE RECOGNITION (LPR) PARKING ENFORCEMENT SYSTEM, PURSUANT TO REQUEST FOR PROPOSALS NO.55 -11/12 - This Agreement ( "Agreement ") is entered into this day of /�` , 2013 (Effective Date), between the CITY OF MIAMI BEACH, FLORIDA, a municipal corporation organized and existing under the laws of the State of Florida, having its principal offices at 1700 Convention Center Drive, Miami Beach, Florida, 33139 ( "City" or "Customer"), and PARKTRAK, INC, a Washington corporation, whose address is 8609 N Division, Spokane, Washington 99208 ( "Vendor" or "Parktrak "). SECTION 1 DEFINITIONS Agreement: This Agreement between the City and Vendor, including any exhibits and amendments thereto. City Manager: The chief administrative officer of the City. - Exhibit "A ":. City of Miami Beach Request for Proposals No. 55 -11/12 for the Acquisition of a Mobile and Handheld License Plate Recognition Parking Enforcement System (the RFP) Exhibit "B ": Parktrak's Proposal in response to the RFP (the Proposal) Exhibit "C ": Parktrak's Quote (Including, without limitation, Mobile LPR portion to be provided by its sub - vendor, DANA Safety Supply)(the Quote) Exhibit "D ": Agreement between Parktrak and its sub - vendor, DANA Safety Supply (Sub - Vendor) Vendor: For the purposes of this Agreement, Vendor shall be deemed to be an independent contractor, and not an agent or employee of the City. Services: All services, work and actions by the Vendor including, without limitation Sub - Vendor, performed or undertaken pursuant to the Agreement including, without limitation, the work and services described in Section 2 and Exhibits "B ", "C ", and "D" hereto. Equipment: Specific equipment identified by Parktrak and Sub - Vendor in Exhibits "B ", "C ", and "D" hereto, including any accessories, parts and software license required to operate such Equipment. Fee: Amount paid to the Vendor as compensation for Services. 1 Proposal Documents: Proposal Documents shall mean City of Miami Beach Request for Proposals No. 55-11/12 for Acquisition of a Mobile and Handheld License Plate Recognition (LPR) Parking Enforcement System, together with all amendments thereto, issued by the City in contemplation of this Agreement (attached as Exhibit "A" hereto and also referred to as the "UP"), and the Vendor's proposal in response thereto (attached as Exhibit "B" hereto, and also referred to as the "Proposal"); all of which are hereby incorporated and made a part hereof; provided, however, that in the event of an express conflict between the Proposal Documents and this Agreement, the following order of precedent shall prevail: this Agreement; the RFP; and the Proposal. Risk Manager: The Risk Manager of the City, with offices at 1700 Convention Center Drive, Third Floor, Miami Beach, Florida 33139: telephone number (305) 673-7000, Ext. 6435: and fax number (305) 673-7023. SECTION 2 SCOPE OF SERVICES (SERVICES) 2.1 In consideration of the Fee to be paid to Vendor by the City, Vendor shall provide the work and services described in the Proposal (attached as Exhibit "B" hereto) and in the Quote (attached as Exhibit "C" hereto, and which Quote includes services and equipment not included in the Proposal, which will be provided by Sub-Vendor, pursuant to the agreement between Vendor and Sub-Vendor is also attached as Exhibit "D" hereto. The Proposal (Exhibit "B"), the Quote (Exhibit "C"), and the agreement with Sub- Vendor (Exhibit "D") may also collectively be referred to herein as "Services". SECTION 3 TERM The term of this Agreement (Term) shall commence upon execution of this Agreement by all parties hereto, which shall be the Effective Date on page 1 hereof, and shall have an initial term of three (3) years, with two (2) one (1) year renewal options, each to be exercised at the City Manager's sole option and discretion, by providing Vendor with written notice of same no less than ninety (90) days prior to the expiration of the initial term (or of a renewal term, as the case may be). SECTION 4 FEE 4.1 In consideration of the Services to be provided, Vendor shall be compensated as indicated in Exhibit "C". 4.2 All costs of travel, food and lodging for installation and training staff during installation and training times are also included in Exhibit "C". 2 4.3 Fees for the Equipment and installation are to be paid as outlined in the terms and conditions of the Quote (Exhibit "C"); and monthly, in advance, for the monthly licensing and support (also itemized in Exhibit "C"). 4.4 INVOICING Upon receipt of an acceptable and approved invoice by the City, payment(s) shall be made within thirty (30) days for that portion (or those portions) of the Services satisfactorily rendered (and referenced in the particular invoice). Invoices shall include a detailed description of the Services (or portions thereof) provided, and shall be submitted to the City at the following address: City of Miami Beach —Parking Department 1755 Meridian Avenue, Suite 200 Miami Beach, FL 33139 ATTN: Saul Frances, Parking Director SECTION 5 TERMINATION 5.1 TERMINATION FOR CAUSE If the Vendor shall fail to fulfill in a timely manner, or otherwise violates, any of the covenants, agreements, or stipulations material to this Agreement, the City, through its City Manager, shall thereupon have the right to terminate this Agreement for cause. Prior to exercising its option to terminate for cause, the City shall notify the Vendor of its violation of the particular term(s) of this Agreement, and shall grant Vendor ten (10) days to cure such default. If such default remains uncured after ten (10) days, the City may terminate this Agreement without further notice to Vendor. Upon termination, the City shall be fully discharged from any and all liabilities, duties, and terms arising out of, or by virtue of, this Agreement. Notwithstanding the above, the Vendor shall not be relieved of liability to the City for damages sustained by the City by any breach of the Agreement by the Vendor. The City, at its sole option and discretion, shall be entitled to bring any and all legal/equitable actions that it deems to be in its best interest in order to enforce the City's right and remedies against Vendor. The City shall be entitled to recover all costs of such actions, including reasonable attorneys' fees. 5.2 TERMINATION FOR CONVENIENCE OF THE CITY THE CITY MAY ALSO, THROUGH ITS CITY MANAGER, AND FOR ITS CONVENIENCE AND WITHOUT CAUSE, TERMINATE THE AGREEMENT AT ANY TIME DURING THE TERM BY GIVING WRITTEN NOTICE TO VENDOR OF SUCH TERMINATION; WHICH SHALL BECOME EFFECTIVE WITHIN THIRTY (30) DAYS FOLLOWING RECEIPT BY THE VENDOR OF SUCH NOTICE. IF THE AGREEMENT IS TERMINATED FOR CONVENIENCE BY THE CITY, VENDOR SHALL BE PAID FOR ANY SERVICES PERFORMED UP TO THE DATE OF TERMINATION; 3 FOLLOWING WHICH THE CITY SHALL BE DISCHARGED FROM ANY AND ALL LIABILITIES, DUTIES, AND TERMS ARISING OUT OF, OR BY VIRTUE OF, THIS AGREEMENT. 5.3 TERMINATION FOR INSOLVENCY The City also reserves the right to terminate the Agreement in the event the Vendor is placed either in voluntary or involuntary bankruptcy or makes an assignment for the benefit of creditors. In such event, the right and obligations for the parties shall be the same as provided for in Section 5.2. SECTION 6 INDEMNIFICATION AND INSURANCE REQUIREMENTS 6.1 INDEMNIFICATION Vendor agrees to indemnify and hold harmless the City of Miami Beach and its officers, employees, agents, and contractors, from and against any and all actions (whether at law or in equity), claims, liabilities, losses, and expenses, including, but not limited to, attorneys' fees and costs, for personal, economic or bodily injury, wrongful death, loss of or damage to property, which may arise or be alleged to have arisen from the negligent acts, errors, omissions or other wrongful conduct of the Vendor, its officers, employees, agents, contractors, or any other person or entity acting under Vendor's control or supervision, in connection with, related to, or as a result of the Vendor's performance of the Services pursuant to this Agreement. To that extent, the Vendor shall pay all such claims and losses and shall pay all such costs and judgments which may issue from any lawsuit arising from such claims and losses, and shall pay all costs and attorneys' fees expended by the City in the defense of such claims and losses, including appeals. The parties agree that one percent (1%) of the total compensation to Vendor for performance of the Services under this Agreement is the specific consideration from the City to the Vendor for the Vendor's indemnity agreement. The provisions of this Section 6.1 and of this indemnification shall survive termination or expiration of this Agreement. 6.2 INSURANCE REQUIREMENTS The Vendor shall maintain and carry in full force during the Term, the following insurance: 1. Workers' Compensation and Employer's Liability per the statutory limits of the state of Florida. 2. Comprehensive General Liability (occurrence form), in an amount not less than $1,000,000.00 per occurrence for bodily injury and property damage to include Premises/Operations; Equipment, Products/Completed Operations and Contractual Liability, and Contractual Indemnity (Hold harmless endorsement). The City of Miami Beach must be named as an Additional Insured with respect to the liability coverage; and it must be stated on the certificate. The insurance must be furnished by insurance companies authorized to do business in the State of Florida. All insurance policies must be issued by companies rated no less than "B+" as to management and not less than "Class VI" as to strength by the latest 4 edition of Best's Insurance Guide, published by A.M. Best Company, Oldwick, New Jersey, or its equivalent. The City must be named as an additional insured on the liability policies; and it must be stated on the certificate. All of Vendor's certificates shall contain endorsements providing that written notice shall be given to the City at least thirty (30) days prior to termination, cancellation or reduction in coverage in the policy. The certificate must state the RFP number and title. Original certificates of insurance must be submitted to the City's Risk Manager for approval (prior to any work and/or services commencing) and will be kept on file in the Office of the Risk Manager. The City shall have the right to obtain from the Vendor specimen copies of the insurance policies in the event that submitted certificates of insurance are inadequate to ascertain compliance with required coverage. The Vendor is also solely responsible for obtaining and submitting all insurance certificates for any sub-consultants, sub-contractors and/or sub-vendors including, without limitation, Sub-Vendor. Compliance with the foregoing requirements shall not relieve the Vendor of the liabilities and obligations under this Section or under any other portion of this Agreement. The Vendor shall not commence any work and or services pursuant to this Agreement until all insurance required under this Section has been obtained and such insurance has been approved by the City's Risk Manager. SECTION 7 LITIGATION JURISDICTION/VENUE/JURY TRIAL WAIVER This Agreement shall be construed in accordance with the laws of the State of Florida. This Agreement shall be enforceable in Miami-Dade County, Florida, and if legal action is necessary by either party with respect to the enforcement of any or all of the terms or conditions herein, exclusive venue for the enforcement of same shall lie in Miami-Dade County, Florida. By entering into this Agreement, Vendor and the City expressly waive any rights either party may have to a trial by jury of any civil litigation related to or arising out of this Agreement. SECTION 8 LIMITATION OF CITY'S LIABILITY The City desires to enter into this Agreement only if in so doing the City can place a limit on the City's liability for any cause of action, for money damages due to an alleged breach by the City of this Agreement, so that its liability for any such breach never exceeds the amount quoted by the Vendor in the Quote, or $318,311, less any sums actually paid by the City to Vendor. Vendor hereby expresses its willingness to enter into this Agreement with Vendor's recovery from the City for any damage action for breach of contract to be limited to a maximum of the amount quoted by the Vendor in the Quote, or $318,311, less any sums actually paid by the City to Vendor Accordingly, and notwithstanding any other term or condition of this Agreement, Vendor hereby agrees that the City shall not be liable to the Vendor for damages in an amount in 5 excess of the amount quoted by the Vendor in the Quote, or $318,311, less any sums actually paid by the City to Vendor for any action or claim for breach of contract arising out of the performance or non-performance of any obligations imposed upon the City by this Agreement. Nothing contained in this section or elsewhere in this Agreement is in any way intended to be a waiver of the limitation placed upon the City's liability, as set forth in Section 768.28, Florida Statutes. SECTION 9 COMPETITIVE PURCHASING 9.1 Other entities within the State of Florida may elect to utilize this Agreement through a cooperative purchasing arrangement; provided such an arrangement is acceptable to the City, the entity and Parktrak and is in compliance with all applicable laws and ordinances. If the Agreement is accessed and utilized by other entities, Parktrak agrees to promptly pay the City a one percent (11%) administrative fee. The fees shall be due and payable within fifteen (15) days from the date that Parktrak receives payment from any other entity ordering work by accessing the Agreement. Fees not paid by the specified deadline shall bear an interest rate of one and one-half (1'/z%) per month until paid. Parktrak and entity should track fees, and payments. Parktrak shall include in its price proposal to any other entity ordering work by accessing the Agreement, the fees as a miscellaneous reimbursable expense. The entity shall have no claim or right to any portion of the fees. Failure to pay fees in a timely manner shall be considered a material breach of this Agreement and, at the City's sole discretion, may be deemed grounds for termination of this Agreement. 9.2 The City has no obligation to administer work by other entities. Parktrak shall inform the City of any cooperative purchasing arrangements with other entities. 9.3 The City shall not be liable or responsible for any obligation, including, but not limited to, payment related to any other entity ordering work by accessing the Agreement. 9.4 REMITTANCE OF FEES: Parktrak shall remit the Fees to the following address: Payments must be made payable to The City of Miami Beach and sent to: Finance Department—Revenue Division City of Miami Beach 1700 Convention Center Drive Miami Beach, FL 33139 9.5 The City may request records from Parktrak for all cooperative purchasing conducted with other entities through use of this Agreement and payment of all fees. If discrepancies exist between cooperative purchasing activity and fees paid, the City will provide written notification to Parktrak of discrepancies and allow Parktrak thirty (30) Days from the date of notification to resolve the discrepancy. In the event that Parktrak 6 does not resolve the discrepancy to the satisfaction of the City, the City reserves the right to engage a third party to conduct an independent audit of Parktrak and entity's records, and Parktrak shall reimburse the City for the cost and expense related to such audits. SECTION 10 GENERAL PROVISIONS 10.1 AUDIT AND INSPECTIONS Upon reasonable verbal or written notice to Vendor, and at any time during normal business hours (i.e. 9AM — 5PM, Monday through Fridays, excluding nationally recognized holidays), and as often as the City Manger may, in his/her reasonable discretion and judgment, deem necessary, there shall be made available to the City Manager, and/or such representatives as the City Manager may deem to act on the City's behalf, to audit, examine, and/ or inspect, any and all other documents and/or records relating to all matters covered by this Agreement. Vendor shall maintain any and all such records at its place of business at the address set forth in the "Notices" section of this Agreement. 10.2 [INTENTIONALLY OMITTED] 10.3 ASSIGNMENT, TRANSFER OR SUBCONSULTING Vendor shall not subcontract, assign, or transfer any other portion of any work and/or service under this Agreement without the prior written consent of the City Manager, which consent, if given at all, shall be in the Manager's sole judgment and discretion. Neither this Agreement, nor any term or provision hereof, or right hereunder, shall be assignable unless as approved pursuant to this Section, and any attempt to make such assignment (unless approved) shall be void. Notwithstanding the preceding, the City hereby approves the Sub-Vendor Agreement attached as Exhibit "D" hereto. 10.4 PUBLIC ENTITY CRIMES Prior to commencement of the Services, the Vendor shall file a State of Florida Form PUR 7068, Sworn Statement under Section 287.133(3)(a) Florida Statute on Public Entity Crimes with the City's Procurement Division. 10.5 EQUAL EMPLOYMENT OPPORTUNITY In connection with the performance of the Services, the Vendor shall not discriminate against any employee or applicant for employment because of race, color, national origin, religion, sex, gender identity, sexual orientation, disability, marital and familial status, or age. 7 10.6 CONFLICT OF INTEREST The Vendor herein agrees to adhere to and be governed by all applicable Miami-Dade County Conflict of Interest Ordinances and Ethics provisions, as set forth in the Miami- Dade County Code, and as may be amended from time to time; and by the City of Miami Beach Charter and Code (as some may be amended from time to time); both of which are incorporated by reference herein as if fully set forth herein. The Vendor covenants that it presently has no interest and shall not acquire any interest, direct or indirectly, which could conflict in any manner or degree with the performance of the Services. The Vendor further covenants that in the performance of this Agreement, no person having any such interest shall knowingly be employed by the Vendor. No member of or delegate to the Congress of the United States shall be admitted to any share or part of this Agreement or to any benefits arising there from. SECTION 11 NOTICES All notices and communications in writing required or permitted hereunder, shall be delivered personally to the representatives of the Vendor and the City listed below or may be mailed by U.S. Certified Mail, return receipt requested, postage prepaid, or by a nationally recognized overnight delivery service. Until changed by notice in writing, all such notices and communications shall be addressed as follows: TO VENDOR: PARKTRAK, INC. 8609 NORTH DIVISION SPOKANE WA 99208 ATTN: Craig A. Bagdon, President TO CITY: CITY OF MIAMI BEACH PARKING DEPARTMENT 1755 MERIDIAN AVENUE, SUITE 200 MIAMI BEACH, FL 33139 ATTN: Saul Frances, Parking Director Notice may also be provided to any other address designated by the party to receive notice if such alternate address is provided via U.S. certified mail, return receipt requested, hand delivered, or by overnight delivery. In the event an alternate notice address is properly provided, notice shall be sent to such alternate address in addition to any other address which notice would otherwise be sent, unless other delivery instruction as specifically provided for by the party entitled to notice. Notice shall be deemed given on the day on which personally served, or the day of receipt by either U.S. certified mail or overnight delivery. 8 SECTION 12 MISCELLANEOUS PROVISIONS 12.1 CHANGES AND ADDITIONS This Agreement cannot be modified or amended without the express written consent of the parties. No modification, amendment, or alteration of the terms or conditions contained herein shall be effective unless contained in a written document executed with the same formality and of equal dignity herewith. 12.2 SEVERABILITY If any term or provision of this Agreement is held invalid or unenforceable, the remainder of this Agreement shall not be affected and every other term and provision of this Agreement shall be valid and be enforced to the fullest extent permitted by law. 12.3 ENTIRETY OF AGREEMENT The City and Vendor agree that this is the entire Agreement between the parties. This Agreement supersedes all prior negotiations, correspondence, conversations, agreements or understandings applicable to the matters contained herein, and there are no commitments, agreements or understandings concerning the subject matter of this Agreement that are not contained in this document. Title and paragraph headings are for convenient reference and are not intended to confer any rights or obligations upon the parties to this Agreement. [REMAINDER OF THIS PAGE LEFT INTENTIONALLY BLANK] 9 IN WITNESS WHEREOF, the parties hereto have caused this Agreement to be executed by their appropriate officials, as of the date first entered above. FOR CITY: CITY OF MIAMI BEACH, FLORIDA ATTEST: �1 B� By: :INCORP ORATED: C�h '4cN 2ro L{ r /110? City Clerk ayor/ FOR VENDOR: PARKTRAK, INC. ATTEST: By: ecr tary V Presi ent G � G A �c>-� Print Name Print Name/Title APPROVED AS TO FORM & LANGUAGE & FOR EXECUTION 2-� �3 10 Date 1 i Exhibit "A" Request for Proposals No. 55-11 /12 for Acquisition of a Mobile and Handheld License Plate Recognition Parking Enforcement System 11 i REQUEST FOR PROPOSALS RFP RFP NO. 55-11/12 i FOR THE ACQUISITION OF A MOBILE AND/OR HANDHELD LICENSE PLATE RECOGNITION (LPR) PARKING ENFORCEMENT SYSTEM :RFP Issuance Date-. July 26, 2012 PROPOSAL DUE DATE: August 20, 2012 at 3:00 P.M. CRISTINA DELVAT,Contracts Compliance Specialist CITY HALL PROCUREMENT DIVISION,3RD Floor 1700 Convention Center Drive Miami Beach, FL 33139 Phone: 305.673.7496 , Fax: 786.394.4000 E-mail:cristinadelvot@miamibeachfl.aov MIAMI BEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,W*W.miomibeachfl.gov PROCUREMENT DIVISION Tel: 305-673-7496, Fax:786.394-4000 PUBLIC NOTICE REQUEST FOR PROPOSALS (RFP) FOR THE ACQUISITION OF A MOBILE AND/OR HANDHELD LICENSE PLATE RECOGNITION (LPR) PARKING ENFORCEMENT SYSTEM ' The City of Miami Beach, on behalf of its Parking Department (the City), is pursuing .technology enhancements for its parking payment systems including, but not limited to, multi-space pay stations, municipal permit programs (including business and residential permits), and potentially pay by phone services. The City intends to migrate to a License Plate Recognition (LPR) enforcement system, and eventually have "paperless" parking payment options and solutions. The payment options shall be delivered through real time web based services provided by either the .vendors' payment platform or, in at least one case, the City's payment platform. The City is seeking an LPR enforcement component, including functionality through real time web enabled mobile and/or handheld units which interface with the proprietary payment platforms described I above. The above payment platform list is not intended to be an all encompassing list. It is the intent of the City to enter into a three (3) year agreement with the successful Proposer to provide a Mobile and/or handheld LPR Parking .Enforcement System, with an option for an additional two (2) year renewal option, at the sole discretion of the City Manager. Sealed proposals will be received until 3:00 p.m. on August.20,2012, atthefollowing address: City of-Miami.Beach City Hall Procurement Division Third Floor 1700 Convention Center:Drive Miami Beach, Florida 33139 ANY PROPOSAL RECEIVED AFTER 3:00 PM ON AUGUST 20, 2012, WILL BE RETURNED TO THE PROPOSER UNOPENED, AND WILL NOT BE CONSIDERED. 'THE RESPONSIBILITY FOR .SUBMITTING PROPOSALS BEFORE THE STATED TIME AND DATE IS SOLELY THE RESPONSIBILITY OF THE PROPOSER. THE CITY WILL NOT BE RESPONSIBLE FOR .DELAYS CAUSED BY MAIL, COURIER SERVICE, OR ANY OTHER'ENTITY OR OCCURRENCE. A Pre-Proposal Submission Meeting is scheduled for August 3, 2012 at 10:00am at the following address: City Hall— Fourth Floor City Manager's Large Conference Room 1700 Convention Center Drive .Miami Beach, Florida 33139 Attendance (in person or via telephone) to this Pre-Proposal Submission Meeting is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the Pre-Proposal Submission Meeting via telephone must follow these steps: (1) Dial the TELEPHONE NUMBER: 1-877=953-3061 (Toll-free North America) 9120112 City of Miami Beach RFP No:55-11112 Llcense Plate Recognition System 2 of 40 (2) Enter the MEETING NUMBER: 8982915# Proposers who are interested in participating via telephone, please send an e-mail to j Cdelvat(a_)miamibeachfl.gov expressing your intent to participate via telephone at least one business day in advance of the meeting. 'The City utilizes BidNet for automatic notification of bid opportunities and document fulfillment. This system allows vendors to register online and receive notification of new bids, amendments and awards. Vendors with Internet access should review the registration options at the following website: http://www.govbids.com/scripts/panhandle/public/homel.asp?utm medium=referral&utm source=Ml A28FL&utm campaign=web site. If you do not have Internet access, please call the BidNet support group at 800-677-1997 extension#214. The City also provides bid information on its website, please visit: http://web.miamibeachfl.gov/procurement. PROPOSERS ARE HEREBY ADVISED THAT THIS RFP IS SUBJECT TO THE FOLLOWING ORDINANCES/RESOLUTIONS, WHICH MAY BE FOUND ON THE CITY OF MIAMI BEACH WEBSITE: hftp://www.miamibeachfi.qov/newcity/depts/purchase/bidintro.asp • CONE OF SILENCE --ORDINANCE NO. 2002-3378 • PROTEST PROCEDURES —ORDINANCE NO. 2002-3344. DEBARMENT PROCEEDINGS-- ORDINANCE N0, 2000-3234 LOBBYIST REGISTRATION AND DISCLOSURE OF FEES --ORDINANCE NO. 2002-3363. • CAMPAIGN CONTRIBUTIONS BY VENDORS-ORDINANCE NO. 2003-3389. REQUIREMENT FOR 'CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS- ORDINANCE NO. 2005-3494 • LOCAL PREFERENCE FOR MIAMI .BEACH-BASED VENDORS — ORDINANCE NO. .2011- 3747. PREFERENCE FOR FLORIDA SMALL BUSINESSES OWNED AND CONTROLLED BY VETERANS AND TO 'STATE-CERTIFIED SERVICE-DISABLED VETERAN BUSINESS ENTERPRISES —ORDINANCE NO. 2011-3748. CODE OF BUSINESS ETHICS —RESOLUTION NO. 2000-23879. Any questions or requests for clarifications concerning this RFP shall be submitted by e-mail to: cdelvat(a)-miamibeachfl.gov, with copies also submitted to the City Clerk: 'RafaelGranado @miainibeachfl.gov. All questions or requests for clarifications must be received no later than five (5) calendar days prior to the scheduled RFP submission date. All responses to questions/clarifications will be sent to Proposers in the form of a written addendum. THE CITY OF MIAMI BEACH RESERVES THE RIGHT TO ACCEPT ANY PROPOSAL DEEMED TO BE IN THE BEST INTEREST OF THE CITY, OR WAIVE ANY IRREGULARITY AND/OR INFORMALITY IN ANY PROPOSAL, OR REJECT ANY AND/OR ALL PROPOSALS. rely, Raul J. Aguila Chief.Deputy City Attorney (for Procurement Division) 9/20/12 City of Mlami.Beach RFP No:55-11/12 License Plate Recognition System 3 of 40 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT Division Tel: 305.673.7496 Fax: 786.394.4000 RFP No. 55-11/12 NOTICE TO PROSPECTIVE PROPOSERS If not submitting a Proposal at this time, please detach this sheet from the RFP documents, complete the information requested, and return to the address listed above. NO PROPOSAL SUBMITTED FOR REASON(S) CHECKED AND/OR INDICATED: Not responding due to workload issues Not responding due to minimum qualifications requirements Not responding due to scope of services _Not responding due to project's size-and/or complexity _OTHER. (Please specify) We do do not want to be retained on your mailing list for future.proposals for the type or product and/or service. Signature: Title: Company: Note: Failure to respond, either by not submitting a proposal or this completed form, may result in your company being removed from the City's bid list. 9/20112 City of Miami Beach RFP No:55-11112 License Plate Recognition System 4 of 40 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 3051673-7496, Fax:786.394.4000 TABLE OF CONTENTS PAGE I. OVERVIEW AND PROPOSAL PROCEDURES 6-11 II. SCOPE OF SERVICES . 12 III. PROPOSAL FORMAT 13-14 IV. EVALUATION/SELECTION PROCESS/ CRITERIA FOR EVALUATION 16-16 V. SPECIAL TERMS AND CONDITIONS= INSURANCE 17-18 VI. PROPOSAL:D000MENTS TO BE COMPLETED AND 19-38 RETURNED TO CITY WITH PROPOSAL SUBMISSION -All items outlined as required under Proposal Format(Section 111) And Scope of Services/Specifications (Section 11) -.Signed Insurance Checklist - Proposer Information -Acknowledgment of Addenda - Declaration Sworn StatemenVSection.287.133(3) (a),:Florida Statutes - Public Entity Crimes -Questionnaire -Acknowledgment Letter Disclosure and Disclaimer Declaration: Non-Discrimination in Contracts and Benefits - Reasonable Measures-Application (if applicable) -.Substantial Compliance Form (if applicable) VII. DOCUMENTS TO BE COMPLETED.BY CUSTOMERS OF THE RESPONDENTS Performance Evaluation Letters 39 - Performance Evaluation Survey 40 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 5of40 SECTION I -OVERVIEW AND PROPOSAL PROCEDURES: A. INTRODUCTION /BACKGROUND The City, on behalf of its Parking Department (hereinafter, the City), is pursuing technology enhancements for its parking payment systems including, but not limited to, multi-space pay stations, municipal permit programs (including business and residential permits), and potentially pay by phone services. The City intends to migrate to a License Plate Recognition (LPR) enforcement system, and eventually have "paperless" parking payment options and solutions. The payment options shall be delivered through real time web based services provided by either the vendors' payment platform or, in at least one case, the City's payment platform. The City is seeking an LPR enforcement component including functionality through real time web enabled mobile and/or handheld units which interface with the proprietary payment platforms described above. The above payment platform list is not intended to be an all encompassing list. The Mayor and City Commission at its July 18, 2012 meeting, authorized the City Administration to issue this RFP for LPR Services. B. RFP TIMETABLE The anticipated schedule for this RFP is as follows: RFP issued July 26,.2012 Pre-proposal submission meeting August 3, 2012,at 10:00 a.m. Deadline for receipt of questions August 14,.201.2 iat 5:00 p.m. Deadline for receipt of Proposals August20, 2012at 3:00 p.m. Evaluation Committee review August2012 Commission approval authorizing negotiations September 2012 Contract negotiations Septemeer/October 2012 C. PROPOSAL.SUBMISSION An original and five (5) copies of complete Proposals, plus a CD,-must be received no later than 3:00 p.m. on August 20, 2012, at the following address: City of Miami Beach City Hall Procurement Division --Third Floor 1700 Convention Center Drive Miami Beach, Florida 33139 The original and all copies, plus the CD, must be submitted to the Procurement Division in a sealed envelope or container stating on the outside the Proposer's name, address, and RFP number and title. No facsimile, electronic, or e-mail Proposals will be considered. THE RESPONSIBILITY FOR SUBMITTING A PROPOSAL IN RESPONSE TO THIS RFP, ON OR BEFORE THE STATED TIME AND .DATE, WILL BE SOLELY AND STRICTLY THAT 'OF THE PROPOSER. THE CITY WILL IN NO WAY BE RESPONSIBLE 'FOR DELAYS:CAUSED BY MAIL, COURIER SERVICE, OR BY ANY OTHER ENTITY OR OCCURRENCE. ANY PROPOSAL RECEIVED AFTER 3:00 P:M. ON AUGUST 20,'2012WILL BE RETURNED TO THE PROPOSER UNOPENED. PROPOSALS RECEIVED AFTER THE RFP DUE DATE AND TIME WILL NOT BE ACCEPTED AND WILL NOT BE CONSIDERED. 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 6 of40 D. REQUIREMENT FOR CITY CONTRACTORS TO PROVIDE EQUAL BENEFITS FOR DOMESTIC PARTNERS The contract awarded pursuant to this RFP is subject to the City's Equal Benefits Ordinance (as adopted pursuant to Ordinance No. 2005-3494, and as codified in Section .2-373 of the City Code entitled, Requirement for City Contractors to Provide Equal Benefits for Domestic Partners; and hereafter referred to as the'"Ordinance"). The Ordinance applies to all employees of a Contractor who work within the City limits of the City of Miami Beach, Florida; and the Contractor's employees located in the United States, but outside of the City of Miami Beach limits, who are directly performing work on the contract within the City of Miami Beach. The City shall not enter into any contract unless the bidder/proposer certifies that such firm does not discriminate in the provision of Benefits between employees with Domestic Partners and employees with spouses and/or between the Domestic Partners and spouses of such employees. Contractors may also comply with the Ordinance by providing an employee with the Cash Equivalent of such Benefit or Benefits, if the City Manager or his designee determines that the Contractor has made reasonable yet unsuccessful effort to provide Equal Benefits. The Contractor shall complete and return the "Reasonable Measures Application" contained herein, and the Cash Equivalent proposed. It is important to note that Contractors are considered in compliance if Contractor provides benefits neither to employees' spouses nor to employees' Domestic Partners. Attached to this RFP -are the .following documents that need to be returned to the City with your Proposal, or if omitted as part of your Proposal submission, within five (5) calendar days after receipt of written request from the City: :Declaration: Nondiscrimination in Contracts and Benefits Form; 'Reasonable Measures Application Form; and • Substantial Compliance Authorization Form. E. PRE-PROPOSAL SUBMISSION MEETING A Pre-Proposal Submission Meeting is scheduled for August 3, 2012 at 10:00am at the following address: City of Miami Beach City Hall —4`h Floor, City Manager's Large Conference Room, 1700 Convention Center Drive, Miami Beach, Florida 33139 Attendance (in person or via.telephone) is encouraged and recommended as a source of information, but is not mandatory. Proposers interested in participating in the-Pre-Proposal Submission Meeting via telephone must follow these steps: (1)Dial the TELEPHONE NUMBER: 1-877-953-3061 (Toll-free North America) (2) Enter the MEETING NUMBER: 8982915# Proposers who are interested in participating via telephone should send an e-mail to the contact person listed in Section E of this RFP expressing their intent to participate via telephone. F. CONTACT PERSON/ADDITIONAL INFORMATION/ADDENDA The contact person for this RFP is Cristina Delvat, Contracts Compliance Specialist, who may be reached by phone at 305.673.7496; fax at 786.394.4000, or e-mail at CdelvatCamiamibeachfl.gov. 9/20112 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 7 of 40 Oral communications between a proposer, bidder, lobbyist, and/or consultant and the Procurement contact are limited to matters of process or procedure. Requests for additional information or requests for clarifications must be made in writing to the Procurement Division. Facsimile or e-mail requests are acceptable. Please send all requests to Cdelvat @miamibeachfl.gov, with a copy to the City Clerk's Office at RafaelGranado a,miamibeachfl.gov, no later than the date specified in the RFP timetable. The Procurement contact will issue replies to inquiries and any other corrections or amendments, as he/she deems necessary, in written addenda issued prior to the deadline for responding to the RFP. Proposers should not rely on representations, statements, or explanations (whether verbal or written),. other than those made in this RFP or in any written addendum to this RFP. Proposers should verify with the Procurement Division prior to submitting a. Proposal that all addenda have been received. PURSUANT TO THE CITY'S CONE OF SILENCE ORDINANCE, AS CODIFIED IN SECTION 2-486 OF THE CITY CODE, PROPOSERS ARE ADVISED THAT ORAL COMMUNICATIONS BETWEEN THE PROPOSER, OR THEIR REPRESENTATIVES AND 1.) THE MAYOR AND CITY , COMMISSIONERS AND THEIR RESPECTIVE STAFF; .OR 2) MEMBERS OF THE CITY'S ADMINISTRATIVE STAFF (INCLUDING BUT NOT LIMITED TO THE CITY MANAGER AND HIS STAFF); OR 3) EVALUATION COMMITTEE MEMBERS, IS PROHIBITED. G.. MODIFICATIONIWITHDRAWALS OF PROPOSALS A Proposer may submit a modified Proposal to replace all or any portion of a previously .submitted Proposal up until the Proposal due date and time. Modifications received after the Proposal due date and time will not be considered. Proposals shall be irrevocable until contract award unless withdrawn in writing prior to the Proposal due date, or after expiration of 120 calendar days from the opening of-Proposals .without.a contract award. Letters of withdrawal received after the Proposal due date and before said expiration date, and letters of withdrawal received after contract award will not be considered. H. RFP POSTPONEMENT/CANCELLATION/REJECTION The City may, at its sole and absolute discretion, reject any and all, or parts of any and all, Proposals; re-advertise this RFP; postpone or cancel, at any time, this RFP process; or waive any irregularities in this RFP, or in any Proposals received as a result of this RFP. I. COSTS INCURRED BY PROPOSERS All expenses involved with the preparation and submission of Proposals, or-any work performed in connection therewith, shall be the sole responsibility (and shall be at the.sole cost and expense) of'the Proposer, and shall not be reimbursed by the City. J. EXCEPTIONS TO RFP Proposers must clearly indicate any exceptions they wish to take to any of the terms in this RFP, and outline what, if any, alternative is being offered. All exceptions and alternatives shall be included and clearly delineated, in writing, in the Proposal. The City, at its sole and absolute discretion, may accept or reject any or all exceptions and alternatives. In cases in which exceptions and alternatives are rejected, the City shall require the Proposer to comply with the particular term and/or condition of the RFP to which Proposer took exception to (as said term and/or condition was originally set forth on the RFP). 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 8 of 40 K. FLORIDA PUBLIC RECORDS LAW Proposers are hereby notified that all Proposals including, without limitation, any and all information and' documentation submitted therewith, are exempt from public records requirements under Section 119.07(1), Florida Statutes, and s. 24(a), Art. 1 of the State Constitution until such time as the City provides notice of an intended decision or until thirty (30) days after opening of the Proposals, whichever is earlier. L. NEGOTIATIONS The City reserves the right to enter into further negotiations with the selected Proposer. Notwithstanding the preceding, the City is in no way obligated to enter into a contract with the selected Proposer in the event the parties are unable to negotiate a contract. It is also understood and acknowledged by Proposers that by submitting a Proposal, no property interest or legal right of any kind shall be created at any time until and unless a contract has been agreed to; approved by the City; and executed by the parties. M. PROTEST PROCEDURE Proposers that are not selected may protest any recommendation for selection of award in accordance with the proceedings established pursuant to the City's bid protest procedures (Ordinance No. 2002- 3344), as codified in Sections 2-370 and 2=371 of the City Code. Protests not timely made pursuant to the requirements of Ordinance No..2002-3344 shall be barred. N. OBSERVANCE OF LAWS Proposers are expected to be familiar with, and comply with, all-Federal, State, County, and City laws, ordinances, codes, rules and regulations, and all orders and decrees of bodies or tribunals having jurisdiction or authority which, in any manner, may affect the scope of services and/or project contemplated by this RFP (including, without.limitation, the Americans with Disabilities Act, Title VII of the Civil Rights Act, the EEOC Uniform Guidelines, and all.EEO regulations and guidelines). Ignorance of the law(s) on the part of the Proposer will in no way'relieve it from.responsibility.for compliance. O. DEFAULT Failure or refusal of the successful Proposer to execute a contract following approval of such contract by the City Commission, or untimely withdrawal of a Proposal before such award is made and approved, may result in forfeiture of.that portion of any surety required as liquidated damages to the City. Where surety is not required, such failure may result in a claim for damages by the City and may be grounds for removing the Proposerfrom the City's vendor list. P. CONFLICT OF INTEREST All Proposers must disclose, in their Proposal, the name(s) of any officer, director, agent, or immediate family member (spouse, parent, sibling, and child) who is also an employee of the City of Miami.Beach. Further, all Proposers must disclose the name of any City employee who owns, either directly or indirectly, an interest of ten (10%) percent or more in the Proposer entity or any of its affiliates. Q. PROPOSER'S RESPONSIBILITY Before submitting a Proposal, each Proposer shall be solely responsible for making any and all investigations, evaluations, and examinations, as it deems necessary, to ascertain all conditions and 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 9 of 40 requirements affecting the full performance of the contract. Ignorance of such conditions and requirements, and/or failure to make such evaluations, investigations, and examinations, will not relieve the Proposer from any obligation to comply with every detail and with all provisions and requirements of the contract, and will not be accepted as a basis for any subsequent claim whatsoever for any monetary consideration on the part of the Proposer. R. RELATIONSHIP TO THE CITY It is the intent of the City, and Proposers hereby acknowledge and agree, that the successful Proposer is considered to be an independent contractor, and that neither the Proposer, nor the Proposer's employees, agents, and/or contractors, shall, under any circumstances, be considered employees or agents of the City. S. PUBLIC ENTITY CRIME A person or affiliate who has been placed on the convicted vendor list following a conviction for public entity crimes may not submit a bid on a contract to provide any goods or services to a public entity, may not submit a bid on a contract with a public entity for the construction or repair of a public building or public work, may not submit bids on leases of real property to public entity, may not be awarded or perform work as a contractor, supplier, sub-contractor, or consultant under a contract with a public entity, and may not transact business with any public entity in excess of the threshold amount provided in Sec. 287.017, for CATEGORY TWO for a period of 36 months from the date of being placed on the convicted vendor list. T. COMPLIANCE WITH THE CITY'S LOBBYIST LAWS This RFP is subject to, and all Proposers are expected to be or become familiar with, all City lobbyist laws. Proposers shall be solely responsible for ensuring that all City lobbyist laws are complied with, and .shall -be subject to any and all sanctions, as prescribed therein, including, without limitation, disqualification of their Proposals, in the event of such non-compliance. U. CONE OF SILENCE This RFP is subject to, and all Proposers are expected to be or become familiar with, the City's Cone of Silence requirements, 'as codified in Section 2-486 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Cone of Silence are complied with,. and shall be subject to any and all sanctions, as prescribed therein, including rendering their Proposal voidable, in the event of such non-compliance. V. DEBARMENT ORDINANCE This RFP is subject to, and all Proposers are expected to be or become familiar with, the City's Debarment Ordinance (as adopted pursuant to Ordinance No. 200-3234, and as codified in Sections 2- 397 through 2-406 of the City Code). g W. COMPLIANCE WITH THE CITY'S CAMPAIGN FINANCE REFORM LAWS This RFP is subject to, and all Proposers are expected to be or become familiar with, the City's Campaign Finance Reform laws, as codified in Sections 2-487 through 2-490 of the City Code. Proposers shall be solely responsible for ensuring that all applicable provisions of the City's Campaign Finance Reform laws are complied with, and shall be subject to any and all sanctions, as prescribed therein, including disqualification of their Proposals, in the event of such non-compliance. 9/20/12 City of Miami Beach RFP No:55-11112 License Plate Recognition System 10 of 40 i X. CODE OF BUSINESS ETHICS Pursuant to City Resolution No.2000-23879, each person or entity that.seeks to do business with the City shall adopt a Code of Business Ethics ("Code") and submit that Code to the Procurement Division with its bid/response or within five (5) days upon receipt of request. The Code shall,at a minimum, require the Proposer, to comply with all applicable governmental rules and regulations including, among others, the conflict of interest,.lobbying and ethics provision of the City of Miami Beach and Miami Dade County. Y. AMERICAN WITH DISABILITIES ACT(ADA) Call 305-673-7496/VOICE to request material in accessible format; sign language interpreters (five days in advance when possible), or information on access for persons with disabilities..For more information on ADA compliance, please call the Public Works Department, at 305-673-7631. Z. ACCEPTANCE OF GIFTS, FAVORS, SERVICES Proposers shall not offer any gratuities, favors, or anything of.monetary value to any official, employee, or agent of the City, for the purpose of influencing..consideration of this Proposal. Pursuant to Sec. 2- 449 of the City Code, no officer or employee of the City shall accept any gift, favor or service that might reasonably tend improperly to influence him in the discharge of his official duties. 9120/12 City of Miami Beach RFP No:55-11112 License Plate Recognition System 11 of 40 SECTION II —SCOPE OF SERVICES It is the intent of the City to enter into a three (3) year Agreement with the successful Proposer to provide a-Mobile and/or Handheld LPR Parking Enforcement System, with an option for an additional two (2) year renewal option, at the sole discretion of the City Manager. The successful Proposer shall be responsible for the following: 1. All hardware and software for the Mobile and/or Handheld LPR System and application. .2. Back-Office Management and Reporting System. 3. The system enables a parking inspector to quickly and easily navigate through a handheld and/or mobile device and determine the parking payment "status" (valid or invalid) and other credential information, as determined by the City, of a user/vehicle by reading the license plate. 4. The System must cross reference various types of parking payment platforms, including proprietary multi-space pay stations, permit,software, pay by phone, and other platforms, as required. : 5. The system will be utilized by parking enforcement personnel 24 hours, 365 days a year (full time); therefore, the Successful Proposer shall have sufficient resources and personnel to support and maintain the system. 6. Equipment shall be ruggedized. 7. High accuracy in license plate recognition. MINIMUM REQUIREMENTS AND QUALIFICATIONS 1. The Proposer must have a verifiable proven track record of providing successful mobile and/or handheld LPR systems and, to that end, must have no fewer.than three (3) consecutive years of experience in comparable municipal parking enforcement operations and/or related enforcement applications. 2. The Proposer must demonstrate evidence of financial capability sufficient to install, maintain, and support mobile and handheld LPR systems and services to meet the City's needs. 3. The Proposer must demonstrate a level of expertise, technical knowledge, innovation, and overall capacity to provide mobile and/or handheld LPR systems and services ith a high level of success interfacing with multiple payment platforms during variable periods'.of 'high demand, including.unforeseeable circumstances. MINIMUM TECHNICAL SOFTWARE REQUIREMENTS 1. Software in the LPR must read real time parking data from the City's parking database for both mobile and handheld LPR devices. 2. Software must be compatible with Windows 7 Desktop. 3. Software must have the ability to create internal and external reports 4. Proposer must have successfully completed at least three (3) externally hosted software packages for a comparable parking system equal to most, if not all, of the above specifications, including software merging of an existing data/history within the past four(4) years. 5. Successful proposer will be responsible for all sub-contracted solutions and/or third party software. 6. Proposer must provide on-site training for implementation. 7. Proposer shall be responsible for all service to the database website reporting. 8. All data must be owned by the City. 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 12 of 40 SECTION III— PROPOSAL FORMAT .Each Proposal shall include, at a minimum, the following documents, each fully completed and signed, as required. If any items are omitted, Proposers must submit the omitted documentation within five (5) calendar days upon request from the City, or the Proposal may be deemed non-responsive. 1. Table of Contents: Outline in sequential order the major areas of the Proposal, including enclosures. All pages must be consecutively numbered and correspond to the table of contents. 2. Proposal Points to Address: 'a) Introduction letter outlining the Proposer's professional specialization, and providing past experience to support the qualifications of the Proposer. b) Proposer's must provide documentation: Proposer's shall submit such supporting documentation.as they deem necessary to demonstrate the capability to provide and implement the services as outlined in this RFP. C) Qualifications of Proposer/Associated Proposal Team Members/ Management Team and Key Personnel: Outline in detail the experience and qualifications of the proposing entity and all associated Proposal team members; the Proposer's management team; and key personnel; with emphasis on providing experience and qualifications on (and as to) similar.projects as the one contemplated in this RFP. d) Fee Information: Cost information must be submitted and must be itemized. Notwithstanding any fee submitted, the City reserves the right to further negotiate same with the successful Proposer. e) Evidence of Financial Stability: All Proposers must attach a financial statement, balance sheet or other assurance that indicates the financial capability and viability of the Proposer. The submitted information must either be certified by an independent CPA, or In the case of a banking reference) by an appropriate banking official. f) References: List at least five (5) references in the South Florida area for whom your firm provides or has provided similar services, and include their contact name, title, company, address, telephone number, e-mail address, fax number. g) Past Performance Client Survey Information: 'Past performance information will be collected on all Proposers. Proposers will be required to send out Performance Evaluation Surveys to their clients. Please:provide your client with the Performance Evaluation Letter and Survey attached herein, and request that your.client submit the completed survey to Cristina Delvat at Fax: 786=394-4000 or .E-mail: cdelvat @miamiGeachfl.gov. Proposers are responsible for making sure their clients return the Performance Evaluation Surveys to the City. Proposers are solely responsible for making sure their clients return the Performance Evaluation Surveys to the City. The City reserves the right to verify any information submitted throughout this process. Such verification may include, but is not limited to, speaking with current and former clients, review of relevant client documentation, site- visitation, and other independent confirmation of data. 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 13 of 40 DIVISION FROM THE OFFICE OF THE PROPOSER. IN ORDER TO BE CONSIDERED, SURVEYS MUST BE SENT TO THE PROCUREMENT DIVISION DIRECTLY FROM YOUR.CLIENT'S OFFICE(S). h) Methodology and Approach. The Proposer must specifically describe its proposed methodology and.approach for completing the services required in the scope of work. This is to include, but not be limited to, a proposed operational plan. i) Acknowledgment of Addenda: (IF REQUIRED BY ADDENDUM) and Proposer Information forms. j) Acknowledgment Letter and Disclosure and Disclaimer k) Any other documents required by this RFP. The City reserves the right, in its sole discretion, to request additional information from Proposers following review of the initial Proposal submissions. 9/20/12 City of Miami Beach RFP No:55.11/12 License Plate Recognition System 14 of 40 i SECTION IV— EVALUATION 1 SELECTION PROCESS The procedure for Proposal evaluation and selection is as follows: 1. Request for Proposals issued. 2. Receipt of Proposals. 3. Opening of Proposals and determination if they meet the minimum standards of responsiveness. 4. An Evaluation Committee, appointed by the City Manager, shall meet to evaluate each Proposal in accordance with the requirements of this RFP. Proposers may be requested to make additional written submissions or oral presentations to the Evaluation Committee. 5. The Evaluation Committee shall recommend to the City Manager the Proposal or Proposals acceptance of which the Evaluation Committee deems to be in the best interest of the City. 6. The Evaluation Committee shall base its recommendations on the following factors, for a total of 100 possible points: Total=Points ,° ._. Ev ., Eyaluatio`n_ Cntena 25 Proposer's experience and qualifications in providing mobile and/or handheld LPR systems and services: 25 Cost to the City Mobile and/or Handheld .LPR System capabilities, 25 performance, and durability Technical knowledge, innovation, and overall capacity to 15 provide mobile and/or handheld LPR systems and services Past performance based on references, information 10 provided in the Proposal, and Performance .Evaluation Surveys LOCAL PREFERENCE: The Evaluation Committee will assign an additional five (5) points to Proposers, which are, or include as part of their proposal team, a Miami Beach-based vendor as defined in the City's Local Preference Ordinance. VETERANS PREFERENCE: The Evaluation Committee will assign an additional five (5) points to Proposers, which are, or include as part of their proposal team, a small business concern owned and controlled by a veteran(s) or a service-disabled veteran business enterprise, as defined in the City's Veterans Preference Ordinance. 7. After considering the recommendation(s) of the Evaluation Committee, the City Manager shall recommend to the Mayor and Commission the Proposal or Proposals acceptance of which the City Manager deems to be in the best interest of the City. 8. The City Commission shall consider the City Manager's recommendation(s) as it deems appropriate and may: approve the City Manager's recommendation(s); make its own recommendation(s); reject all Proposals; or may prescribe such other action, as it deems necessary and in the best interest of the City. 9. Following recorgmendation of award by the City Commission, negotiations between the selected Proposers and the City Administration take place to arrive at a contract. If the Mayor and Commission has so directed, the City Manager may proceed to negotiate a contract with a Proposer other than the top-ranked Proposer if the negotiations with the.top-ranked Proposer fail to produce a mutually acceptable contract within a reasonable period of time. 10. A proposed contract (or contracts) is presented to the Mayor and Commission for approval, modification and approval, or rejection. 4/18/12 City of Miami Beach RFP No:35-11/12 License Plate Recognition System 15 of 40 11. -If and when a contract (or contracts) acceptable to the respective parties is approved by the Mayor and Commission, the Mayor and City Clerk sign the contract(s) after the selected Proposer(s) has-(or have) done so. BY SUBMITTING A PROPOSAL, ALL PROPOSERS SHALL BE DEEMED TO UNDERSTAND AND AGREE THAT NO PROPERTY INTEREST OR LEGAL RIGHT OF ANY KIND SHALL BE CREATED AT ANY .POINT DURING THE AFORESAID EVALUATION/SELECTION PROCESS UNTIL AND UNLESS A CONTRACT HAS BEEN AGREED TO AND SIGNED BY BOTH PARTIES. 9120/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 16 of 40 SECTION V—SPECIAL TERMS AND CONDITIONS: INSURANCE The successful Proposer(s) shall obtain, provide and maintain, during the term of the contract, the following types and amounts of insurance, which shall be maintained with insurers licensed to sell insurance in the State of Florida and have a B+ VI or higher rating in the latest edition of AM Best's Insurance Guide: Commercial General Liability. A policy including, but not limited to, comprehensive general liability, including bodily injury, personal injury, property damage, in the amount of a combined single limit of not less than $1,000,000, Coverage shall be provided on an .occurrence basis. The City of Miami Beach must be named as .certificate holder and additional insured on policy. 1. Workers' Compensation and Employer's Liability per the statutory limits of the state of Florida. 2. Comprehensive General Liability (occurrence form), limits of liability $1,000,000.00 per occurrence for bodily injury 'property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability. Contractual Liability and Contractual Indemnity (Hold harmless endorsement exactly as written in Insurance Checklist 3. Automobile Liability - $1,000,000 each occurrence owned/non- owned/hired automobiles included. Worker's Compensation. A policy of Worker's Compensation and Employers Liability Insurance, in accordance with worker's compensation, laws as required per Florida Statutes. Said policies of-insurance shall be primary to and contributing with any other insurance maintained by Proposer or City, and shall name the City of Miami Beach, as an additional insured. No policy can be canceled without thirty(30) days prior written notice to the City. The successful Proposer(s) shall file and maintain certificates of all insurance policies with the City's Risk Management Department showing said policies to be in full force and effect at all times during the course of the contract. Such insurance shall be obtained from brokers of carriers authorized to transact insurance business in Florida and satisfactory to City. Evidence of such insurance shall be submitted to and approved by City prior to commencement of any work or tenancy under.the proposed contract. If any of the required insurance coverages contain aggregate limits, or apply to other operations or tenancies of Proposer(s) outside the proposed contract, Proposer(s) shall give City prompt written notice of any incident, occurrence, claim settlement or judgment against such insurance which may diminish the protection such insurance affords the City. Proposer(s) shall further take immediate steps to restore such aggregate limits or shall provide other insurance protection for such aggregate limits. FAILURE TO PROCURE INSURANCE: The successful Proposers'failure to procure or maintain required the insurance program shall constitute a material breach of the contract. 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 17 of 40 I i INSURANCE CHECKLIST . i XXX 1. Workers' Compensation and Employer's Liability per the statutory limits of the state of Florida. .XXX 2. Comprehensive General Liability (occurrence form), limits of liability $1,000,000.00 per occurrence for bodily injury property damage to include Premises/ Operations; Products, Completed Operations and Contractual Liability, and Contractual.Indemnity (Hold harmless endorsement). 3. Automobile Liability - $1,000,000 each occurrence - owned/non-owned/hired automobiles included. 4. Excess Liability - $ 00 per occurrence to .follow the primary coverages. XXX 5. The City must be named as and additional insured-on the liability policies; and it must be stated on the certificate. 6. Other Insurance as indicated: _Builders Risk completed value $ 00 _Liquor Liability $ 00 Fire Legal Liability $ . 00 _Protection and Indemnity $ 00 _Professional Liability/Medical Malpractice $ .00 Employee Dishonesty Bond $ .00 Theft Covering Money and/or Property Of Others $ .00 Professional Liability $ .00 XXX 7. Thirty (30) days written cancellation notice required. XXX 8. Best's guide rating B+:VI or better, latest edition. XXX 9. The certificate must state the UP number and title PROPOSER AND INSURANCE AGENT STATEMENT: I understand the Insurance Requirements of these specifications and that evidence of this insurance may be required within five (5) days after Proposal opening. If I am selected as'the successful Proposer, I further understand and agree and acknowledge that 'failure to procure or maintain the required insurance policy shall constitute a material breach of the contract by which the City may immediately terminate same. For Proposer/Print Name/Title Signature of Proposer 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 18 of 40 PROPOSER INFORMATION Submitted by: Proposer(Entity): Signature: Name (Printed): Address: City/State: Telephone: Fax: E-mail: Federal ID# It is understood and agreed by Proposer that the City reserves the right to reject any and all Proposals, to make awards on all items or any items according to the best interest of the City, and to waive any irregularities. in the RFP or in the Proposals received as a result of the RFP. -It is also understood and agreed by the Proposer that'by submitting a proposal, Proposer shall be deemed to understand and agree than no property interest or legal right of any kind shall be created at any time until and unless a contract has been agreed to and signed by both parties. For Proposer: (Authorized Signature) (Date) (Printed Name) 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 19 of 40 REQUEST FOR PROPOSALS NO. 55-11/12 ACKNOWLEDGMENT OF ADDENDA Directions: Complete Part I or Part II, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP. Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated Part II: No Addendum was received in connection with this RFP. - Verified with Procurement staff Name of staff Date Proposer-Name Date Signature 9/20/12 City of Miami Beach RFP No:55.11/12 License Plate Recognition System 20 of 40 DECLARATION TO:. City of Miami Beach City Hall 1700 Convention Center Drive Procurement Division Miami Beach, Florida 33139 Submitted this of The undersigned, as Proposer, declares that the only persons interested in this Proposal are named herein; that no other person has any interest in this responses or in the contract to which this response pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith, without collusion or fraud. The Proposer agrees if this response is'-accepted, to execute an appropriate City of Miami Beach document(s) for the purpose of estblishing a formal contractual relationship between the Proposer and the City,for the performance of all requirements to which the response pertains. The Proposer states that the response.is based upon the documents identified by the following .number: RFP No. 55-11/12. WITNESS PROPOSER SIGNATURE :PRINTED NAME PRINTED NAME WITNESS 'TITLE PRINTED NAME 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 21 of 40 SWORN STATEMENT UNDER SECTION 287.133(3)(a), FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. , 1. This sworn statement is submitted to [print name of public entity] by [print individual's name and title] for [print name of entity submitting sworn statement] Whose business address is And (if applicable) its Federal Employer Identification Number(FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement) I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the .United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. I understand that "convicted" or "conviction" as defined in Paragraph 287.133(_1)(b),.Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after.July 1, 1989, as a result of a jury verdict, nonjury.trial, or entry of a plea of guilty or nolo contendere. I understand that an "affiliate" as defined in Paragraph 287.133 (1)(a), Florida Statutes, means: 1) A predecessor or successor of a person convicted of a public entity crime; or 2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 22 of 40 I of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person" as defined in Paragraph 287.133(1)(e), Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a.public entity, or which otherwise transacts or applies to transact business with a. public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in management of an entity. Based on information and belief, the statement which I have marked below is true in relation to the entity submitting this sworn statement. [indicate which statement applies.] Neither-the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1., 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. The entity submitting this sworn statement, or one or more of its officers, directors, executives, partners, .shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity .crime subsequent to July 1, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of.Administrative Hearings and the Final Order entered by the hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list. [attach a copy of the final order] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE) ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. ] ALSO UNDERSTAND THAT I AM REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT.IN EXCESS OF THE -THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TWO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. (signature] Sworn to and subscribed before me this day of 2012 Personally known OR Produced identification Notary Public-State of My commission expires (Type of Identification) (Printed typed or stamped Commissioned name of Notary Public) snon2 City of Miami Beach RFP No:55-11112 License Plate Recognition System 23 of 40 Proposer's Name: QUESTIONNAIRE Principal Office Address: Official Representative: Individual Partnership (Circle One) Corporation Joint Venture If a Corporation, answer this: When Incorporated: In what State:, If a Foreign Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Vice-President's Name: Treasurer's Name: 9120112 City of Miami Beach RFP No:55-11112 License Plate Recognition System 24 of 40 Questionnaire (continued) Members of Board of Director: If a Partnership: Date of organization: General or Limited Partnership*: Name and Address.of Each Partner: NAME ADDRESS * Designate general partners in.a Limited Partnership 1. Number of years of relevant experience. in operating same or similar business: 2. Have any agreements held by Proposer for a project ever been canceled? Yes .O No ( ) If yes, give details on a separate sheet, 3. -Has the Proposer or any principals of the applicant organization failed to qualify as .a responsible Bidder/Proposer; or .refused to enter into a contract after an award has been made; or failed to complete a contract during the past five (5) years; or been declared to be in default in any contract in the past 5 years? If yes, please explain: 9120112 City of Miami Beach RFP No:55-11112 License Plate Recognition System 25 of 40 Questionnaire (continued) 4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized under Chapter 11 or put into receivership? Yes ( ) No ( ) If yes, give date, court jurisdiction, action taken, and any other-explanation deemed . necessary on a separate sheet. . 5. Person or persons interested in this RFP have ( ) have not ( ) been convicted by a Federal, State, County, or Municipal Court of any violation of law, other than traffic violations. To include stockholders over ten percent (10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent(10%) interest: A. List all pending lawsuits: B. List all judgments from lawsuits in the last five (5)years: C. List any criminal violations and/or convictions of the Proposer and/or any of its principals: 7. Conflicts of Interest. The following relationships are the only potential, actual, or perceived conflicts of interest 'in connection with this Proposal: (If none, state same.) 9/20/12 City of Miami Beach RFP No:55-11112 License Plate Recognition System 26 of 40 Questionnaire (continued) 8. Public Disclosure. In order to determine whether the members of the Evaluation Committee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any Proposer, and/or individuals and entities comprising or representing such Proposer, and in an attempt to ensure full and complete disclosure regarding this RFP, all Proposers are required to disclose all persons and entities who may be involved with this Proposal. This list shall include,without limitation, public relation firms, lawyers, and lobbyists. The Procurement Director shall be notified, in writing, if any person or entity is added to this list after receipt of Proposals. 9. Are there any pending discussions relative to mergers, acquisitions, partnerships, or assignment of contract? 10. Is the.business entity a Miami Beach based Vendor? Yes ( ) No If Yes, please submit.a copy of a Business Tax Receipt issued by the City of Miami Beach, or documentation to demonstrate that the headquarters is in the City of Miami Beach, or documentation which proves that goods and/or contractual services are being produced or performed, as appropriate, in the City of Miami Beach. 11. Is the business entity owned by a certified service-disabled veteran, 'and or a small business owned and controlled by veterans, as defined on Section 502 of the Veteran Benefit Health, and Information Technology Act of 2006, and cited in the Database of Veteran-owned Business? Yes ( ) No ( ) 9/20/12 City of Miami Beach RFP No:55-11112 License Plate Recognition System 27 of 40 Questionnaire (continued) The Proposer understands that information contained in this Questionnaire will be relied upon by the City in evaluating and making an award pursuant to the RFP, and such information is warranted by the Proposer to be true and accurate. In the event that the City, in its sole discretion, deems necessary, the Proposer agrees to furnish such additional information, relating to the qualifications of the Proposer, as may be required by the City. The Proposer further understands that the information contained in this Questionnaire may be confirmed through a background investigation conducted by the City, conducted either through the Miami Beach Police Department or by a third party retained by the City for such purposes. By submitting this Questionnaire the Proposer hereby agrees to cooperate with this investigation including, but not limited to, fingerprinting and providing information for a credit check. PROPOSER WITNESS: IF INDIVIDUAL: Signature Signature Print Name Print Name WITNESS: IF PARTNERSHIP: Signature Print Name of Successful Proposer Print Name Address By: General Partner Print Name ATTEST: IF CORPORATION: Secretary Print Name of Corporation 'Print Name Address By: President (CORPORATE SEAL) Print Name 9/20112 City of Miami Beach RFP No:55-11112 License Plate Recognition System 28 of40 ACKNOWLEDGMENT LETTER Proposers shall incorporate in their Proposal the following letter and Disclosure and Disclaimer attachment on the Proposer's letterhead stationary: RE: RFP NO. 55-11/12 FOR THE ACQUISITION OF A MOBILE AND/OR HANDHELD LICENSE PLATE RECOGNITION (LPR) PARKING.ENFORCEMENT SYSTEM Dear Sir or Madame: I have-read the City of Miami Beach's RFP NO. 55-11/12 For the Acquisition of a Mobile and/or Handheld License Plate Recognition (LPR) Parking Enforcement System. On behalf of our Proposal team, we agree to and accept the terms, specific limitations, and conditions expressed therein. In addition, we have read, rely upon, acknowledge, and.accept the City's Disclosure and Disclaimer which is attached hereto and is fully incorporated into this letter. Sincerely, [NAME AND TITLE] [ORGANIZATION] [PROPOSER'S NAME] 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 29 of 40 DISCLOSURE AND DISCLAIMER This Request for Proposals ("RFP") is being furnished to the recipient by the City of Miami Beach (the "City") for the recipient's convenience. Any action taken by the City in response to Proposals made pursuant to this RFP, or in making any award, or in failing or refusing to make any award pursuant to such Proposals, or in cancelling awards, or in withdrawing or cancelling this RFP, either before or after issuance of an award, shall be without any liability or obligation on the part of the City. In its sole discretion, the City may withdraw the RFP either before or after receiving proposals, may accept or reject proposals, and may accept proposals which deviate from the RFP, as it deems appropriate and in its best interest. In its sole discretion, the City may determine the qualifications and acceptability of any party or parties submitting Proposals in response to this RFP. Following submission of a Proposal, the applicant agrees to deliver such further details, information and assurances, including financial and disclosure data, relating to the Proposal and the applicant including, without limitation, the applicant's affiliates, officers, directors, shareholders, partners and employees, as requested by the City in its discretion. The information contained herein is provided solely for the convenience of prospective Proposers. It is the responsibility of the recipient to assure.itself that information contained herein is accurate and complete. The City does not provide any assurances as to the accuracy of any information in this RFP. Any reliance on these contents, or on any permitted communications with City officials, shall be at the recipient's own risk. Proposers should rely exclusively on their own investigations, interpretations, and analyses. The RFP is being provided by the City without any warranty or representation, express or implied, as to its content, its accuracy, or its completeness. No warranty or representation is made by the City or its agents that any Proposal conforming to these requirements will be selected for consideration, negotiation, or approval. The City shall have no obligation or liability with respect to this RFP, the selection and the award process, or whether any award will be made. Any recipient of this RFP who responds hereto fully acknowledges all the provisions of this Disclosure and Disclaimer, is totally relying on this Disclosure and Disclaimer, and agrees to be bound by the terms hereof. Any Proposals submitted to the '.City pursuant to this RFP are submitted at the sole risk and responsibility of the party submitting such Proposal. This RFP is made subject to correction of errors, omissions, or withdrawal from the market without notice. Information is for guidance only, and does not constitute all or any part of an agreement. The City and all Proposers will be bound only as, if and when a Proposal (or Proposals), as same may be modified, and the applicable definitive agreements pertaining thereto, are approved and executed by the parties, and then only pursuant to the terms of the definitive agreements executed among the parties. Any response to this RFP may be accepted or rejected by the City for any reason, or for no reason, without any resultant liability to the City. The City is governed by the Govemment-in-the-Sunshine Law, and all Proposals and supporting documents shall be subject to disclosure as required by such law. All Proposals shall be submitted in sealed bid form and shall remain confidential to the extent permitted by Florida Statutes. 0/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 30 of 40 Proposers are expected to make all disclosures and declarations as requested in this RFP. By submission of a Proposal, the Proposer acknowledges and agrees that the City has the right to make any inquiry or investigation it deems appropriate to substantiate or supplement information contained in the Proposal, and authorizes the release to the City of any and all information sought in such inquiry or investigation. Each Proposer certifies that the information contained in the Proposal is true, accurate and complete, to the best of its knowledge, information, and belief. Notwithstanding the foregoing or anything contained in the RFP, all Proposers agree that in the event of a final unappealable judgment by a court of competent jurisdiction which imposes_on the City any liability arising out of this RFP, or any response thereto, or any action or inaction by the City with respect thereto, such liability shall be limited to $10,000.00 as agreed-upon and liquidated damages. The previous sentence, however, shall not be construed to circumvent any of the other provisions of this Disclosure and Disclaimer which imposes no liability on the City. In the event of any differences in language between this Disclosure and Disclaimer and the balance of the RFP, it is understood that the provisions of this Disclosure and Disclaimer shall always govern. The RFP and any disputes arising from the RFP shall be governed by and construed in accordance with the laws of the State of Florida. ACCEPTED: [NAME AND TITLE] [ORGANIZATION] (PROPOSER'S'NAME] MIAMIBEACH- 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 31 of 40 MIAMBEACH CITY OF MIAMI BEACH DECLARATION: NONDISCRIMINATION IN CONTRACTS.AND BENEFITS Section 1.Vendor Information Name of Company: Name of Company Contact Person: Phone Number: Fax Number: E-mail: Vendor Number(if known): Federal ID or Social Security Number: Approximate Number of Employees in.the U.S.:_(If 50 or less,skip to Section 4,date and sign) Are any of your employees covered by a collective bargaining agreement or union trust fund? Yes No Union name(s): Section 2.Compliance Questions Question 1.Nondiscrimination-Protected Classes A. Does your company agree to not discriminate against your employees,applicants for employment,employees of the City, or members of the public on the basis of the fact or perception of a person's membership in the categories listed below?Please note:a"YES"answer means your company agrees it will not discriminate;a"NO"answer means your company refuses to agree that it will not discriminate. Please answer yes or no to each category. ❑ Race —Yes_No ❑Sex _Yes No ❑Color _Yes—No ❑Sexual orientation —Yes_No ❑ Creed —Yes_No ❑Gender-transgender status _Yes—No ❑ Religion _Yes_No ❑ Domestic partner status —Yes—No ❑National origin _Yes_No ❑Marital status _Yes_No ❑Ancestry _Yes_No ❑ Disability —Yes_No ❑Age —Yes—No ❑AIDS/HIV status Yes_No ❑ Height —Yes_No ❑Weight _Yes_No B. Does your company agree to insert a similar nondiscrimination provision in any subcontract you enter into for the performance of a substantial portion of the contract youhave with the City?Please note:you must answer this question,even if you do not intend to enter into any subcontracts. —Yes_No 9/20/12 City of Miami Beach RFP No:55-11112 License Plate Recognition System 32 of 40 Question 2. Nondiscrimination - Equal Benefits for Employees with Spouses and Employees with Domestic Partners Questions 2A and 26 should be answered YES even if your employees must pay some or all of the cost of spousal or domestic partner benefits. A. Will your company provide or offer access to any benefits-to employees with spouses and/or to spouses of employees that may be assigned to work on the City of Miami Beach contract? Yes No B. Will your company provide or offer access to any benefits to employees with (same or opposite sex) domestic partners" or to domestic partners of employees that may be assigned to work on the City of Miami Beach contract? Yes No 'The term Domestic Partner shall mean any two (2) adults of the same or different sex, who have registered as domestic partners with a government body pursuant to state or local law authorizing such registration, or with an internal registry maintained by the employer of at least one of the domestic partners. A Contractor may institute an internal registry to allow for the provision of equal benefits to employees with domestic partner who do not register their partnerships pursuant to a governmental body authorizing such registration, or who are located in a jurisdiction where no such governmental domestic partnership exists. A Contractor that institutes such registry shall not impose criteria for registration that are more stringent than those required for domestic partnership registration by the City of Miami Beach If you answered"NO"to both Questions 2A and 2B,go to Section 4(at the bottom of this .page), complete and sign the form,filling in all items requested. If you answered"YES"to either or both Questions 2A and 2B,please continue to Question 2C below. C. Please check all benefits that apply to your answers above and list in the "other" section any additional benefits not already specified. Note:some benefits are provided to employees because they have a spouse or domestic partner, such as bereavement leave;other benefits are provided directly to the spouse or domestic partner,such as medical insurance. BENEFIT Yes for Yes for Employees No,this Benefit Documentation of this Employees with with Domestic is Not Offered Benefit is Submitted Spouses Partners with this Form Health ❑ ❑ ❑ ❑ Dental ❑ ❑ ❑ ❑ Vision ❑ ❑ Cl ❑ Retirement(Pension, ❑ ❑ ❑ ❑ 401 k etc. Bereavement ❑ ❑ ❑ ❑ Family Leave ❑ ❑ ❑ ❑ Parental Leave ❑ ❑ ❑ ❑ Employee Assistance- ❑ ❑ ❑ ❑ Program Relocation&Travel ❑ ❑ ❑ ❑ Company Discount, ❑ ❑ ❑ ❑ Facilities&Events Credit Union ❑ ❑ ❑ ❑ Child Care ❑ ❑ ❑ ❑ Other ❑ ❑ ❑ ❑ 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 33 of 40 Note: If you can not offer a benefit in a nondiscriminatory manner because of reasons outside your control, (e.g., there are no insurance providers in your area willing to offer domestic partner coverage) you may be eligible for Reasonable Measures compliance. To comply on this basis, you must agree to pay a cash equivalent, submit a completed Reasonable Measures Application with all necessary attachments, and have your application approved by the City Manager, or his designee. Section 3. Required Documentation YOU MUST SUBMIT SUPPORTING DOCUMENTATION to verify each benefit marked in Question 2C.Without proper documentation, your company cannot be certified as complying with the City's Equal Benefits Requirement for Domestic Partner Ordinance. For example, to document medical insurance submit a statement from your insurance provider or a copy of the eligibility section of your plan document; to document leave programs, submit a copy of your company's employee handbook. If documentation for a particular benefit does not exist,attach an explanation. Have you submitted supporting documentation for each benefit offered? _Yes_No Section 4. Executing the Document I declare under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct,and that I am authorized to bind this entity contractually. Executed this day of in the year ,at Signature Mailing Address Name of Signatory(please print) City,State,Zip Title I 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 34 of 40 MIAMIBEACH CITY OF MIAMI BEACH REASONABLE MEASURES APPLICATION Declaration: Nondiscrimination in Contracts and Benefits Submit this form and supporting documentation to the City's Procurement Division ONLY IF you: a. Have taken all reasonable measures to end discrimination in benefits; and b. Are unable to do so; and c. Intend to offer a cash equivalent to employees for whom equal benefits are not available. You must submit the following information with this form: 1. The names, contact persons and telephone numbers of benefits providers contacted for the purpose of acquiring nondiscriminatory benefits; 2. The dates on which such benefits providers were contacted; 3. Copies of any written response(s). you received from such benefits providers, and if written responses are unavailable, summaries of oral responses; and 4. Any other information you feel is relevant to documenting your inability =to end discrimination in benefits, including, but not limited to, reference to federal or state laws which preclude the ending of discrimination in benefits. I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company(please print) Mailing Address_of Company Signature City, State, Zip Name of Signatory (please print) Telephone Number Title Date 9/20/12 City of Miami Beach RFP No:55-11112 License Plate Recognition System 35 of 40 Definition of Terms A. REASONABLE MEASURES The City of Miami Beach will determine whether a City Contractor has taken all reasonable measures provided by the City Contractor that demonstrates that it is not possible for the City Contractor to end discrimination in benefits. A determination that it is not possible for the City Contractor to end discrimination in benefits shall be based upon a consideration of such factors as: (1) The number of benefits providers identified and contacted, in writing, by the City Contractor, and written documentation from these providers that they will not provide equal benefits; (2)The existence of benefits providers willing to offer equal benefits to the City Contractor; and (3) The existence of federal or state laws which preclude the City Contractor from ending discrimination in benefits. B. CASH EQUIVALENT "Cash Equivalent" means the amount of money paid to an employee with a Domestic Partner(or spouse, if applicable) in lieu of providing Benefits to the employees' Domestic partner (or spouse, if applicable). The Cash Equivalent is equal to the employer's direct expense of providing Benefits to an employee for his or her spouse. Cash Equivalent. The cash equivalent of the following benefits apply: a. For bereavement leave, cash payment for the number of days that would be allowed as paid time off for death of a spouse. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. b. For health benefits, the cost to the Contractor of the Contractor's share of the single monthly premiums that are being paid for the domestic partner employee, to be paid on a regular basis while the domestic partner employee maintains the such insurance in force for himself or herself. c. For family medical leave, cash payments for the number of days that would be allowed as time off for an employee to care for a .spouse that has a serious health condition. Cash payment would be in the form of wages of the domestic partner employee for the number of days allowed. 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 36 of 40 MIAMIBEACH CITY OF MIAMI BEACH SUBSTANTIAL COMPLIANCE AUTHORIZATION FORM Declaration: Nondiscrimination in Contracts and Benefits This form, and supporting documentation, must be submitted to the Procurement Division by entities seeking to contract with the City of Miami Beach that wish to delay ending their .discrimination in benefits pursuant to the Rules of Procedure, as set out below. Fill out all sections that apply.Attach additional sheets as necessary. A. Open Enrollment Ending discrimination in benefits may be delayed until the first effective date after the first open enrollment process following the date the contract with the City begins, provided that the City Contractor submits to the Procurement Division evidence that reasonable efforts are being undertaken to end discrimination in benefits. This delay may not exceed two years from the date the contract with the City is entered into, and only applies to benefits for which an open enrollment process is applicable. Date next benefits plan year begins: Date nondiscriminatory benefits will be available: Reason for Delay: Description of efforts being undertaken to end discrimination in benefits: B. Administrative Actions and Request for Extension Ending discrimination in benefits may be delayed to allow administrative steps to be taken to incorporate nondiscriminatory benefits into the City Contractors infrastructure. The time .allotted for these administrative steps shall apply only to those benefits for which administrative steps are necessary and may not exceed 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 37 of 40 i three months. An extension of this time may be granted at the discretion of the Procurement Director, upon the written request of the City Contractor.Administrative steps may include, but are not limited to, such actions as computer systems modifications, personnel policy revisions, and the development and distribution of employee communications. Description of administrative steps and dates to be achieved If requesting extension beyond three months, please explain basis: C. Collective Bargaining Agreements (CBA) Ending discrimination in benefits may be delayed until the expiration of a City Contractor's Current collective bargaining agreement(s) where all of the following conditions have been met: 1. The provision of benefits is governed by one or more collective bargaining agreement(s); 2. The City Contractor takes all reasonable measures to end discrimination' in benefits either by requesting that the Unions involved agree to reopen the agreements in order for the City Contractor to take whatever steps necessary to end discrimination in benefits or by ending discrimination in benefits without reopening the collective bargaining agreements; and 3. In the event that the City Contractor cannot end discrimination in benefits despite taking all reasonable measures to do so, the City Contractor provides a cash equivalent to eligible employees for whom benefits are not available. Unless otherwise authorized in .writing by the Procurement Director, this cash equivalent payment must begin at the time the Unions refuse to allow the collective bargaining agreements to-be reopened, or in any.case no longer than three (3) months from the date the contract with the City is entered into. For a delay to be granted under this provision,written.proof must be submitted with this form that: 0 The benefits for which the delay is requested are governed by a collective bargaining agreement; 0 All reasonable measures have been taken to end discrimination in benefits(see Section C.2, above); and 0 A cash equivalent payment will be provided to eligible employees for whom benefits are not available. I declare (or certify) under penalty of perjury under the laws of the State of Florida that the foregoing is true and correct, and that I am authorized to bind this entity contractually. Name of Company(please print) Mailing Address of Company Signature City, State, Zip Name of Signatory(please print) Telephone Number Title Date 9/20112 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 38 of 40 MIAMBEACH City of Miami Beach,1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305.673.7496 ,Fax:786.394.4000 To: Phone: Fax: E-mail: Subject: Performance Evaluation of Number of pages including cover: 2 To Whom It May Concern: The City of Miami Beach (City) has implemented -a .process that collects past performance information pursuant to the submittal of responses to Request for Proposals (RFP), The information you provide will be used to assist-the City in the evaluation of Proposals received in response to RFP No. 55-11/12 for a License Plate Recognition (LPR) Parking Enforcement System. The company listed in the subject line has chosen to submit a Proposal in response to this RFP. It has listed you as a past client for which it has provided services. Both the company and City would greatly appreciate you taking a few minutes of your time to complete the accompanying Performance Evaluation Survey. Please review all items in the following Survey, and answer the questions to the best of your knowledge. If you cannot answer a particular question, please leave it blank. Please return the completed Survey to Cristina Delvat, .Contracts Compliance Specialist, on or before August 20, 2012, via fax: 786.394.4000, or e-mail Cdelvat anmiamibeachfl.gov. Thank you for your time and effort. Raul J. Aguila Chief Deputy City Attorney (for Procurement Division) 9/20/12 City of Miami Beach RFP No:55-11/12 License Plate Recognition System 39 of 40 MIAMBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach,Florida 33139,www.miamibeachfl.gov PROCUREMENT DIVISION Tel:305.673.7496 ,Fax:786.394.4000 PERFORMANCE EVALUATION SURVEY Company Name: Point of Contact: Phone and e-mail: Please evaluate the performance of the company (10 means you are very satisfied and have no questions about hiring them again, and 1 is if you would never hire them again because of very poor performance). If you don't know, please leave blank. poor performance). Please leave-blank if you don't know. F1 N O. CRITERIA UNIT Ability to maintain courteous and professional service 1-10 Communication, resolution of discrepancies, responsiveness 2 of personnel servicing the account [to include availability of (1-10) designated contact person(s) 3 Responsiveness to priorities for service 1-10 4 Ability to provide requested services within the.designated (1-10) timeframe 5 Cost of services provided (1-10) g Experience level and credentials of assigned staff (1-10) 7 Overall customer satisfaction and hiring again based on performance comfort level in hiring this firmagain) 1-10 OVERALL COMMENTS Agency Providing Referral: Contact Name: Contact Phone and e-mail: Date of Services: Dollar Amount for Services: Thank you for your time and effort. Please return this form to Cristina Delvat by August-20, 2012, via fax at 786.394.4000 or via e-mail at CdelvatOmiamibeachfl.gov. 9/20/12 City of Miami Beach RFP No:55-11112 License Plate Recognition System 40 of 40 MIAMIBEACH City of Miami Beach, 1700 Convention Center Drive,Miami Beach, Florida 33139,www.miamibeachfl.gov PROCUREMENT DIVISION Tel: 305.673.7490 Fax: 786.394-4007 August 14, 2012 RE: ADDENDUM NO. 1 TO REQUEST FOR PROPOSALS (RFP) NO. 55-11/12 THE ACQUISITION OF A MOBILE AND/OR HANDHELD LICENSE PLATE RECOGNITION (LPR) PARKING ENFORCEMENT SYSTEM In response to questions and requests for additional information received by prospective Proposers and the Administration's additional review of the requirements set forth in the RFP, the RFP is hereby amended as follow: I. The sign-in sheet of the Pre-bid meeting held on August 3, 2012 has been included as part of this addendum II. DELETED: The following wording on page 13 under the "References"section of the RFP,"+n th South Floinida " has been deleted. III. A Word version of the forms to be submitted as part of the RFP are available upon request via email to cdelvatCa miamibeachfl.gov, with a copy to the City Clerk, rgranado @miamibeachfl.gov. QUESTIONS & ANSWERS Q1: Is the equipment to be purchased—i.e.an outright purchase and the city owns it Al: Yes 02: Section II, Minimum Scope of Services, Subsection Minimum Technical Software Requirements, a. point 4, Externally hosted software I. I am presuming this means interfacing with Digital Payment Enterprise Management System A2(a): Externally hosted =data is stored/managed by vendor/proposer. An interface with digital payment and other software will be required. As stated in section II, scope of services; 4. "The system must cross reference various types of parking payment platforms, including proprietary multi-space pay stations, permit software, pay by phone, and other platforms, as required." b. point 7—database website reporting; This is exporting to the city's parking database (as described in point 1) A2(b): Yes, the vendor is also responsible for maintenance of the data and any other reports requested. Proposers are reminded to please acknowledge receipt of this addendum as part of your RFP submission, TY MI BEACH guil or Procurement Director MIAMIBEACH CITY Or MIAMI BEACH PRE-PROPOSAL SUBMISSION MEETING SIGN-IN SHEET DATE: August 3,2012 RFP No.: RFP-55-11/12 TITLE: FOR MOBILE AND/OR HANDHELD LPR SYSTEM NAME (PLEASE PRL iT) COMPANY NAME-E-MAIL ADDRESS PHONE# FAX# Rocio Alba Parking- CMB 305-673-7000 ralba a,iniamibeachfl.gov x-6747 q1 4�'I Cristina Delvat Procurement- CMB 305-673-7490 786-394-4000 cdelvata,n is ibeachfl.gov �YLCII 'ca) nam Q I CA Ong/ Vc� w. oV 3°J' -413-?ago M � � y r RI+P-55-11/12 MIAMIBEACH CITY OF MIAMI BEACH SIGN-IN SHEET NAME (PLEASE PRINT) COMPANY NAME-E-MAIL ADDRESS PHONE# FAX# 47-1 FC90 G9.3 70 °4 sr i RFP-55-11/12 I i Exhibit "B" ® Parktrak's Proposal 12 Ze .f Proposal Submission RFP No. 55-11/12 FOR THE ACQUISITION OF A MOBILE ANWOR HANDHELD LICENSE PLATE RECOGNITION (LPR) PARKING ENFORCEMENT SYSTEM August 20, 2012 ParkTrak, Inc. 8609 Noah Division Street Spokane,WA 99208 +1509-789-1273 Putting together the pieces of your parking puzzle, ��lll'U(i11�llrlil /_�l:er 8609 North Division Street Spokane, WA 99208 Phone:(888)877-6212 Fax:(509)323-9541 August 20,2012 Ms.Cristina Delvat,Contracts Compliance Specialist City Hall Procurement Division,Yd Floor 1700 Convention Center Drive Miami Beach,FL 33139 Reference: RFP No.55-11/12 For the Acquisition of a Mobile and/or Handheld License Plate Recognition(LPR)Parking Enforcement System Dear Ms.Delvat: ParkTrak, Inc. is pleased to submit the following information and proposal to the City of Miami Beach for the above referenced RFP. ParkTrak has been assisting private companies, municipalities, and institutions manage parking enforcement for over 20 years using handheld and PC based technology,with installations across North America and Australia. ParkTrak,Inc.possesses a full understanding of the scope of work included with this Request for Proposal and makes a positive commitment to timely performance of work. We further submit this proposal to the City of Miami Beach clearly without collusion to any other person or entity submitting a proposal pursuant to this RFP. ParkTrak has already: • Analyzed output data from the city's online permit system; • Presently have a working integration with several electronic meter providers such as Digital Payment Technologies; • Currently enjoy a working integration with several Pay-by-Cell Phone providers such as Park Mobile. ParkTrak has also worked with mobile vehicle mounted LPR unit providers in the past and will be happy to work with any mobile provider that is chosen by the City of Miami Beach. We are submitting a proposal for handheld units only. In direct response to this RFP,attached please find information on our software and handhelds as well as references for review. This submission is inclusive of the following: • Our suggestions for equipment and software,including our real-time online parking enforcement system; • Information pertaining to our ability to perform all your desired tasks; • Corresponding information regarding software and hardware choices; • Costs pertaining to all aspects of our proposals to you,including software and hardware options. ParkTrak affirms that all prices quoted herein will be valid for a period of 90 days. All components have a full one year warranty for defects in workmanship and manufacture. Annual maintenance fees for coverage beyond the warranty period are available upon request. Monthly support costs are listed on each quote. The warranty period for the equipment purchased will commence from the date that the equipment is shipped. Thank you for looking to ParkTrak for information on this project. if you have any questions regarding this proposal or any ParkTrak products please contact us at(888)877-6212,our corporate office,or call me directly at(973)953-3040. You can also contact me via e-mail at kbaig @parktrak.com. Sincerely, <x,&& Bar d Karla Baig Vice President,Business Development,Eastern US ParkTrak,Inc. Corporate Office: 8609 North Division Street Spokane,WA 99228-0950 Home Office: 8115 Vinoy Blvd.#107Charlotte,NC 28262 Phone: (888)877-6212 Direct:(973)953-3040 Fax:(509)323-9541 2 h. Proposer Documentntiuir Who is the ParkTrak Team? An experienced and committed market leading supplier of hardware and software for parking ticket --management systems — — - - ParkTrak brings years of experience and significant credentials. Applying these with innovative thinking and software development are the tools that we employ to allow us to help you meet your challenges in parking enforcement. Delivering parking solutions since 1994 as a division of a parking enforcement collections parent company, ParkTrak became independent in 2001 with the sole purpose of providing handheld parking solutions. ParkTrak is headquartered in Spokane, Washington. ParkTrak develops, markets, implements and supports handheld solutions for a broad segment of parking, security and revenue control applications. The company's parking specific application software and handheld devices provide enforcement, revenue control, tracking, and office management solutions to municipal, institutional and private parking operations across North America. The company also offers a full range of services including integration, training, and support. What are we offering? A proven and cost effective Parking System Management System that will be deployed and maintained in a manner that will meet your technical requirements and operational goals. ParkTrak proposes a parking ticket management system that that meets and exceeds the goals of your application for enhanced data collection, including the option of imaging technology to increase ticket accuracy, decrease ticket appeals, and enhance permit management through embedded License Plate Recognition (LPR),appending photographic notes; wireless printing, and interfaces for electronic pay-by-space and pay-and- display machines: Our solution will integrate with the City of Miami Beach's existing parking management and cash receipting system and currently integrates with multiple public sector systems, comparable to the SunGard Public Sector System. Electronic Tire Chalking is an available function of the handheld software allowing the operator to timestamp a vehicle to a particular lot and stall using the plate and valve stem positions to assure that no movement has occurred once the allotted time period is acceded. Permit management is available with ParkTrak Pro. Options include permit management using bar coding or "Virtual Permitting", the use of the license plate as the permit so that simply entering the plate will confirm whether or not the vehicle is authorized. 3 Workstation: • Windows–XP, Vista x86, 7x86 • Microsoft ActiveSync or Windows Mobile Device Manager • CPU– Pentium 4 class or better - o_ RAM 512mb- - - - — - - o Hard disk space– lgb min– l Ogb+ Recommended • Internet Connectivity Implementation /Training / Support As per the City of Miami Beach's Request for Proposal, ParkTrak will provide the required hours of application training. This course structure is tailored to each installation depending upon client needs. Typical installations are done with pre-installation work done with the client before the technician arriving, and two days or more onsite training of the software and handhelds. Additional training is available remotely via a VPN or by phone as needs dictate. Web training can also be arranged using various web conferencing tools. The User Guide for the Intermec CN50 will be provided for the city. Quick Reference Cards may be developed for all of the staff members who will be utilizing these units. Maintenance Calls/Support Quality Assurance ParkTrak is committed to project excellence by providing the highest quality products and services that function safely and reliably for the parking and enforcement industry. We believe that the delivery of a quality project requires quality management and teamwork from all project participants in concert with the finest hardware and software technology available. ParkTrak has a quality philosophy that is as follows: There is no greater compliment for ParkTrak than achieving customer satisfaction from our accomplishments and the subsequent referral to others based on our quality of work. Understanding the customer's goals and providing a quality work product is critical to our success and is the cornerstone of our business. Every ParkTrak employee is responsible for quality and each employee will do the job right the first time, on time, and every time. ParkTrak believes that overall quality is achieved by a process of basing products and services on sound engineering, proven management practices, daily monitoring the processes, qualitatively measuring the successes, and resolving any issues without delay. 4 Maintenance, Service, and.Support The overall operational performance of any parking ticket and enforcement data collection system can be directly attributed to the methods employed in the maintenance of the system.As you would in caring for any fine vehicle,you need to regularly clean, inspect and adjust components of the system to insure their optimal -performance along-with-minimal downtime-while-incurring the least costs possible.- The products selected by ParkTrak for this project have the highest levels of reliability available in the industry today. With minimal preventive maintenance effort these systems should meet or exceed the manufacturers' suggested life expectancy. Maintenance Plan There are no field-replaceable components for the handheld unit.We recommend screen protectors for the handheld mobile computer(nominal cost) and encourage the carrying of the handheld by its respective carrying cases/straps. Customer Support Delp Desk ParkTrak provides support for routine or emergency hardware and software support, Monday to Friday, 7:30am-5pm Pacific Time. The support will be limited to handheld and software systems provided by ParkTrak. All calls will be logged and all issues tracked to completion. A history of all support calls and corrective action will be maintained for review by management. Repair and Replacement of Failed handheld Units All material for repair or warranty replacement purchased under this agreement must be returned to the appropriate manufacturer subject to their individual Returned Material Repair(RMA) Process unless otherwise indicated by ParkTrak. An RMA number must accompany any item returned for proper tracking and warranty handling. All Items must be packaged to insure safe transport, include a packing list or RMA form, labeled outside with RMA number visible, and shipped to: ParkTrak, Inc. RMA Department 8609 North Division St. Spokane, WA 99208 The usual turnaround time is approximately seven (7)days. If a loaner is available at our corporate office,of course, it would be shipped to you via overnight delivery. Our corporate office is located in Spokane, WA and in-house repairs can be done there. Our distributor is located in Chicago, IL. 5 Response for Software The majority of our software can be updated, installed, and/or repaired via remote management. Our website, http://parktrak.com, has a direct link to our support representatives. Our clients find this extremely easy to navigate and are pleased with the timely results. The client simply clicks the hyperlink, follows simple instructions, and is almost instantly connected with a support representative. At this point, ParkTrak has the ability to see exactly what our client is seeing-and remotely diagnose-any issues, repair-any-problems or reconfigure anything that needs to be done. TO b . e s cLer�e c n Online Support Store YOUR PARKING PUZZLE Online 0- 1 Learn More ., _ •. _ •• Customer Updates ParkTrakpossesses the ability to electronically deliver updates to our products and licenses to customers efficiently and cost-effectively. It provides a scalable solution that cuts softwaredistribution and support costs and increases organizational efficiency and customer satisfaction. ParkTrakstays connected to our clients by electronically delivering applications, updates, and messages directly to their systems while providing world class customer service. ParkTrak keeps our clients' support costs down and our customers happy. Project'Timeline In direct response to the Request for Proposal, ParkTrak, Inc. commits to abide by the timeline stated within. Delivery of hardware and software, as well as implementation, will meet the timeline required by the City of Miami Beach. ParkTrak, Inc. commits to a complete understanding of the estimated timeline and has the ability to meet these requirements. Project Planning/Implementation Methodology ParkTrak provides an exceptionally low risk solution. As one of the pioneers in the parking ticket management and enforcement application, we have successful implementations of Parking Ticket Management Systems in 6 some of the largest commercial operations in North America. From Pre-installation to full implementation, ParkTrak provides a cost-effective, efficient project plan for each of our clients. The ParkTrak team is comprised of world-class systems integrators and technology developers with significant parking, ticket management, and enforcement related project experience. Supporting ParkTrak's superior technical solution is its development capabilities and comprehensive implementation and training plan. ParkTrak's organizational and scheduling capabilities assure a smooth, step by step and interactive project delivery. - Parktrak's Mission-Statement- - - - ParkTrak Inc. is the industry leader in handheld and portable solutions for a broad range of challenges facing today's parking professionals. Our clients have come to rely on our judgment and expertise to provide them with solid recommendations for efficient management of their assets. We balance the business need by tailoring the right technologies to fit what the Client is trying to accomplish. 7 Product Hardware Description Intermee CN50 Handheld Unil FEATURES • The industry's most advanced rugged mobile computer • High performance communication and computing in a small and lightweight ruggedized design that is optimized for highly mobile field workers • 3.75G wireless WAN technology supports both voice and high-speed uplink and downlink data exchange to help improve worker productivity • Flexible NetworkTm radio lets you deploy a single hardware solution on the wireless network that offers the best geographic coverage and lowest cost • Enhanced Mobile Document Imaging (eMDI) option enables users to capture high quality document images while on their route to help streamline back office operations and improve cash flow • Integrated digital compass and GPS radio provides instantaneous and real-time directional information to improve navigation for both pedestrian and vehicle-based applications • Built-in accelerometer senses position of the device to trigger display rotation • Standard features include both a high performance 3 MP color camera and an area imager for responsive 1 D and 2D barcode reading • Choice of area imagers— EA I 1 optimized for scan intensive applications, EA21 optimized for document imaging with the capability to scan 1D/21)barcodes • Bluetooth® v2.1 EDR radio provides secure wireless connectivity to headsets, mobile printers and other Bluetooth compatible devices for simple and convenient connectivity • Wi-Fi certified 802.11 radio enables fast and secure communications or end-of-day synchronization with your enterprise network • Integrated cell phone provides high quality voice communications eliminating the need to carry a separate device • Windows Mobile 6.1 and Windows Embedded Handheld 6.5 operating systems promote ease of integration and intuitive use by developers and users • Standard 2561MB RAM and 512MB Flash Memory allows you to run multiple simultanous applications—fast • Available in QWERTY or numeric keyboards • Medallion®Complete service provides protection against unbudgeted and rising repair costs PRODUCT OVERVIEW • The Intermec CN50 is the only 3.75G wireless mobile computer that combines a small and lightweight form factor with a rugged design to deliver the most advanced, high performance voice and data communication solution specifically designed for the highly mobile field worker. • With the class leading capabilities of the CN50 in their mobile workers' hands, enterprises can improve their business processes,expand their service offerings and reduce the cost and complexity of a field mobility solution. 8 • As the first device in the industry to offer a 3.75G wireless WAN Flexible NetworkTM Radio, the CN50 allows enterprises to finally standardize on a single hardware platform that can be configured for either CDMA or UNITS wireless networks. This gives enterprises the flexibility to choose the network that provides the best geographic coverage and the lowest cost. • With a single hardware solution to deploy, enterprises can simplify application development, lessen verification complexity, reduce deployment costs, and dramatically lower overall cost-of-ownership. As your business needs change or coverage options evolve, the Flexible Network Radio can be re-provisioned to a different carrier network. • The CN50 has the latest 3.75G wireless WAN radio to deliver the fastest data and voice communications available on both CDMA and UMTS wireless networks. With high speed uplink packet access(HSUPA) technology, the CN50 provides fast and reliable data-connectivity for uploading large-documents, real=time images or synchronization with your enterprise data base. Compared with previous 2.5G radio technology, the CN50 provides improved productivity today, and allows enterprises to realize future benefits as the network capabilities continue to improve. • The CN50 is built on a unique multi-processor architecture with dedicated ARM and DSP processors to deliver robust application processing with nearly instantaneous response, all at the lowest levels of power consumption. The extended-life battery provides ample power to drive consistent, full-featured functionality without compromise to the compact and lightweight design. • The EAII imager provides a familiar "laser-like" aimer and scanning performance that is optimized for scan intensive applications, including small or damaged barcodes. The EA21 imager provides great performance for ID/2D barcodes as well as Intermec document imaging. • The CN50 with EA21 imager features an optional imaging application called Intermec Enhanced Mobile Document Imaging (eMDI) which gives mobile workers a fast and reliable way to convert paper documents into electronic files. eMDI helps streamline back office operations and improves cash flow by reducing time-to-payment for services rendered because delivery confirmations can be imaged in the field and sent wirelessly to the home office. Customer service and other staff gain real-time access to document images, via the enterprise systems, which can be used to answer customer queries, issue invoices,and update records. • The integrated digital compass provides a real-time indication of directional heading to enhance the functionality of the GPS radio. By improving the accuracy of the turn-by-turn directions, mobile workers are able to deliver better customer service and improve on-time delivery. • A built-in accelerometer allows the CN50 to rotate the display based on the orientation of the device, improving worker efficiency and the user experience during signature capture or similar operations. A bright 3.5" QVGA display provides exceptional viewing indoors and outside. • The CN50 features a Bluetooth® v2.1 EDR radio which provides secure wireless connectivity to headsets, Intermec mobile printers and other Bluetooth compatible devices for simple and convenient connectivity. The Wi-Fi certified 802.11 radio enables fast and secure voice communications or end-of-day synchronization with your enterprise network. • With industry-leading cell phone technology at its core, the small and lightweight CN50 bridges the gap between a mobile computer and a traditional cell phone to provide high-quality voice communications without the expense of deploying and maintaining a separate device. • The no compromise design includes both a high performance 3 MP color camera with auto-focus and flash, and a dedicated area imager for responsive 1 D and 2D barcode reading. • The industry standard platform in the CN50 includes either Microsoft® Windows Mobile 6.1 or Windows Embedded Handheld 6.5 which enables the device to integrate quickly and easily with existing systems and provides familiar operation for end users. These two operating system options provide integrated support for Systems Center Mobile Device Manager (SCMDM), allowing enterprise IT Managers to securely provision, configure, and deploy application software, device settings,and policies for populations of CN50 devices from the convenience of their management consoles. 9 • Developers can access a comprehensive software toolkit through the Intermec Developer Library to simplify application development and shorten time to deployment. • Intermec SmartSystemsTM software simplifies remote device management, by automatic staging, applying periodic system and software updates, as well as configuration changes, to keep on-going system maintenance costs low, and your CN50s performing in top condition. • The Intermec CN50 mobile computer is designed specifically for on-the-go field mobility customer service operations that need to be completed faster using only a single device that combines robust application processing, automated barcode data scanning and document capture, digital camera functionality, and 3G wireless WAN voice and data communication in a — - rugged compact package necessary to-achieve better customer service and-bottom line results,now-and in the future. - - 10 ='k_, �— — — — ------ - tt --- [&oAfft- I i r The industry's rl,.?!.t advanced S:andar 1 c as:u:bs include boll a The Intermec CNSO Is the only 3.756 mu.,pd rmli70a Ec,,lpur?r S-u h per;ormanca 3 MP color c.;ni r, wireless mobile computer that combines ?nd an araa iniag4r for, a small and lightweight form factor Hj�hp:re„rn :nr,:communicaiion.Ind 10 and'D h frvdy r93d'ncl with arugged design to deliver the most compu ijr;,n a;mau and f::hnuef;h: advanced,high performance voice and ug;adIi•d-siloeha;i;opt in,:zad hoic.aor�r,,.aimal,ifs-EA1i,_puraic;:d data communication solution specifically •;r hip .h+y n .,bdre n, l,;a<„„sr; ro!.c,an!nrerg;•, .aP,)1:c,3bon5 E,142 i designed for the highly mobile Held worker. optimized for d:rcun,enrjmayinnrai;h 3 7 S•rjr:i! .i.is 'rr rl:ach:,o a2y tr:., apabi l:y:c::can 1D!2D b.:.rcodas With the dass leading capabilities sunr,•ur;h,„hv:.:c•aar: ,,ir:i,-spend of the CNS0In their mobileworkers' uplink and.j,+,•:nw-,!(daea a.chans•; ,I .? coih' !'?1 EDa rad o urevjd<,s hands,enterprises can improve their :,,L•t In:n,;7!r•v a'.'i•r�?r j.,t:nr.?'.; z:rr>:nr.?Irss o?�-ac-ivrr•j:., business processes,expand their service haadsa:s.mobdr3 prima,;and other offerings and reduce the cost and lats youdcph)'! Slur;oonccompazibled::vica�for complexity of a field mobility solution. a srn;lr h;rd.ire 5oluaon on rho simple and converian;connectivity mrirelass ne?tvr.r!(Khat nr•?rg ti,ebesi As the first device in the industry to offer gaor;raphi:coJara-,a and lo.,..,,cos; V'Ji ,c4i tined 802.11 radio enobl::s a 3.75G wireless WAN Flexible Network' ;.,sr znd:;,acu:,?vr•icecvrnn,unicatiom Radio,the CN50 allows en terprises to Enhanced %4,jb!i,i Docunn?nt Imarinq cr and-o;-day zynchroni a:ion finally standardize on a single hardware zP.d,)n anab6zs user;to capture raii:i your enwrprNa.nwiwr rlr platform that can be configured for either h:ah quahty d•?curn tru ima,�as:rhi1.3 COMA or UMTS wireless networks.This an r.,.?ir rn,,tg to r,n;p szraarrline har,!r In-a?raied r,311 oh•or•provides gives enterprises the Flexibility to Choose I ' ofiic[r opr•ra:ions and i:nP:ova rash;la::r hi;h quahiry}m:ra cvnununica'dcns the network that provides the best i elir jna;ing:he n, ad;. geographic coverage and the lowest cost. I - lr.:a.;ra:ad digral compass and,PS carry a sapxa:a ccvica radio prov:d;s ms rant ane:?us and With a single hardware solution to deploy, .'sal-ama diraccional rn;orm ation to Wincio::rs Mobiia 5.'!,:oar i;mg sgstam enterprises can simplify application impr,vrnav+?ati"m for both pedrsr jar•. and development,lessen verification and v-4iidu•b.;sed;;Vlflimdun; intuitive u;N by dereiouers and us.ar; complexity,reduce deployment costs, and dramatically lower overall cost- 9vrlt-in accelerarnata;sens's,pw;won Standard 25;Aii3RAM and 5 i_P,19=Ia;h of-ownership.As your business needs ,J;h.?davica:o risgt•r you:o run niul:ipic change or coverage options evolve, ;imult.y;,ousapolicaiions-fast the Flexible Network Radio canbere- provisioned to a different carrier network. i+abla in Q%P4EP nu+;,ari!kayboartls A1edalljan•G_r.:plr:a service ALte m�, prondasPret•3ctionajr.?Pa uni�ud�otad:,md n;ina r.�pair rns;; 11 CN50 Sapparting Flefd-based Improves cash Flow by reducing tim a-to- The no compromise design includes Applications payment forservices rendered because both a high performance 3 MP color t deliveryconfirm ations can be Imaged camera with auto-focus and flash,and r in the field and sent wirelessly to the a dedicated area imager for responsive home office.Customer service and other 10 and 20 barcode reading. staff gain real-time access to docum ent images,via the enterprise systems,which The EA11 imager provides a familiar"laser- can be used to answer customer queries, like"aim er and scanning performance issue invoices,and update records. that is optimized for scan intensive applications,including small or damaged The CN50 isbuilt on a unique m ulti- barcodes.The EA21 Imager provides processor architecture with dedicated great performance forlD/20barcodes ARM and OSP processors to deliver aswellas Intermec document imaging. robust appllca tl on processing wi th nearly instantaneous response,all at the lowest The industry standard platform In the levels of power consumption.The standard CN50 includes Microsoft'Windows Mobile batteryls suitable for uninterrupted 6.1 which enables the device to integrate full shift use in most applications. quickly and easilywith existing systems For extreme-duty applications,the and provides tam lliar operation forend extended-life batteryprovidesample hers.Windows Mobile 6.1 provides power to drive consistent,full-featured Integrated support for Systems Center functionalitywithout compromise to Mobile Device Manager(SCMDM),allowing the compactand lightweight design. enterprise IT Managers to securely provision,configure,and deploy application DEsigned specifically for the"hold and The integrated digital compassprovides software,device settings,and policies carry"activities Of the postal,field areal-time indication of directional for popula tions of CN50 devices from the service,transportation,and commercial heading to enhance the functlonalityof convenience of their managem ent consoles. deliveryworker tasked with delivering the GPS radio.By improving the accuracy high levels of customer service all day of the turn-by-turn directions,mobile Developers can access a comprehensive long,the lightweight,multi-function workers are able to deliver better customer software toolkit through the CN50 eliminates the need to carry service and improve on-time delivery. Intermec Developer Library to and manage different devices such simplify application development as cell phones,digital cameras and A built-in accelerometer allows the and shorten time to deployment document scanners reducing operational CN50 to rotate the display based on the costs,and improving service quality, orientation of the device,improving worker Intermec SmartSystems-software accuracy and responsiveness. efficiency and the userexperience during simplifies remote device management, signature capture or Sim ilar operations. byautomatic staging,applying periodic Abright 3.5"QVGAdisplayprovicies system and software updates,aswell as The CN50 has the latest 3.75G wireless exceptional viewing in full sunlight. configuration changes,to keep on-going WAN radio to deliver the fastest data and system maintenance costs low,and your voice communications available on both The CN50 features a Bluetooth°v2.1 CN50s performing In top condition. COMA and UMTS wireless networks.With EDR radio which provides secure high speed uplink packer access(HSUPA) wireless connectivity to headsets, The Intermec CN50mobilecomputer technology,the CN50 provides fast and Intermec mobile printers and other Is designed specifically for on-the- reliable data connectivity for uploading Bluetooth compatible devices for go field mobilitycustomer service large documents,real-time Imagesor simple and convenient connectivity. operators that need tobe completed Synchronization with your enterprise data The Wi-Fi certified 802.11 radioenables faster using only a single device that base.Comparedwith previous 2.5Gradio fastand secure voice communications combines robust application processing, technology,the CN50 provides improved orend-of-claysynchronization automated barcode data scanning productivitytoday,and allows enterprises with your enterprise network. and docum entcapture,digital camera to realize future benefits as the network functionality 3G wireless WAN voice capabilities continuetoimprove. With industry-leading cell phone and data communication in a rugged technology at its core,the small and compact package necessary toachieve The CN50 with EA21 imager,features IightweightCN50 bridges the gap better custom er service and bottom an optional Imaging application called between a mobile computerand line results,now and In the future. Intermec Enhanced Mobile Document a traditional cell phone to provide Imaging(eM01)which givesmobileworkers high-quality voice Communications a fast and reliable way to convert paper without the expense of deploying and documents Into electronlc riles.eMDlhelps maintaining a separate device, streamline back office operations and 12 �- License Plate Recognition U Eliminate tedious manual entry with "point and shoot" technology. Two handhelds to choose from that best fit your needs: 7 EEO El t �-;'' ogoor P ggqA _ ~...� Casio IT-3000 with imager 71-- { Features: t" • Compact design -Valet management QY • Electronic tire chalking • Honor box management • On and off street enforcement • Permit management • License plate inventory • Pay station interface capability t-:- ��,� ,, • Scofflaw identification M3 Sky with color Imager Putting together the pieces of your parking puzzle. 8609 N.Division St.Spokane.WA 99208 ® (888) 877-6212 A www..parktrakcom 13 I ' C Handheld Management and Enforennent Parktrak Pro Parking Management Systems combine advanced hardware and innovative software to meet your challenges today. rr_ Wcetnse Plate Recognition Offering a world of opportunity for your parking manage- ment and enforcement operations such as productivity, »} added accuracy,and reduced data entry. y y ►ooSo - Virtual Permitting By using a vehicle's license plate as a permit you have the flexibility to restrict and enable parking privileges based on your preferences. (d IT 3000 916 hapr r:tii- when Photo Notes You will have the ability to attach photos to a notice printed and left with the offending vehicle.The C+ -,: _ photos then become part of the notice record. Win- ;:f+.`=-fin. 1.9M.JlH4eL t _ Electoa�icTia�e Cihalkt1 ing You will have the ability to"time stamp" vehicles by •�nm ti� �- 10.00 $10.00 electronically marking them for time and position so you know when"time's up," with little chance for dispute. Putting together the pieces of your parking puzzle. 8609 N.Division St.Spokane.WA 99208 ® (888) 877-6212 ® www.parktrak.com 14 SOFTWARE Product Software Description ParkTrak Pro v2 PC Software Hardware Requirements a Intel Pentium III or equivalent - - a Memo 256 MB minimum - - Memory: - - - - - - ® 10/100 Mbps Network Card System and Software Installation Requirements • Windows XP Pro workstation • Disk space: 4 GB minimum • TCP/IP protocol stack • High-speed internet access About ParkTrak Pro and ParkTrak Pro V2 • ParkTrak Pro has a proven product, helping hundreds of commercial parking operators, municipalities, educational and medical institutions,and airports better implement their management and enforcement operations since 1992. • ParkTrak Pro offers valuable tools such as License Plate Recognition,Digital Imaging, and Bar- Code Recognition. These tools enable "real world" parking solutions like Electronic Tire Chalking,Photo Notes, and "Virtual" or Bar-Code Permit Management. • ParkTrak offered the world's first enforcement handheld system with built in digital imaging and LPR. The imager allows for automatic linking of photos to every ticket issued, along with optional License"Plate Recognition technology. The system includes applications for: Enforcement, Permit Management,Electronic Tire Chalking,Scofflaw,and Pay on Foot Integration. With over 300 installations, ParkTrak continues to set the standard for handheld computer applications in the parking industry. e The ParkTrak Pro software offering combines off-the-shelf components with advanced platform- based configurable modules,which easily integrate with third-party applications. Our third party partners include industry leaders in the fields of Pay on Foot&Pay by Cell technologies,Web Services,Accounting, and Intelligent Voice Recognition. 15 Database The database is responsible for collecting and archiving all the data associated with handheld transactions. All transaction data collected in the field is sent to the database server and stored in a Microsoft Access database,which store up to 2GB of data. Utilizing Microsoft Access allows other applications to access the data for import/export and custom reporting. Data backup is accomplished via a provided backup function, to a Zip file. Offsite storage is achieved by utilizing ParkTrak's Backup Lite software. Reporting - - - - -The Reporting system has the ability to provide detail management and financial reports. A standard set of reports are provided that have the ability to report based on variable times, transaction types, operator, categories,lots and violations. The system has the ability to allow the development of additional reports by the user using industry standard database management and report writings tools. The system shall provide the end-user with the ability to produce ad-hoc management reports that can be easily tailored to meet specific needs. 16 � PARKING ENFORCEMENT P.C. SOFTWARE w ± OVERVIEW Commonly used #unctions may be accessed quickly by using these buttons ParkTrak Database :::1PTrakPro2tDatabaselptrakpro_data.m it View Sm HH U Sync Tools Report3 Permit - p n- i c V'i•+, S:Y'Fn.• PJ .. a'CL 4-V Sp',C T'7t", FepcM Paw.i, ;C1 AIR�S �.. :.F"„ _�^r r.v.iet.• �a n:1fIP: F-r"�---1 crfi. _ _�.M-•.1.`•'Y •�[,'• [t+n - --�I:�� � �..�t.a.�....n': .. r:.,..' .�� i '� j__aa'E � :' �c., �� .:•J.,�s;.,�.r;r a;'°l:vl-- :_.n:••>-� E:rn• F I:_ea .;1-- 1 FF�1_7 .-V•1 ul�: f!t•-l.s•'^• -.1.I/..AIL-.. L-!'• l'i 1tnF r`B� .-I �1 nll:..• __l l - 1:nn _ uu. I•r'vl i .it ( _ aun c°:u: -11 �� 11 -n o� Eua: i�.a:� 4Fi 1J •Uq _ a s'L r OVi Gel 11s Ilyd-n LL L:J( t Jlml TT'T SIINL< b4 t1:N'nC v4l lhLlJ?al [h II 14 tlsl,e. LL.Y:•ann OJ E4EQ, 1.5.00 f1i` ry 'aB2L'J .4f.r_?�.tc nis t��:rien1:14l-•!!:.:lr.n ea •E(tu: pi'.uui_. _Ctrl __ wa Cft IrPI C.L _,. .'011`.'-.Li I:r;ro_I:1L_'Y,:.!nn n7 t.� :'Iaw ­% a IL.i 11•I S.: i-1: C.Fa. I�"1'led'1:1'•J.•.1'ey':n It: EAU, J IC'1 p!1P 'v4 ul 1.IFr .:'il:l.::lllli.'I:]I'S 11 ye"V'�-�•. .•1.1:'.'1::.,1-n ll l.f I^:IIII 1 n.LtKIF' HDtices Payments J LI x ti3 A it -, �. :4'4 5 v ►j f s' :3':_ C0:=3 R'1'c �I-d ,`A3rn Par P'a' 4�t'IC' :I:If[- ...\r;-�I•.l]IMCe •:.• 1 •L .'n.r • 117Wvi' . `] 1.7L•TJIT 470.}1 AM - .tom:+a, ,.r• .. wny�'. r. Fr.I i:..• — j :'U}l'll ':a L is,V oel [ rt�:_F` l%• ..rl i :la ilf•:' N':.:J•:' I' _J: W PIaclRCmac.• .rlr�.. Fvn a _,� t14�'<7+-- N• Are !:w(- Py"t IY17r:M T.A21 AM -- 1 .- R4:•Sll MI :"ace,- 'Q •cr.•� I.I.Y'L^y F1- .30 w _ r10F.- _�w •�'• 7R1. n.l r5.l o,. f.n16::r •-.?, w Anti+.form _; t•'1'-:fir s caw—era taco %.;iaco $20.00 $50.00 Irisl:d. AL Ix-, L_• or_iJl_ ._C•_.- ___-8C i: v i6 '��.c, a : I 1 19 ParkTrak Database 1 1 1 1 • 1 1 1 File Gdt View Soo aw Tac . HHU Sjnc Trmlc Report Pex—r.it Hod A-. l _ � �' �;.: �' Company information - - - I ��.. _ .rt_+sa t_...:__ ._ Latkocabon Information t _ �^ vialations s:^a_a•1+•y�-t�ra.'�-.:_. _ j �,... .. ..1.=_w•a .,.�-.[ a -_I+fr- - Ss� -:y>n.•, �_..� .aw Kr �-ir r'-►� j Yod Raa,,ona t - - I LctOEr_ks � - _ ,• -- 1 f Base Eup Fcrt Filar r - Hand Held Flies ► _ j Copy Unit Files ! y t New I _ava -���I Dt:etj X. j Uvar.ca,;n - ►�►E Uagi Admin !Adrnn-Munn La--Nang —. ----' ----- �JCNN-Dce Fir;l r1ame Annm F=s.nid j — ���-y- _lt✓1 � L= _�- !?t�'_].,'r�•�?tom! 4�L'l `Q Send rc HH'J `v�ock ft t jou hzn:tFo u-:lc be I re.Lde-J cr the l-HU tf?` i-cuelu r Enta:Eaunert- alcw IJoi! v\ICwRCpCd+ W A LY.Gumv'Revod I 1.cIaYJ,�'--- ALL"UHL!updates v Arcm Senn 1p33'es laeleeb,Gy J Alkr Add n;J-_'&:ds'e of Lcls FF?;Now tF7-p7Y ;Fbl Conccl HUcicb 20 -.. -:. _ .. � ._c.u.Lr.wrmr C.vn.uot .cm}r.�ii •. -- ti i Lot definitions, violations, and fines are all user defined. z I ^TfNNtm ..ryir evwrwn .�r;td i l i Filo Edit Vlow�� Rlaw Tacks n=aiii777 77 Tmlc P.eporb aormit H-T Company Information — Lottocation Information 1 oblations — - — j VoH Reasons 3c•u�aw�x.o-,-.a ..�.:! LatBhckS �-r..n-s..a_-r.�r..GZ<,�...-._s.._ -1 J Base OLGGcrtFik-s Hand Held Fit" Copy Untt Files - = - - - . WeratorRhers OEM Jr 19 Y , u -- _I- - -- . New _°cw ^.ir_el De:e1E' Fl 01. I =otd i : user.aenn i,►li • -- rr - IAdmin Admn L.r:H nno I {J�'*`' 'lY'� ( �I`n'• �-;v �.:...�- CRAIG:flagdm JOHN Orr_ (iiaNane :AaNn Pon-wrd _J y Use L_i "v ... I .I"I.l .'�?'c :. ..`1,�?-�1'����1 ``.�i4-`?�;i S•}'` Send-c HFNJ ; i:;'k-;ck+it f Vou 4k v 4r3 uvx;c be irccceicrhahHU 3-way - - v� T='+j Ente,Paymert- Alcw V3d ' _ ((,' � iavRepab � Alca Ouervfflarw! -- - r IrripaVE xFcrt I cket: t Alkw&L,uuectw i Idbe SeAr rp-_q!FS . . 4 Albs Scoklm,r Gctrriy J Arc,Add v,d_Fuse of Lct: (F2!i1sn j4-j.a* !FSICWncol P-SUclob 22 PaikTrak 1 . ' 1. .r. r r Fl:i 2'lIr Vr<'vr £iGT"J'u T:i;l:� H-U Spf:i TQU�? R2J:i'L^ !-1Cr*TY:•• NEk7 Wt;Loratm Ininr natbn y'a Ltnns s y c ' ��t rkWs 2.>�SuCOrrt FIB ► ' o s to allowifor ow-to m- , or tailor-e- Mand t+elj FIB; ► s T 9. Update Vold Ih-vvc Feaxn Szde er d If'3F ... ___^__—__.______ ______ _____ OeoaMac a•-d=abcd a:a Dr Rr:g:in�tli:di�; W •:,•`aSr;ra!iviM,e 1� 23 ParkTrak Database C:%PTrakPre / . . . . . . data.mdb. FiN °J:t 'View S_oT.—dw Tast.s Hsi °yrc Teals F.eporls Perrn'.t Hey ►�i r}r l i ComfDxTy Int mation twer' Lot:'lcca-ttn k*rmathn Violatcrc Void P.eacon: --'�-# -_ Lot Blocks - 1 Color lbdBS ,-••.�.-ate : ,. Mr •t � •�+.u�:roeYSacs�-�x+l j Hand I- Icl Files — r 9rdy TyFe -. - Copy Unit Fill: ^ — - states' - _7j /� n ' ^- + -• f ---- - rc¢eiel':n e-e—m- F3 rrt 7m3fc ,�7 r I J ------ --- (>Y°'�� f^ r dam' -- Mace AMR��?'ta.l C°.i !�ti? I��.• _�.L° ALL'F A�uly WFA Ald11iliieW ?e ArtriicmMoto,a AMC xrc•ion f AL'QI Audi I�' BUZ Mecedc. t .�' ONO 0mda NX BMW B0W BUEL Buell BLIIK Buck j CACY Cadilao I Cl-'E4' --hocrol)r - - 421"Ieu 3'A I -6 fielela FA I Apply i If ISJ I-ancel 24 Fib P.rt 4cw .r,:-o 11av M oc7{] 1+11; S/ c Tool^ Pcrorm Pernut i-1-1p ;� El rr_w rrtimn �7*A volo 3 rrtre Enter Payments rY Lac r sr Enter P3y'mfrtS or siod Wtre9 trrg Ecwn?r Enter Pay mr_rrs By Flab ,. Genrjai L9ttBrs Y Adrlr7_prwe Drnv Grpc(L Nacres Fra m CMV , Irrprrt From Farkfnik!IET of i }C - rxiw ; Save iCdriCel CQ10 a 1 PrrL i viii: 1 earC.ei. P;.4 I yt) Pan IUj WCO N r,srr; — f arc - — - Sran.:Dl:otitr 1or`hc�le'o M�.iaLf�mrunITra:ac:ir I4ri•.iryiLotm tr=a: CMrcr' I:u2 V151ZCO51:22c00PM • . i d ! - __._ Fiat S.— L7 ;� _! Is:12�d�e r111.1tu cLriS - - --- i 'dh-re:iri� i A La i i:pd=te'. 2/3/4005 8 34:22 AM - Stnl Ir-xfreo 101:rFM CLed 2/3/20056:31:72 AM NIiN�T4Lt.S:S.�i; Phts'nh+nndcn araynli Expirlsd • - - �� r -- 1/ab: jrhSg _ � +1taa-ntDn. iF.'S00 Pair Dy 1/29/2005122:COPM Crest:� Multiple of 7 Notices far Sink �f l V 1 Miming F 90.00 amount due of 135.00 C-1v GLfi v<h T9P°1 ! Far ingNe WO Peid-3 Void-3 Duo=1 F,solfAmourt Comrr�nq_ _ Empl=lloo �i t Smn 1.11 S'.1105 fF elrrmce - - Paid Ads Admor I T.tal ne Fire$75.00 Pad 1175.00 1cid 110.CO Sdi 90.00 $0.00 $0.00 ;F9]Fin:- FT New (F3;dpp, ;FTCArel CF71Pep rFc]Varl 25 In addition, notice activity may be viewed by lot or by date. ParkTrak Database C:tPTrakPro2ADatabaselptrakpro—data.mdb ■ `i iedicn: j -';I;;=071._27D FIA ]IL't; 2 10Ld3 t9 iW9 Iq:»:a0p�t' ]?I!i.CUil Search ActMty M :1io 9*1=1 gin 26 PVo MTrr40a1sD ur-C:SDTrek D�o21D�Lbeelpdakpr�_dale:mdb_� � - �G��XI Nil - .FUC4bbWY„[K I .Once the handheld is docked communication is established F by selecting HHU Communications from the drop down i i � l ParkTrak Database C:IPTrakDro2lDatabeselplritkpro data.mdb te' !" i ,I Pocket PC Communications tt t �.1 i i .After that just select The unit you wish to _ Establish communication With, and,then choose i an action x 4� .f . 1 . .. ill - " ,M, NEON ral,970 Flla CSI: - Sco'19.W Tsca Sanlp K-a.; Sync Too_ Fa_porG Parrrl: Hat] Erpbar View of 311 Piles `rev,Notices-WRh Selections _ Yevi Lot ActiYiN Yith:elections lv evr Exeter Log _ _ �g Tcdxj i LaJ 7 Dap- 1r32'2:/2002 I L1. � tfib_ :i Y�.rcrdcY _I xl<Jeek— ;,,«,?JO'_I Iiaoc lP CurraYMo FHU •- .- ��R 1��'��r�y�, t���' - _ 4^ri�' use >'arotg r,ljfe Gr<cr i 1heU ter �-.-''� I 1119irJ7J hHU lardl'ary'�I?Mt,II Con 1g admn Pw 12 06 In,ruL t-1. .IN i _ 1/W200S HHU Swd Cory SendAll Confg Admn =� 81'523 PM V192003 HHUSardCori 5wd All Corf Admn ._ L.._�!i�. '._L •_i � L .. - 8,C'33 PM q -�3 j I 119/2004 HHUSed Cut 15e»JAIICunli] AJlilil 28..35 PM r- 1'1312704 iHHU°enj Cod'enjAIIConlij Admii o 13.42 CC I'M 28 ParkTrak Database C:1PTrakProZWatabaselptrakpro data.mdb L[OLXJ Scofflaw is updated on the handhelds Each time they are uploaded. ParkTrak Database C:IPTrakPro2Watabaselptra 4ro_dan.mdb � Scofflaws may be manually entered U ko"t allowing for quick reaction in situations Where it's needed, as in an Amber Alert Or a similar event. !;YAI)QrI• . . • r . r . 813 Fire fit Yviv T—z Se-Up HHU SYn[ Took P,ap_rts FLrmit He'p �_pdata kcofflaw' ` Lpdate Violator(`Tessa __--- ( Acton Codas I-pdarE ScofRaro cram tictices •a+ ....�. - f�rae mired Ent ies - J Import Sttltii • h 'tScofflaw Rules iQ dcr to IC [l Check Rlniib� {�-- Thi:4 be the mac.th3i 20u wCnt j 3 the-=iGcv+oreie k ockow OrpiidWti, l The'mhtA- :Irpcfd cliu—thdhnve _ __ j fY�I M1ohce: �p Crr�idef lh9ni�ti:cc U'n�:rerl cr Exr.-±1 ; lhi's tnldl rr.nacr of Win Sae of f1YrCeo The rini:nic 1v+:that d-rmice is 4cn ttfoEb6,,-�i.ir:5idea3dfniir::Jtavw i J2:SinceCldertUn?ac i I urGi-�'iacrn �-- Yclobcn I Dhdd i Dy;toCt» i _NUN ccdv Cancel Celxe I Ein shed; _ jr-]New JR].6ppt :jWCaral ']F30eb'e 30 Pin Ed;t Vlon' Taekc Sao HHV ogre -ool_ P.axrt Por.mlt Holp r actor Ccdes -- ct I.pdate Smfbw Rom Notices a-r3a ExpirSd 6--men I Import 5cofilan ► = - f ptions le..c¢ '7':7 .�4:s7sUiii•tl#9. r-•;riir ti C..Lti...,Mvr1 .. �..� a .�.nq.. - —r +.^Y• ia�.t.z.s"Jt: r crow . r..q�-:SI - -- - - - r - - - -- -- - - -- - - --- - - - I Ci:plgviPdrlke:.vs ;.�I me rmpanrrkgs wren Id day�c :eai.ena� f I J - - I Min ri6zt.- a J 1.434 Tieleeb j 3-= - Ne.. a __ AIn ricleh Alar rckes $?querce - -�-J o�moie onpdJ 1icAeu wi Nn l i ccys-_—� ] !; l i r 114 4i 1 ?\esy Cmccl Celete l Finished - V;31A;P11 ,Ftlr-:r--1 [H.]Oelere - — - - i 31 Plk; 6dz .r 7CCT-ax Twk. 5--p H'.!! s;r TCob Rep r rer-lit Ir_.p _. ! 1F7+:j_.a•a r�;al -"Gs; vtint FW ea:h Par eai Pla+ __ce:rty, i1Cl cdi ►_,N, -� - _ :klc�:::chl __t..Y'S - FLZr�I'}'C7 -_. .,,1 d•li:.ak ma=1,1: _y _ - tkri7lnYr::'cr. 7::e:x6ar•; ....c I_:I'•.; -_,::y T�.-� L•:.e3 1/16/2005 1:3%11 PM T GAMIM I:Z 14 flu IM M:dha a nl/Hnh[xn Inc - - - -- nln .1 d—al 9J5.uu P. I-7 V.id n 7 Duo:1 i Fn 975.00 Pad 966.00 ycc-10.00 ::i f000 � 50.00 $10..00 r"? 32 i / 1 F c E:fit :I :iofft w Lark: !?qt f- H+U SYnr i nvii Reps Halp Imo, f —wt 8I r-, Imps,G:rm,n �� t;lr'IJI✓i,' __Pi rl X_tL'�� ✓ �:Imf.4�_N-JC� 1-1We - 'Heat 12375 US IP P2 iuirl Pemd-[lira .. � F'i'r I'rmch T�;[e r•G'1•.;:'e:d:•.el� - .` Flrela E.a5 P:It rips lii - - -_ -. Fnml Cdr. E; - P— :'c- _ - rr. E.:d Cam - ,:•L•! ..eiHb crmn 'F°_a��. .7 Lrt;•••_=.in vdnH:_c 1.Lv Cai W O9 la 11 C - I Lim:'etc ^P—v I[:IID hatLa.FW 'Iql^.an EM. Slfin rren?17 II_r'•-Irr..Crm _ '-- �!I.J Wflacltlk `i t IIFi^•:f'.ifl7\• P= 1•l I yal;:;1:flKfy Fdq Yale `v!u I _ JIAI Yy P{ A14J� _ r+ I t !Y�L 5.7 LIE. A16-I- 1 - _ _ _ _ _�l. I I,yyyr 1, r• Cb'� ;n.:ll/i� ..il.:f/ Srr 1 _ 33 `=atabaselptrakpro_data.m dD ,LOG03-Activity and Tickets Summary �lr r Pa�rn--M Reran SEUp.n 1 �rre.rr.pc -]dal U.b aplbo�pH 7tanwl� tr ern � I �Prwlu.c lurN.rgrruf uy Sr4atN nrU s<"°'"' 'I LOG04-Lot Notice Activity r•u 5C� �� i Ipq' 1�...F -sw.cl lh.QA..rn ptawilM.Wr�Niry Prmn O i.r; i - - •'1 i �ImPaefree 1-1.•..r•t TI.11 �mac_ I DAY01 -Daymenis _ i �wen,.r.< se.+r.lws.,.laner ldcalaenpna,aMcdr.bla+,: p wim.-•lu, tram � � •r� p r..n I 1♦F,.w Nd O.ls rw I �11.ai �Lua.� '�e.,manl.tal6ed �Gad.Crd �Mrpa.IM Oa^ �6.1e �Ne,le+dJC, � ' O PfSe �Stott •r1..ae �tltLn - - , •SCOF02•Scofflaw Repeat Offender Report...�,Q U There are over thirty ni reports defaulted o..ange _—___ �r Ilel CPUnI—_ ___ __ -1 i Irom � c.;.r..t�ar-rr•m In r:ni•II°r• 1 into the system, as well � """ '-°�•``-"'•�•'"°"�-°'� as custom reporting LdLt i Y ® CJ,OP�n Nv4aa>• capabilities that allow �-_______� � $ta.>.ed.l.+ld"mt� w�l na iwr.u. Q"coded liohte. the user the ability t •►�m" � � to tailor reports to their specific needs. ® Co'/valWalri.n.rlP.A.lucicftlPi:—___ rRepwunu(w mat tv u+r �;♦Pl inl milp Color ed rePwt(wm•I 'O Reld u.iy the SUndndlepvd lwmd -� I J MGWOZ-Voided Transktiorrs _c6cw, Clear and accurate reporting Broken down into understandable NG on N76:r VnidT,T, —A .ly,i,Up a r-7L ' l�. - 1 - Formats allows for comprehensive Sharing of the data gathered. , AIGJAT04 Cot Analysis of Vehkle EI&Wd time r :�'x^ •r void Transactiom Analysis -JI OfNx,-.42 3,1 wt., ( T f - _ JOIC -. Standard Reporting Features ParkTrak Pro includes a number of relevant and essential reports for our clients. We pride ourselves in our comprehensive reporting tools that are user-friendly and easily accessible. The Reporting system has the ability to provide detail management and financial reports. A standard set of reports are provided that have the ability to report based on variable times, transaction types, operator, categories, lots and violations. The system has the ability to allow the development of additional reports by the user using industry standard database management and report writings tools. The system shall provide the end- user with the ability to produce ad-hoc management reports that can be easily tailored to meet specific needs. i. Reports included with ParkTrakPro are: • Payment Reports • Payments • Quick Entry Payments • Payment Summary • Payments Grouped by Amount • Lot Inventory Reports • Activity Lot Notices • Activity Summary • Box Collections • Box Collections Report • Box Collections Detail Report • Box Collections Summary Report • Box Collections Lot/Date Summary • Weekly Box Amounts • Daily Lot Summary • Lot Activity Collection Audit • Permit Inventory • Log-Aged Lot Contents • Employee Activity Reports • Activity Report • Lot Box Inventory Report q Employee Tracking • Notice Reports • Plate History • Notices by Selection • Notices Issued by Employee • Notices Issued by Lot • Notice Detail • Notices with Comment • Tickets Assigned • Notices Count/Amount Totals Re-Cap • Dispute Report • Permit Reports 36 • Company Permits • Permit Details • Permit Tickets Issued • Scofflaw Reports • Scofflaw Report • Notices Repeat Offenders with Lot Detail • Notices Repeat Offender • Scofflaw Plate Ticket Activity • Setup Reports • Lot • Violations • Users/Operators • Makes • Colors • Model • States • Management Reports • Void Transactions • Void Transaction Analysis • Lot Inventory Vehicle Elapsed Time 37 Report Samples The following reports are examples of some of the many reports that can be generated by ParkTrak's Enforcement software application. 38 Employee Tracking Report Se!ection: Between Activity Gate 06113;2C07 and 06,!3:2007 Printed 31251X08 1:12:05 PM Tickets Payments Count Elapsed Travel LotiD Time Start Time End # Amt Amt # Time Time Emp: SP93 User Two CTZ2 603107 10 39 AM 6113!13 7 1042 AM 0 $000 $000 0 003 0.00 CITY 6i13107 10:4:1 AM SAIC7 11:06 AM 0 $0.00 $0.00 4 0:22 0:02 MAIN 611 3107 1 1.06 AM 6/13/CT 12 50 PM 0 $000 $000 3 1:44 0:00 0TZ2 6i 13107 12:50 PM 6/13/07 12:58 PM 3 555.00 $0.00 0 0:08 0:00 CITY 6113107 1:00 PM 6/13/07 1.34 PM 5 SIC0.00 $0.00 28 0:34 0:02 MAIN 6i 13107 134 PM 6/13/07 1 37 PM 0 $000 $0.00 0 0:03 0:00 Emp: SP98 User One MAIN 611107 8.32 AM 6/13`C7 10.03 AM 1 S25.00 $0.00 0 1:31 0:00 CITY 61 13107 11:00 AM 6/13/07 11:15 AM 0 50.00 S0.00 6 0:15 0:57 CTZI 6113x'07 11:15 AM 6113x07 1122 AM 0 $0.00 $0.00 0 0:07 0:00 CHURCH 6113107 1123 AM 6/131447 12.52 PM 0 $000 $0.00 0 1:29 0:01 CITY 601"07, 12.53 PM 6113/C7 1 23 PM 2 S45.00 $0.00 4 0.3C 0.01 Report MGMT05 Page 1 of 1 39 City Some Where Selected Payments Report 1234 Ci Selection:Cash Check Between Payment Date C6�04,2C07 and Some Citt y,.SN! 93 999 06;1012007 Ordered by TicketPayments.DateOnly, Plate Printed 3%25i2008 1:10:08 P1N Lot Paymt Date Plate NoticalRef Attendant At Collectior At Site Pymt Method Ref Nbr VIo CITY 6,'4;07 2:47 11-92470 24757308 ADMIN 0 13.00 Cash 01 DTZ1 614,071C:22 763480 24657319 SP98 0 10.00 Cash 01 1ST 6x40710:06 7879976 24757288 ADMIN 0 10.00 Cash 01 CITY 6/4,07 2:48 7882553 24757291 ADMIN 0 10.00 Cash 01 DTZ1 614,0710:06 7BS8845 24657276 SP98 0 10.CO Cash 01 DTZ 1 64,'07 9:41 7689981 24657300 SP98 0 10.00 Cash 01 DTZ 1 614,07 9:46 7893637 24657296 SP98 0 10.00 Cash 01 CITY 61'4,072:48 7BA1604 24757306 ADMIN 0 1 0.00 Cash 01 DTZ1 614,07 9:31 7BA1604 24557273 SP98 0 10.00 Cash 01 DTZ1 614,07 9:34 7884253 24657266 SP98 0 10.00 Cash 01 DTZ1 614,07 9:43 7BC0979 24657284 SP98 0 10.00 Cash 01 DTZ' 614,07 9:35 7BC2112 24657286 SP98 0 10.00 Cash 01 DTZ 1 6!4f07 9:43 7BC2830 246357273 SP98 0 10.00 Cash 01 1ST 6;4,07 9:44 7BC2962 24757282 SP98 0 10.00 Cash 01 DTZ 1 614i07 9,34 7SC4318 24657295 SP98 0 10.00 Cash 01 DTZ 1 614107 9-28 7BC8014 24657289 SP98 0 10.00 Cash 01 DTZ1 614107 9.41 7BC8C73 24.357274 SP98 C 10 CO Cash 01 DTZ1 614:07 9:38 7BC9256 24657268 SP98 0 10.00 Cash 01 DTZ1 614,107 9:44 7801663 24557308 SP98 0 10.00 Cash O1 DTZ1 614,07 9:43 ENV845 24657301 SP98 0 10.00 Cash 01 DTZ 1 6407 9:39 PEB247 24657304 SP98 0 1 U Cash 01 DTZ 1 614;07 10:21 TO2165 24357317 SP98 0 10.00 Cash 01 CITY 6;6,0710:18 7696696 24757304 ADMIN 0 10.00 Cash 01 DTZ 1 6,6107 12:OC 7BA0780 24657339 SP98 0 1000 Cash 01 DTZ2 6J.:07 9:48 7BAee58 24757297 ADMIN 0 10.00 Cash 01 Final Totals Amount $000 $250.00 Number Trans 0 25 PAYCO 1 S City Some Where Page 1 of 2 40 City Some Where Selected Payments Report 1234 City St Selection:Cash Check Bet.veen Payment Date 06;04-2007 and Some City, SW 99999 06110!2007 Ordered by TicketPayments.DateOniy. Plate Printed 3/25/2008 1:10:08 P1v1 Lot Paymt Date Plate Notice/Ref Attendant At Collectior At Site Pymt Method Ref Nbr VIO Collections vs. On Site Payments Grouping Amount Number Total At Site $250.00 100.0% 25 100.0% Total At Collections 50.00 0.0% 0 0.0% Total Payment Amount $250.00 Total Payments 25 Payments Re-Cap by Payment Type Payment Type Amount Cash 250.00 250.00 PAYOOIS City Some Where Page 2 of 2 41 I ty some*her* Selected Notices Report 121-4 3, orn* ty BVV 1"29 SOWMor Bew"m si-jo Cate 05,17:2M7 3mc 17 ndudg%, P34 VOV 0;*m B Dwod by ace Prrwc V'Sr.W$1 I2:51 PM N.".w,rtrott ItM Make AsOp4d EzporW Cieatd :gym unt Coded A"I PNO Void 54.DUI Exp Ant P V EMp VIO Wt UNI sli 71"7 2465,--79 t=CBA 0 APR OIn?W ogn7w 1040 to am too IOLOD an It Y ASM V LIT tam;" 1465nSt ADCOW 0 g APR GWTW Gomm to 40 OAO Do am MY INS 0 14019 24 F 0 2 0 AMC 05"?w Ow"w 2m go an too 210 G= my AAamm a 1,111-9 oil III Im a� OGM 0 ALFA WnTW MOW 250 A= an 23.00 to as Y ANON a IST AW04 160�WNFAWR*i*, 2A7"M 75 MM 0 OWO UnIW avow XOD to ITJP 35-00 am Y" how of tv 2057201 78CnW% 175723^ 7L�C24t2 um am kri f4a am Y IST 20"m 74A4W 0 mm m7w 00n7w MM Q= MFAWW' WiV�­-' AtRAM 7§At= 0 VAI we"W 01=W no go an Im afio am yu am of 13T -,W�, �-, ,,— mum 78=11211, 0 VOW WNW o1lOtIR7 33.06 a00 no an wo mm Y" Im to Ow ZOOR 7N017 ID FOG OIMTW GwIw XOD 90 23.= tam so am Y AO 41 Or 2 71sRM 0 Jew 411"Im OW111W 3m 40 Aw MW am am Y" Ammm III tar iscum 0 Fm at7w NOW 3400 Om as= *A am go Y AOW IN OfM 7.tat, IiLMe 0 im an?w No am aim Mac m so MIS Aso ft OrzI 2e5_Sra02 334 v C"EV WaTw Oaqw 1300 an tw 1100 am go IF ft AOM 4" sn'PrAv cow 27 MILOO 2.00 Zito,) m.54 13444 22.010 0.30 TCOOIS C-IVS*rm•WVh*m P3G* 1012 42 Customization of Reports The Report Manager selection in the Reports menu enables customization of certain reports. Our support team, coupled with our programmers and developers, customize reporting features to accommodate the needs of our clients. r"PdrkTrak r. r .O - Pis M Here Scofflaw Ta iM Swop MR7 Sync Tank Reports Parr* Help Ejt � r t 17/17/� 17/1712003. Select AN reodts PdrkTrdk Vk a 1 a' He E� Mlew SoYRav Tat Soap HU A'V Took Report Pam* Help - G-I HHU Scofflaw Foes Bado R Perk. Directory Page R Deptay Coeparry Name Yes .No You have the option of dtoosng to display you company name on each report or Waving you ca.pary rums off of each report Do you wart to dsplay you company nano on reports? Save report settings G Yes r" No The system givesyou the option of saving the last settings"you used when you printed a report The feat..cat save you time i yw cortnA*run the reports using the same option..Choosing this option does not aimete you from choosing my new options for reports D o you wart to save you report settings when you are Trashed with the report?Recormerded QK Cericd 43 i ParkTrak Online Violations Management System CLIENT MANAGEMENT and ONLINE VIOLATIONS PAYMENT SYSTEM WE,C;;ME 1'.:7A i!C 4UN-',TtU NE' ParkTrak offers a REAL TIME violations management system; violators pay,online; our CLIENTS manage all functions including payments and disputes. III ^w I�� li III NOT only can all violations issued be instantly viewed from any PC, any PAYMENTS are immediately transferred via ACH to our clients' preferred account. The NEWEST innovations in technology. 44 (P,, )ARK1Ni6,N10T10E- COW N;'!�(f! Client Services F.A.Q. Client Login CUNT LOGIN I'­T C 111 t,C-: r.l. 1:,.;ill l'n I 1 dl 2a Z;:I:- s i r j c d I j Email Addra= Browser-based, Real-time Password h administration 24/7 from any PC, CAPTCHA. -Zbk anywhere. -cultivated u Type the bNo wards C 0 Secured Login by Captcha provided an extra layer of security for our clients. In If-- ,)AR<TFA-K NE You Are LoWed In As:�ala-_�3jq .MAIN CHU41 AVMlMlAAl'CN AREA Dioufts MwagwRall: Payments Management Nau*m aaaiigtlnefi Search=cr Ixt c mar.,ajly Aw A,iu, UWS Manageme-4 Acd L."Management ?GC--t ,e"V_r Violation Maragone"t ACcj l Cj4t'-' I'datc 5 Preow"W"Mamerf"ent CoWiW ZM2 r% 45 015PUTE5 ;. i• NtJ2012 , yty20R = .,.. N �^d .;.Afl �= . . N Q. s t:rev.to C= Manage_Disputes right from the Web. Indicate Date Range or Search for any disputes. :rcn.50420+2 60412012 -ar a^e;r,a±:'AN �. .o tuors:Wn a.rtl Immediately view NOTICES as soon as they are issued. VIOLATIONS are available instantly for payment. i 46 � .G:i �1r ✓':CS:i4V011z 4 iMIM:1 INY a.l Lv:!««.::1.AI::dOI:«xz;.v SEARCH for all notices Oftwu SOX issued by DATE RANGE or Paid or Unpaid. Amu:9 ks: :b . ...._-� _rx.... yI we'll! I" tai•♦*r—I-�"N L�da" W40 `.iI a16:A::2fI Sl�V 9l9Eilb 1.5.0 .c.•' :3:;i:.:59 0`� .+� IM. VIA :w. aYrxs:�.YM�aI t1R liiti i.':J :c. ............. .i mza ON 4m a;JVt7 rI:Y.a .sm iOZIIOt S'C::X :a. .:LSaI1'U�:ou -WW' 1-5=0 %, .,b:27.6-1 MM Iaz ae. Amax s«xw y9 1 :a- I— ..::Oi:f.,4"•— l�tro sxao a. w=AM 47 VIEW NOTiCE Nat1n fnlonnatM Payment fnWmW*n Room K.`7i-cn''.r;:rfrrt L,A.au:CN �: UR11it Plays :t34Ct�r.:.�. maw ac'% ::Ip View all NoticeInformation, fopkqWn PaymentInformation, and VOID Vioall.aw.y3 V,a„Lo„ '�:N:- right from our online system. Lattt:-u totliiswl�ratxaxes Oii7ili'Awolw! S75.ai Rtl00400-6 WIX:f:b.1iy>.:3.: _- aw6mm om i4S x SabW Wood RECEIVE PAVVEN'T PZVMNA TYPr'caw .Q P"rm l WnaMC S4.66... i Rslw�law Nwwlatl - _. 1,. 1 f1�11etlow i•e:''.•:: VOID NOTICE s raw"WW t Rwae for Ve" j ® t e MART CUENi AMIK"AAMN ANN gftp w aar.Oww _ Aew hnAo MANAGE Users, Lots, and Violations from Administrative/Client Site Selc!FaI`Ia0(e Management. Vrrs Ma'Jpwrww Loll !!L3 Y r'yy Vlerlee AygyerrMnt .00.bl.em YwN'AOnears ►AI1A4s q..r'wrw 48 C. Quill f iclllioll� q f Propo er INS')(i it"d Propt)s'al Team Ifcmhe rs 11,ill ll."efi►eil t l e(lin 111111 Keti• Pe vilanel Qualifications of the Firm and Project Team Parktrak's Mission Statement ParkTrak Inc. is the industry leader in handheld and portable solutions for a broad range of challenges facing today's parking professionals. Our clients have come to rely on our judgment and expertise to provide them with solid recommendations for efficient management of their assets. We balance the business need by tailoring the right technologies to fit what the Client is trying to accomplish. ParkTrak is committed to project excellence by providing the highest quality products and services that function safely and reliably for the parking and enforcement industry. We believe that the delivery of a quality project requires quality management and teamwork from all project participants in concert with the finest hardware and software technology available. ParkTrak has a quality philosophy that is as follows: "There is no greater compliment for ParkTrak than achieving customer satisfaction from our accomplishments and the subsequent referral to others based on our quality of work. Understanding the customer's goals and providing a quality work product is critical to our success and is the cornerstone of our business. " Every ParkTrak employee is responsible for quality and each employee will do the job right the first time, on time, and every time for the City of Miami Beach. ParkTrak believes that overall quality is achieved by a process of basing products and services on sound engineering, proven management practices, daily monitoring the processes, qualitatively measuring the successes,and resolving any issues without delay. Craig Bagdon President 20 years Oversees all company operations George Doi Lead Engineer 6 years Responsible for overseeing installation of ParkTrak products and customizations to meet our clients'needs Karla Baig Vice President 2 years Responsible for Sales and provides support during implementation,training and ongoing client support 49 ' ParkTrak, Inc. Quote Date Quote e 864,9 Yorth Division St. F20/20.2 1181 Spokane,Wa 9924,8 888.877-6212 FAX 509-323.9511 Ms.Cristina Deivat,Contracts Compliarce Specialist ENFORCEMENT QUOTE City Hall Procurement Division Third Floor 1700 Convention Center Miami Seacn.FL 33139 Rep Project Kara Barg RFPr55-11,,12 Product Description Qty Rate PRICE L,cersii g 8 -,A,RRLrL ParkTrak Net Parking Enforcement Software 1 '.rciuded Intenrec CN50 Handheld_nit 8a Software 47 4,595.00 $220,565.00 $1,175.00 Chaigirg Ouad 12 295.00 $3,540.00 Protective Case 47 99 cc $4,653.00 Spare Battery 47 155 c4, $7,285.00 EMS Handheld Interface 47 495.CC $23,255.00 $1,175.00 Direct-landheld Urit Pemltt integration 47 495.CC 523.265.00 $1,175.0 ParkMobile Irtegranon 4' 495 CC $23,255.00 $1.175.00 -icense Plate Recogrinon Handheld Software 47 1,750 CC $92.25000 51.175.00 SUBTOTAL $388,198.00 $5.875.CC Quantity Discount IS**Chan Below) -5115.456.4C -51,762.50 GPRS Cata Plan 47 40.rc 51.880.M Installabon and Training,per day 'does not:ndude travel and expenses 11 750.00 $8.250 00 Quantity Discount Chart Number of Units - Discount 0.10 0% 11.20 1C% 21-30 2C% 30+ 3C% ntonthiv cost $5,992.50 50%due et the time of the order. Remainder due upon c.xnpietion of install Subtotal $279,981.60 oucaa Walla b 14 xtys rom adore ixa.mess 3wefwse iralcated Sales Tax '•'•••"• Total 1 1 $279,981.60 Iritiais Quote and service agreement must be it s+aled and signed. Pap 1 of 2 50 Vi c' 1i/ f lil(in,it1l St'l'td1'iti 1C17AM ParkTrak,Inc. OVIS12 Profit& Loss Accrual Basis January through December 2014 Jan•Dea 10 Ordinary IneomelEapense Mme 4010 Technical Support 218M150 4012 PC Hardware -17176 4019 Wep App6eawns -370 50 4014 Corm .1,6e1 21.;7751 4017 Handheld Labor -14.W:)0 4otS Handhold Hardware _00,343%5 4019 PWWTrak Sofware D4.450 30 4020 Custom Software 2.590 70 4021 Travel Reimbursement +0.000.48 4022 Onsib install Fees 19.125 00 4023 Rental kloonw t31.i58 J7 44M DataPlan 1 w to 4027•Slipping&Handling •b.,_Vp Dg 4030 Salts Discounts •82.798 36 4033 Credits/Adjustments 1708 59 4036 Referal Cammission _000 Total Income -3491050 Cost of Goods Said 3000 Cost of Goods Sold 3010 Handheld Hardware 15.19955 5011 Shipp"9 Handing I Se-1.47 3012 PC Hardware 2,2024; 3013 Technical Support 2.120.6' SO14 Consunaeles 737 31 WS Merchant Charges 8248.47 5000 Cast of Goods Soid•Other C8.345 34 Total 5000-Cost of Goods Soid 1304..Sv TOW COGS 130s tag Gross Profit 50.337 7% Enwrtse 6000 Sales 5 Marketing 6010 Sates Commissions 6012•Training 973 JC 6010 Saks Commissions-other t3 318 72 Total WO Sales Commissions V'99-72 6020 Advertising 023 Trade Show :5.184 35 6023 Maoxw*s 2,230 OC Total 6020 Adreresing 27433.30 6090 Travel MLLES Ent Coast 031•CR Air 23.980 M 6032 CR Lodging t3 508 U 6033 CR Meals t@ 396.30 6034 CR Cwow+d Transportation 5,61183 6093 Chicapo 1,180.7O 6036 CR Wkhdraw Cash 10,197 95 6037 CR Retail Z017_11. Total 030 Travel SALES East Coast 73 1%!:72 050 Travel SALES West Coast 031 CA Air 2:3;OC 6052•CA Lodging 5.377 52 033 CA Meals 6.71933 034 CA Ground Transportation 5.740 35 6033 CA Widldraw Cash 415 74 6036 CA Retail *400 24 030 Travel SALES fist Coast-Ottw 144.80 Total 030 Travel SALES West Cant 21740,87 Pagel 51 1117" ParkTrak, Inc. QUIS112 Profit & Loss Accrual Basis January through December 2010 Jan-Doe 10 6060 Travel SALES New England 061 KAAR 2—nS48 6062 KA Lodging 2.801 78 6063 KA Meals t 407 75 064 KA Ground Transporuion 1.342.11 063 KA Withdraw Cash 140.00 00 Travel SALES New England-Other 408.80 Total 6060 Travel SALES New England 8.476.92 6000 Sales R Marketing-Ottw 3.278.00 Total 6M Sales t Marketing 151,9:4 78 6999 Uncategorised Expenses 1C,288 43 7000 General R Adminsitration 1002 Rental Expense 311,03 7020 interest Expense 7021 Late Fees 5.11769 7022 ParkTrak Loan Inaarest 13.329 80 7020 Interest Expense•Other 1.84201 Total 7020 Interest Expense 21199% 7031 Bank Service charges 7032•Checks reorder 472.59 7031 Bank Service Charges-Other 2,782.15 Total T091 Bank Service Charges 3,2'4.74 7090 Dues and Subscriptions 1290.00 7100 Licenses and Perm's 50.00 1130 Postage and Delivery t.ktst 98 7132 Shipping t FWgM 1.4'2 b 7200 Insurance 7201 Liability Insurance -3.M 27 Total 7200 Insurance -3.804 27 7300 Professional Fees 7310 Accounting 51000 7320 Legal Fees 5.8812! 7341 Added Support Services 37500 Total 7300 Professional Fees 6,W 25 7100 Office space 7401 Rent 39_37 00 7102 Gas i Electric 543.54 Total 7400 Offie i Space 30.790.54 7300 Catrmrdeaoons 7301•Cellular Phone 4.044.1 C 7302 Meant Access 85.72 7303 Telephone 3.19418 7503 Tech Support Tool 143.90 Total 1300 Communications 17 412 97 7600-Trawl INSTALLS 1601-Enewtairkmtlnt 2782 7602 Meals 703 Ground Transportation 3.904 7604•Lodging 5.09122 7603 Air 4.177 20 Total 7600 Travel INSTALLS 1413271 1700 Payroll Expenses 7702•Salary Employees 145 057 38 7703 Hourly Vbpes 44.312.53 7703 sales Com fission 4.50 04 7700 Payrod Expenses-Other '798 89 Total 1100 Payroll Expenses 140.415 92 Papa 2 52 11 17AM ParkTrak, Inc. 031t5J12 Profit & Loss Accrual Brits January through December 2010 Jan-Dec 10 7730 Payroll Taxes 7731 Federal Unemployment 403.39 7732 Labor a Industries 2 559 24 7734 Empioyment security 6365 87 7735 Medicare 3,355 87 7736 Social security 1—,)10 t0 7730•Payroll Taxes-Other 6,669.45 Total 7730 Payroll Taxes 31,2d3.73 TM Bd0 Tax 1,114.13 7766 Tax Penalties 273.14 7850 Sponsorship 400.10 7870 Of6te suppies 1 694'9 7000 General 3 Adminsitrabon-Other 34977 Total 7000�General i Adminsitration 340-W 28 7880 AutoVu Truck 7881 Maintenance 1,34134 Total 7980•AutoVu Trick 1.343.?4 Total Expense 904,801.3t Net Ordinary income 0.734 39 Other IneortW xpense Other kwome 7030 000 hCome -5150.7t 8012 BAD DEBT -3,692.63 Total Other Income -4.14934 Other Expense 5010 Other Expenses -3,482.:0 Total Other Expense -313:X Net Ott*r Income -5.867 34 Net Inoome 88.069.03 Pape 3 53 11:27 AM ParkTrak, Inc. 0x15112 Profit & Loss Accrual Basis January through December 2011 Jan-Dec 11 Ordinary Income/Expense Income 4010•Technical Support 144.942.00 4012•PC Hardware 31.07 4019•Web Applications -260.84 4014•Consumables 18,350.33 4017•Handheld Labor 2,734.00 4018•Handheld Hardware 148.228.00 4019•ParkTrak Software 79,275.00 4020•Custom Software 1,595.00 4021•Travel Reimbursement 9,868.96 4022.Onsite Install Fees 10.500.00 4025•Rental Income 152,220 57 4026•DataPlan 13.142.16 4027•Shipping&Handling 3,409.27 4030•Sales Discounts 4,914.80 4035•Credits I Adjustments 20.00 Total Income 577,140.72 Cost of Goods Sold 5000•Cost of Goods Sold 6010 Handheld Hardware 7,871.22 5011 Shipping 8 Handling 2,799 46 6012•PC Hardware 1,06275 5013 Technical Support 2,839.11 $014 Consumables 1.223.18 5015 Merchant Charges 11,155 59 6000 Cost of Goods Sold-Other 58.813.28 Total 6000•Cost of Goods Sold 85.7&1.59 Total COGS 85.764.59 Gross Profit 49;.376.13 Expense 6000•Sales 8 Marketing 6010 Sales Commissions 37500 6020 Advertising 5023 Trade Show I6.6C5.82 6025 Magazines —1.050.00 6020•Advertising-Other 106.63 Total 6020•Advertising 8.062.15 6030•Travel SALES East Coast 6031•CR Air 12,156.88 6032•CR Lodging 6,822.04 6033•CR Meals 9,273.84 6034•CR Ground Transportation 2,232.61 6036•CR Withdraw Cash 4,800.00 6037•CR Rated 4,132.71 Total 6030•Travel SALES East Coast 39.418.08 6050-Travel SALES West Coast 6051•CA Air 1,528.80 6062•CA Lodging 2.433.66 6063•CA Meals 1,507.00 6064•CA Ground Transportation 5,017.38 6066•CA Withdraw Cash 197.80 6066•CA Retail 1,011.12 Total 6050•Travel SALES West Coast 11,695.76 Page 1 54 11:27 AM ParkTrak. Inc. 05115112 Profit & Loss Accrual Basis January through December 2011 Jan-Dec 11 6060•Travel SALES New England 6061•KA AIR 2,723.93 6062•KA Lodging 5,047.53 6063 KA Meals 1.044.82 6064 KA Ground Transportalon 2,637.68 6066 KA Retail 220.90 Total 6060•Travel SALES New England 1 I,t 74.86 6000•Sales 3 Marketing-Other 5.638.90 Total 6000•Sales 6 Marketing 77,465.05 6690•Reconciliation Discrepancies -90.00 6999•Uncategorized Expenses 6,591.97 7000•General b Adminsitration 7002•Rental Expense 19,998.98 7020•Interest Expense 7021•Late Foss 2,673.70 7022•ParkTrak Loan Interest 12,532.30 7020•Interest Expense-Other 2,689.18 Total 7020•Interest Expense 17,895.18 7031•Bank Service Charges 7032•Checks reorder 69412 7031•Bank Service Charges-Other 4.813.99 Total 7031•Bank Service Charges 5,`08.21 7090•Dues and Subscriptions 3.053.95 7100•Licenses and Permits 69.00 7150•Postage and Delivery 1,760.29 7152•Shipping b Freight 8,614.52 7200•Insurance 7201 Liability Insurance 1,526 66 7200 Insurance-Other 486.00 Total 7200•Insurance 2.012.66 7300•Professional Fees 7310 Accounting 3,704.00 7320 Legal Fees 5,603.75 7330•Data Information 122.36 7340•Custom Programming 52,133.42 Total 7300•Professional Fees 61,$63.53 7400•Office Space 7401 Rent 44.557.00 7402 Gas 3 Electric 3,62081 Total 7400•Office Space 48,177.81 7500-Communications 7501 Cellular Phone 7.571.74 7502 Intemet Access 50725 7503 Telephone 6 582 G6 7606 WIFI 2.433.21 Total 7500•Communications 17,09428 7600•Travel INSTALLS 7601•Entertainment 28.88 7602•Meals 965.20 7603-Ground Transportation 1.913.32 7604•Lodging 3,424.22 7605•Air 1,986.64 Total 7600•Travel INSTALLS 8,325.26 Papa 2 55 11:27 AM ParkTrak, Inc. 06116/12 Profit & Loss Accrual Basis January through December 2011 Jan-Dec 11 7700•Payroll Expenses 7702•Salary Employees 200.527.21 7703•Hourly Wages 52.518.47 7706 Sales Commission 47.308.91 7700 Payroll Expenses-Other 8,180.85 Total 7700•Payroll Expenses 308,535.44 7730 Payroll Taxes 7731 Federal Unemployment 418.37 7732 Labor 6 Industries 4,726.43 7734 Employment Security 4.335.24 7735 Medicare 4,461.23 7738 Social Security 19,075.63 7730-Payroll Taxes-Other 6,403.35 Total 7730•Payroll Taxes 39.420.25 7764 B80 Tax 2,643.43 7756•Tax Penalties 1,869.80 7870•Office Supplies 1,245.63 7872•Technician Expense 159.29 Total 7000 General B Adminsitratlon 547.94951 7880•AutoVu Truck 7881 Maintenance 506.03 Total 7880 AutoVu Truck 5C8.03 Total Expense 632 422.50' Net Ordinary Income -'41,134613 Other Income/Expense Other Income 7030-Other Income -85 OC 8012 BAD DEBT -21.625.13 Total Other Income -21,710.13 Other Expense 8010•Other Expenses 124.83 Total Other Expense 124.83 Net Other Income -21.834.96 Net Income -162,881.39 Page 3 56 10:20 AM ParkTrak, Inc. 05115/12 Profit & Loss Accrual Basis January through March 2012 Jan-Mar 12 Ordinary Income/Expense Income 4010 Technical Support 54,590.98 4013 Web Applications -169.99 4014 Consumables 5,820.00 4017 Handheld Labor 440.00 4018 Handheld Hardware 41,81966 4019 ParkTrak Software 28.245.00 4020 Custom Software 11,485.00 4021 Travel Reimbursement 3,743.00 4022•Onsite Install Fees 6.000.00 4025•Rental Income 34 479.68 4026•DatsPlan 3,760.00 4027 Shipping&Handling 1,104.75 4030 Sales Discounts -2.859.50 Total Income 188,458.58 Cost of Goods Sold 6000•Cost of Goods Sold 5010•Handheld Hardware 1,96420 5011•Shipping&Handling 3,599.91 5013•Technical Support 209.55 5014•Consumables 580.31 5015•Merchant Charges 5,164.43 5000•Cost of Goods Sold-Other 17,495.16 Total 5000•Cost of Goods Sold 29.013.56 Total COGS 29,01156 Gross Profit 159.445.02 Expense 6000•Sales&Marketing 6010•Sales Commissions 6012•Training 124,938 6010•Sales Commissions-Other 2.520.00 Total 6010•Sales Commissions 3,76 .38 6020•Advertising 6023•Trade Show 2495.00 Total 6020•Advertising 2.405.00 6030•Travel SALES East Coast 6031•CR Air 4.721.06 6092•CR Lodging 2940.14 6033•CR Meals 4345.60 6034•CR Ground Transportation 3.531.81 6037•CR Retail 241.51 Total 6030•Travel SALES East Coast 15,730.12 6050•Travel SALES West Coast 6061•CA Air 832.79 6052•CA Lodging 17.33 6063•CA Meals 96.09 6066•CA Retail 877 Total 6060•Travel SALES West Coast 95498 6060•Travel SALES New England 6061•KA AIR 031.10 6062 KA Lodging '.132.48 6063 KA Meals 162.35 6064-KA Ground Transporttalon 221.86 6066•KA Retail 62.-23 6060•Travel SALES New England-Other 997.80 Total 6060.Travel SALES New England ?,257.62 Page 1 10:20 AM ParkTrak, Inc. 05115(12 Profit & Loss Accrual Basis January through March 2012 Jan-Mar 12 6000•Sales&Marketing-Other -197.50 Total 6000•Sales&Marketing 26,055.60 6999•Uncategorized Expenses 480.00 7000-General d Adminaltratlon 7020•Interest Expense 7021•Late Fees 8.41 7022•ParkTrak Loan Interest 3,0430.82 Total 7020•Interest Expense 3,00923 7031•Bank Service Charges 7093•Foreign Fees 16.94 7034•Bank Service use charge 34.57 7031•Bank Service Charges.Other 120.24 Total 7091•Bank Service Charges 171.75 7090•Dues and Subscriptions 150.00 7100•Licenses and Permits 69.00 7160 Postage and Delivery 156.04 7152 Shipping&Freight 3,091.75 7200 Insurance 7201•Liability Insurance 254.49 Total 7200•Insurance 25449 7300•Professional Fees 7340•Custom Programming 3562.50 Total 7300•Professional Fees 3.562.50 7400 Office Space 7401 Rent 9.120.(30 7402 Gas&Electric 1 21 1.57 Total 7400-Office Space 10.331.57 7500•Communications 7501•Cellular Phone 1 231.07 7502•Internet Access 60.42 7503•Telephone 1.654 58 7506•WIFI 1.009.I 1 Total 7500•Communications 3,955.18 7600•Travel INSTALLS 7602 Meals 12.92 7603 Ground Transportation 223.54 7604 Lodging 186.12 7606•Air 21.25 Total 7600•Travel INSTALLS 443.83 7700•Payroll Expenses 7702•Salary Employees 40.499.94 7703•Hourly Wages 12.969.06 7700•Payroll Expenses-Other 3.521.67 Total 7700•Payroll Expenses 56,990.67 7730•Payroll Taxes 7731•Federal Unemployment 213.06 7732•Labor&Industries 1.C72.03 7734 Employment Security 229.53 7735 Medicare 815.70 7736•Social Security 3.487.92 7730•Payroll Taxes-Other 2464.38 Total 7730•Payroll Taxes 8,282.52 Page 2 10:20 AM ParkTrak, Inc. 0s15j12 Profit & Loss Accrual Basis January through March 2012 Jan•Mar 12 7766•Tax Penalties 1.575.93 7870•Office Supplies 404.24 Total 7000•General&Adminsitratlon 92,448.60 Total Expense 118,984.20 Not Ordinary Income 40,460.82 Other Income/Expense Other Income 8012•BAD DEBT 950.00 Total Other Income -950.00 Net Other Income -950.00 Net Income 39,510,82 Page 3 59 t; Pork Truk Pro Software Refs rences City of Mount Clemens,MI Jeff Wood, Parking Supervisor One Crocker Boulevard Mount Clemens, MI 48043 (586)469-6818 iwood0cityofmountclemens.com City of Harrisonburg,VA Brian Shull, Director of Economic Development 212 South Main Street Harrisonburg, VA 22801 (540) 432-7736 brains0ci.harrisonburg.va.u5 City of Ashland,KY Sgt. Ryan Conley 1700 Greenup Avenue Ashland, KY 41105 (606)327-2020 rvanconlev,cashlandk�pd.com City of Wheaton,IL Chad Michealis 303 West Wesley Street Wheaton, IL 60189 (630) 260-2184 cmichaelis0wheatonjl.us City of Bainbridge Island,WA Ken Lundgren 625 Winslow Way East Bainbridge Island,WA 98110 (206) 842-5211 klundgrenCcbci.bainbridge-isl.wa.us Community Health Network Eric Umbright 1500 North Ritter Avenue Indianapolis, IN (317) 355-5391 eumbright0ecommunity corn Concord Parking(Integration with Genetec) Marc Postlethwaite 925 -4710 Kingsway Burnaby B.C.VSH 4M2 T: (604)689-4005 C: (778)838-9535 mpostlethwaitePconcordparkin v.com www.concordparking.com 60 Colonial Parking Marc Soules, Project Manager Pentagon Row 700 Army Navy Drive Arlington, VA 22202 (202)295-8220 msouleSW ecoloniaLcom Allpro Parking Craig Barber,Senior Vice President and C00 465 Main Street Suite 200A Buffalo,NY 14203 (716) 849-7275 cbarber c allproparkin,.com MBTA Ronald Ross,Director 50 Park Place Boston,MA 02166 (617)222-3255 rross(@mbta.com 61 Pus7 Pe-I'Or►r ante (Went 11110r►►ratio►► Past performance information will be collected and all Performance Evaluation Surveys will be sent out to ParkTrak clients. All clients will be provided with the Performance Evaluation Letter and Survey and submitted to Ms.Cristina Delvat via Fax or Email. 62 /I. Vethodohy"�, and Ipprouch A proven and cost effective Parking System Management System will be deployed and maintained in a manner that will meet the City of Miami Beach's technical requirements and operational goals. ParkTrak proposes a Handheld License Plate Recognition(LPR)Parking Enforcement System that that meets and exceeds the goals of your application for enhanced data collection, including the option of imaging technology to increase ticket accuracy,decrease ticket appeals,and enhance permit management through embedded License Plate Recognition(LPR), appending photographic notes;wireless printing,and interfaces for electronic pay-by-space and pay-and-display machines. Electronic Tire Chalking is an available function of the handheld software allowing the operator to timestamp a vehicle to a particular lot and stall using the plate and valve stem positions to assure that no movement has occurred once the allotted time period is exceeded. The City of Miami Beach will also have the ability to access data in"real time"via Cloud access. Use of an aggregate server will also provide the ability to integrate with other partners and utilize a"Pay via Mobile" technology. 63 i. Acknowledgment of Addenda and Proposer Information Forms 64 �kfu��tl�dfli�reirt Letter and Disclosure and Disc luiirr�r f awll)1,= 8609 North Division Street Spokane,WA 99208 Phone:(888)877.6212 Fax:(509)323.9541 Dear Sir or Madame: I have read the City of Miami Beach's RFP NO. 55-11/12 For the Acquisition of a Mobile and/or Handheld License Plate Recognition (LPR) Parking Enforcement System. On behalf of our Proposal team, we agree to and accept the terms, specific limitations, and conditions expressed therein. In addition, we have read, rely upon, acknowledge, and accept the City's Disclosure and Disclaimer which is attached hereto and is fully incorporated into this letter. Sincerely, Karla Baig, Vice President [NAME AND TITLE] ParkTrak Inc. [ORGANIZATION] Karla Baig [PROPOSER'S NAME] 65 8609!North Division Street Spokane, HIA 99208 Phone:(888)877-6212 Fax:(509)323-9541 Q1SCLCC--URELA-NQ DISCLAIMER This PtN- iuest fc;Preptsi%("RFP )is Lemg Ifi=;Jished to Ole recipiem&j to City 01 Plcurj Eeach the"'Cite; flicir tho recipien-rS =96m h,ken L the aspc�-� Citj in r I. - Se to pr p4sa'::' made-DUITSUant to glis RFR er in makirg any xttard. cr in tali vj or refiisju I!.)makt, afr 3a.and tO such N' P.P0SX'$. C4 in Carcril'i-r-g i;r in wAhdrawny or canceffirmi 'tus RFP- A'hi-rr before cr a,--r wisaince d,Ll shalf be my 6,abilit�or U-,r;qaltan cri ul�part c', ;a c'tj- tri it src!e dwe n,ti,.P-City ',hP RPP crich.•.-tmip-crafter nmzrong prioposals.ma'.' rM' 1': Apt PMOCSnIS -Ai& df'liai! fi-CM the Pr-P. S d eefM. nppr-'. tip and in its invjrest. In its scle diicretio,% mp Cipj w,.w C-te,*min jhe 3cc*L1 VSitY v4 any p---loy or paitrs,subwil ing Pmpi.::.;ls in ir j.pccmse to RFP cuUmccion d'a Pvc rcsA the appfic--nt a3rees to iieliver cuch fu.*end'&tz:16.infoirnuton r , , - re arJ XSW'Z%TlC---S.E'rC.V3Ud-:d1g ft -J-dal and discfaswe data, fe"alillg to t:-Prcpo--"4-2113 the jppiic--n1 wrclultrlq vlhci;t lirnim"Icn.tt7a apphcinrs alfTati-s.cf-cers, eznutors. pidn:?!rs and dscret, lvoyla�i-z-as rr-que-,ti�J by th.-.-3 Oty in its i mn. Ti'-3 fn'onraton cc-ritir.ed hzr in is F.h�oor,,ienihrnp of pos-p:ictroe Prcpc,3�.m It;S reszcnsibiht�c, the rec�pienl.1*assjr-� ttnt inf-crrmAicm ccn13":r,�,-jJ mA om.plete The C• .,does no my x-suaylces a,,:.to the acc--mcy c-1;any inlorrria6i)r,in fi,,z3 RFP. Any re!;xma-cn Ji contenf:;,or on Griv pem.mA conimur,)c3*,yJns v,:Ih 11r;(AEcJ�,tjh:-A La at the rt'cipi�inl's evin rsk. R-c-pc;ers ;�iWd refty exchi:-i'Ay fu-6 0*'ir 'C!..) and Tire RFP is ",iing pro z-1;id tij tr a CA-i '.u, VICU xiq "F.'arranty of repre--en mon.expre�5-C'T mlp�"rvd.'r,to 13 Cwitent, ift accuracy,cr its oompat-rtass. No war-rint., --sc-Tilatk-il is made 1:q thw� Ci,'� cr ds ;vp-rals 1,kj- ar of r�spw r c.-RI'mmng to zvl U sr-3ectmd fi�i cc regotiation,or z4pp;rV:.j. The Ci�y stuil have no ot-Agatim of IiJbil"Y With fesred to tl�b PF-P. the seler: cn and!,.e x.amd procsss. or t.-iheth-r any f.-.,aTd%!;if)tie nt3de.Arnt remipient of this RFP responds t--p-to fu!*Y -uAPG'Med'qqS 39 the plemism"S of tas L�isccl M' n? alrJ D1SCb- inM--J', 15 MAY M,rrlg .011, ft Ojt;ct aimef.arj- ag.reess to Ibis bcund by the I , . - f erms herf'o- A%m(F��Salls Cw4bimirte1 to tl,,e City pummant to kris RFP ir4 submirt:d al !hP S3L? ns-k and of 11-3 pat., =43mr5ng such Pncpas;t, Thas RFFP is madie sub;icl to ic^-FrectN:n of erTv,,;.cmiss;cns,-or th�e=A.-C-t'.-ithnul woke. ln,orsa-0.ion is',of gijidancr?cnki.MA'Llces fiat con-sttu!i S"or aniy parl 0 an agreement, The Citi and A Prcp;isess be t-cund crly rs.il and a Piopcsal loir Prcp-csjtsL as Same nuy be modified. a-mA the appfiral-le,C-Amiti-iiP- agmenr--mts pert3inip-3 lhere*,o a Id a-,e jD loved I execuftd by ffie pomit-,am 1�z cr, .F n 'N PasL-2nt to Ole NIM5 of the delfimb-i4 a.qre-em-:nLc execL%d- awcng the -DwNn— Any n�sp*lisa to this RFP may :;A- jcc�ept---j r�r Tejett-3d by t,� Cit,, fc�r any re;mon.C",for no re-3son, jny"'Lftarl to tt.--3 Thta Cat;is govemed 1w the Go:emirenliptlie-So.,nsh!n-r-. Whi A Proposlis and suprling sir 111 be stliect to diSel0sat,?3S fe-,ujr*-d by srich Uw�. .311 Proposa-'s sho be Subr-lifted in sae-A-d bid F-arm wwJ stiall fc-t-,ain m,02,01i to the Mtlemd pe-m-ittled Lr,,Rmila StAtles,ounjil the 66 t 8609 North Division Street_Spokane, WA 99208 Phone:(888)877-6212 Fax:(309)323-9341 dais a,id 0?,z S•rri d fr f :I- :i , =�xJ'. ���. At t.(=3 ��.i:?_ _:'s by oF.. I � �a•!�. r�. l., t tin, =:�ri 'Irs��::� r� -rr�c 1 tl`ic sh+�:;l.1t!c •, pz,4�`ic recv,,-ds. pcc�cYErs =r �x 2r,;�;; s 'ti ^ ;,. -'. ._ a r. , $ e t� make di Si�rE� 3f1� +: �1a<<, vE�ia r" �. �S:Bd rb this �?�13_ �q S O! r 7 F nr:r^r "v':'.0 $ e t°'1:P I?P (�:1•,: S10 14 B o '° Ss•iCi� (2f .3 r eSJrili��, Q �r, tu>"`r tC}( f[�Y �tfi( agrees s E t. S the s:li;�!_ 1.) Irian- aa1r �oqu,r•, or ra':_tea f -Y r t.-: n ' `�Tha.,:: rrg =t �'' di�i appr^pr�:tt� rF> ���:;=Win?:,- � or :a3;:�_!?^'-erlt lr:,a_ri'aysLa, con famed U, fi-.'P ropo al, :1nd aC fh-,,vrizes th'E rele;.,se to.t€e, C: -1 of i -vi Fine mill r!?'�iTtl3: N'}t aciuzj;lit Iry s'--uch jrrwwu rr' Idav= ?I?�,�?=33a. Each !''�='_-Sxee C- es-es 1 h i�s;7d C'It�34,`cd 1r: StI tai•, t. lRT on °i � r Pr sai r _. any xr21I:_t the I t�t i _krta;'rsi,s. fora itsrfrr..�r tl Not..,Amaki+ ing thi? for;i-6.n.G eir w-';m,g £Clbl `'=�:a CD :l r n j-e t +h? . -r�i_ ;: the F- � , "] r'r_p��ors s3. E drat n event of-a F�r:al I.napp---jiabl ju sf CCO-ryf c;r °--1 j r LS-6r , ,�l� r4ip e � Q(il:_ it I1 .3 c d:L�:'t_.r Z S�+i t90 0 1 f Qal.'"s Cffi tf:,.. "it- rrj i' 5'i�l?�; �(i'-;0 COA O this PFP• Cr .ally response fl -zO, of 21-ly actirrl ea'al.af.t cll �'+'ti the rlt'i " ri's ea::i;-r2r such r3:blht' --e Ilnll`:a.d to a IOJDD 000 afgrc l d-upcn and lli uid-t 1 jes F.h-, piewom sentence, (A:?i+i�:'/ri, _�2'�� (;ot i}4' i.Cjr3staied u� Cirl'.etfi(viim a?i (-,1 T , t'irtP_r (:t�•vc3�)E?� of Mi'- O;sck"=p✓rc ...al:l Disd:.lx,-,4{'.01rch imps:'.s no$'.abifit,.,on th,,- t..l&i. t,._. . 'd' �'i6:i -sCl:trP_E'_ i ..r9 �..� a9r'i°!►_'. ::ir'ii� I:a:,r,-�Q of uth-c- Imo;P. It s_ un-1Z.rS`xd tha., Cf,-,,v.S.cn:S of ri•_. �r.,a e c r7 .� !.1 SC�3_'"",Fr s.i�l _ :11`415VS �ts',•'i�•ri) r Ae PF .-IrOO •iT:: disr L t-"r; .iris rf from '?.? F;P '1 be .1nd e�Ut's3ut tV•[1 da::= of O i? StW=-of Paida. f-'NAL T AND TM-9- i►-AGAt`IJZATIOT,vj 67 ,. ;1!lditivirnl Required Ducumciity PROPOSER INFORMATION Submitted by: Karla Baig Proposer(Ent ): ParkTrak Inc. ' n Signatur®: i ' Z Name(Printed.): Karla Baig Address: 8609 North Division Street Clty[State: Spokane.WA 99208 Telephone: 888 877-6212 Fax: E-mail: kbaig®parktrak.com Federallo# 460470158 It Is understood and agreed by Proposer that the City reserves the right to reject any and all Proposals,to make awards on all items or any Items according to the best Interest of the City, and to waive any irregularities in the RFP or In the Proposals received as a result of the RFP. It is also undamtood and agreed by the Proposer that by submitting a proposal, Proposer shall be deemed to understand and agree than no property interest or legal right of any kind shall be created at any time until and unless a contract has been agree to and signed by both parties. 8/20/2012 For roposer:(Autho ' Signature) (Date) Karla Baig (Printed Name) 68 REQUEST FOR PROPOSALS NO. 55-11112 ACKNOWLEDGMENT OF ADDENDA Directions: Complete Part I or Part 11, whichever applies. Part I: Listed below are the dates of issue for each Addendum received in connection with this RFP. f Addendum No. 1, Dated Addendum No. 2, Dated Addendum No. 3, Dated Addendum No. 4, Dated Addendum No. 5, Dated Part II: No Addendum was received in connection with this RFP. Verified with Procurement staff Name of staff Date Karla Baig 8/20/12 P er-Name ,l Date Sig ature 69 MIAMI BEACH CITY OF MIAMI BEACH DECLARATION:NONDISCRIMINATION IN CONTRACTS AND BENEFITS Section t_Vendor Inforrarton Name of Comrary' Parx.:3k.tnc. Narr.a of Company Comae;Person: Kara M Sa�j PhonaNumber: 525,377"r2t) Faxtvun�ber 5G?-1?39i�: E-m3d: kCair•'2p.vtctracccm Vendor NumL=_r(:f kn.wn.: F:Ceral 10 or Sccal Svcur+ry Numccr 43C47131 50 Acpnoximate Number cf Emplcyses i n the U.S.: 8_(If 50 or less,ship to Section d,date and sign) Are any of your employees ccvared by a colfactive bargainsrg agroemer-t or union trust njnd?_Yes x No Unscr.rarnO;s) Seet:on 2.Cerrptiarco Oueznons Dues^c•r: t.Ncrdiscrim-na5on-Proteved Classw A.Dc:s your company egree to not dvscr•:minate arairsl ycur employees•applicants for errplcyrnent•cmproyces of tho City, or members of the pubflc on the bas's af the fact or peme;tion of a person's memberahip in the categones risted below?Please nose:a°YES•answer mear-s your company agrees it w-lt not discriminate,a"NO"answer means your ccrrpary W ses to agree that it will not discriminate.Phase arswe•r yes or no to each category Race x Yes No .Sex xYes No Golor x Yes y No Sexual onentation _"Yes_No Creed x Yes_No . Gender-trarsgander status Yes No Rel:gron "Yes_No Domestic parner s2atug Y?,_No National crgtn x Yes_No Mantel status x Yes_No Ancestry x Yes_No i Disamiity Yes_No Age x Yes-No AIMHiV status )'Yes_No Height A Yes_No -Ineignt x Yes_No B Cots your company agrees to insert a sirnaar ftondist:-riinatcn prc%ns_on in any subccntract you enter into for the r,r'crrnance of a subsiar-hal por"on of the cont+act ycr:have with tho City?Please note:ycu must answer Cats question.even:f you do not in'end to enYr into arty subccrtracts- x Yes No 70 Question 2, Morndiscr:winahor.-Equel Bonefu!s to:E.mpicyee3 viii^Spouses anJ Empro;ices wi?h Gorr:estic Parlors Oy2s;crs 2A any 28 should be ars:vared YES even i<yyour cm s p!oyeo must i i pay some or:a l cf the cost of spousal or domestic party2r benafils A. Wili you; oompany provide cr offer access to any certrtits to vmployces with spcus3s andicr to spouses of rrplcyo s that ray b_assigned to'.vcik cr.the City of Miami aaach contrad? Yes x No B WO your company provide or offer access to any benefits to employees 'w-th (same or opposite sax)dones`c partners'or to derroshc partner;of employees ,nat nlay be assigned to work on the City of Miarn:Beach contract? _Yes x No Tha term Domestic Partsoi shall mean any hvo(2)adults cf the same cr•,itterert sex,who have registered as domestic partners with a gcvernmer,,body purauart to state or lor_ai 4w autnenrrg such registration. or wigs an irlernal registry mantained ty too employo,cf at!east one of the dcm:estic partr_rs. A Contractor i may institute an internal registry to altow for trip- provision of equal cerafits 'o temptoyees wi':n domes:c partner who do not register their partnerships pursuant to 1�1 1a government6 body auticr.'-:eg such registration. or who ere located in a i jurisdiction when. no such•gow_mmental dcrrestic parnorshia exists. A Contractor That institutes such registry steal! not impose criteria for registration that are- mcro i stringent Man Woso required far domestic pa.-nership registration by the City of Viiami Beach ) r Ct you answered'NO"to hnit-Questions 2A and 28,go io Section 4(ar,the bottom cl this page),complete and sign the form,filling in all dens requested. Pyou answurad'YES-to either or bo1A Questions 2A and 2B.p°ease cons:rue to Question 2C below C.Please cheat 0 bunufits tha!apply!o your arswaro above and list in'-he 'other'section any aldidional benefit3 not atroady spec'Aea. We soorr:e carefits are rr^-w ;-d to:•mp;oyees bucauso they have a spouse cr dornesbc parser,such as bereavement leave.ocher benefits are provided directly to!irte spouse cr derrestic partner,such as medical insurance. BENEFIT Yes for Yoe for Employees No,this Benefit Documentation of this i Employees with with Domastic is Not Offered Benefit is Submitbd Souses --- Partners — --- - with this Form —� t Denta3 n a— - —� 0 t Vis:cc a - - --- - V Retirement(Pei son, ❑ _ r: Y 40 1{k),etc.)I G�Brr:.9verrP.t' - i �amiiLLaave o j r t PamnM3 Leave ❑ I c 7 ❑ Ema!oyee Assistanco a Procran: I _ Relocaycr.8 Travel - Company emcovnt, ❑ Facilities tk Even; _ t Crodt V nicn ❑ ❑ Chid Care ❑ i - Cthr 71 Noto If you can rot offer a benefi!in a nondiscriminatory manner tecause cf n.asons outside your c:ntml. (e.g..Viere am no insurorce pravidws in your area willirg Ic offer dornostic partner„overage)you may to eEgib`e for Reasonat'a Moasuras compliznce. To ecrr.ply on :h;u:h; casic, yct;mJS:agree to pay 3 cash equivalent. submit a ccmpf_-ted Reasarab'e Moasures App;rcation with al; nacassary attachments, and have your Fpp<icabcn approved by the City Marsgu,or his designee. Section 3 R-.igcired Docureriation YOt;'MUS°. S'L'r3MIT SUPPORTING OCCUMEWATION lc verily each beret marked in Ques9ryn 2C.Wthovi proper documuntation, your company carnet b3 cerl.&Ld as complying write the City's Eaual Barets R+rquircment foi Comes;ic PaMer Ordinanoi Fa;example,!c document medical isut2:ce Ubrmt a vaccmcr_t from your insu.aroe Provider cr a copy of the olig;b;lity socaon of your p?an document: to dccumenq leave programs.submit a copy of you company's amptoyee handbich if dccurnerta:on for a;articular beneft does not exist,attach an explan7tbn. Have you Subrn;±ed sup corting douaneitaticn for each benefit ofe.red? -Yes-No Semcr 4.Executing the Dozurnent I dactare under penai;y of paryury under tho laws of the State of F?arda Mat the foraroirg U trua and correct.and that I am authonzed to bind this entity contractually. Executed this 15th day of Aug, in the year 2Q t2 ,a! 2:12 e� `6r ? dC79\loan Division SNeM 5rgn3ture Maihrg Address Kada M.Barg SDc!,any.!"iA 89209 Nam,a of Signa7ory!please print; C;hy.State.Zip `Aa Frc�:C:•.I Title 72 i DECLARATION TO: City of Miami Beach City Hall 1700 Convention Center Drive Procurement Division Miami Beach, Florida 33139 Submitted this 20 day of Auoust , 2012. The undersigned, as Proposer, declares that the only persons interested in this Proposal are named herein; that no other person has any interest in this responses or in the contract to which this response pertains; that this response is made without connection or arrangement with any other person; and that this response is in every respect fair and made in good faith, without collusion or fraud. The Proposer agrees if this response is accepted, to execute an appropriate City of Miami Beach document(s)for the purpose of establishing a formal contractual relationship between the Proposer and the City,for the performance of all requirements to which the response pertains. The Proposer states that the response is based upon the documents identified by the following number. RFP No. 55-11112. WITNESS /RPPOSER TCNA RE :PRINTED NAME T—PRI NAM WITNESS TITLE PRINTED NAME 73 dNSURANCE CHECKLIST and Liabillrvv pef It"IF stalu."Cry Fm.s C� ts',e ca F 1 A X X 2 Ccmprehe..ns�,ve G°r;aia� fim.ts of 57m- ?%rz,C-k;ovr".Ej,.O! p.-3, =::Gr.-ence for bcdxiy in;-jry propef-y Jarr.ag-a o nclude Pmdu=s. Ccmpl ezl Cparatcins and Con!f=ual harrnless andorsa-marl). LGG e'-r-n Lei, Cy_ KXX 5 The must to ram-ac,a,_;ard adld Fiona,,m.s_;isd cn 4be 5aoflOy!po2acies and must t,_ r_n me ca.r..if,,care 6. 0,h.ar Insuran.:e as xiclica,en: p:sk P,crectc-n ancl Y,X 7- Tf;-,Trq;301 da,,s vjn,ten�;Zjnce`.Jazicr;s',zlic'E. XXX 8 cast's 5u?,4e rallng 2-All cr tee e;, ta,&v---divcn XXX Tne ce!-.ifcate mus,sta(a Niz-,R�-?nurr.-ce,, aileo zoW.- PROPOSER AND INSURANCE A-GENT STATEMENT: 'ers,-1 U -and 'ha! !�,!e lr)sufarD� pec.; a-, lbase S. v,.e,nce Gi zn;s ins e may II (5) dad_ a'ler 51cemrg If I am selected as the successful Proposer, I further understand and agree and acknowledge that jailur. to procOre or maintain the required insurance policy shall constituve a material breach of Use cp, tract by vhjFh the City Ma jrnmediat'ly tgs in e sam i1 — r Proiooser M, 2 rin 4�meafThAY-t;'�1p./I t Signature Qf Pro sir 74 CERTIFICATE OF LIABILITY INSURANCE Tv S CZF MMFICATE iS PMEa AS A FIA-ME; 0MCY AND CONFERS RO MrShTs UPC'j T,,,iE C=-RTV,CAT-=.HC-LCER. MtIS ::==r ..OT , _R 74E COVFERATE 'GI 75J eY 7.45'r V-1k:iES BEI Oz). I ACAT,I CCSS" AFFI!9=,W.'�-�Y CR Y ALIEND.EXTZ%D P, -D KPFESIT4,TA'jTv- CEi--�;MC-ATE.Ci =5.407 rX!ZTrPqjT'4-A CCIr,R.',-C-- 3�.wz-arl-c:f-;:fSSUMG Z: 1:1IccIucIxpI.AND 7L:=CZ.R-j 3SC-17F.-.CILOEP- pc,.c-;. ccno:r7 Frm,-w rnqLiir? en m d-cr;t2nnit A of;lhs Co::.ilU crcp.'zf W M.a in 'Zu;3,1 "0 3 1" VFIVE F�IUE AVE 5 E SpIC, WS LF;f-R,5 AF7zF c4tac 70, I-X".V.VCF AMF,;" CF-ST,RCATS Mr-JISES: T�1717 7- E Arm a ,I Q'v;_ r;AE OF V-E "rZR 17.7 COY?Yr A7,11-M,YWY, G0,47-1 L LC;%FJTI 47 n JA i Z E D CAT E H 0 L C F C A M E L L A r CN C,7 -dC LOD CF R-AS 0 ID F MiC a.-, W.r.-zLLEr 0 1 i7z- OIL'.Fj-33 2 P--CIAWfL& 1 9--P-S-RIC9 ACORD CCRP�CPATIVM Ali r.chis —1 A f'--VDh 75 SWORN STATEMENT UNDER SECTION 287.133(3)(a),FLORIDA STATUTES, ON PUBLIC ENTITY CRIMES THIS FORM MUST BE SIGNED AND SWORN TO IN THE PRESENCE OF A NOTARY PUBLIC OR OTHER OFFICER AUTHORIZED TO ADMINISTER OATHS. 1. This sworn statement is submitted to ��r�� &F H4-0 [print name of public entity] `1 , [p nt individual's name and title] for �/�ep �� / [print name of of entity submiffiZ�baa!wom statement] Whose business address is G -� : And(if applicable) its Federal Employer Identification Number(FEIN) is (If the entity has no FEIN, include the Social Security Number of the individual signing this sworn statement) I understand that a "public entity crime" as defined in Paragraph 287.133(1)(g), Florida Statutes, means a violation of any state or federal law by a person with respect to and directly related to the transaction of business with any business with any public entity or with an agency or political subdivision of any other state or of the United States, including, but not limited to, any bid or contract for goods or services to be provided to any public entity or an agency or political subdivision of any other state or of the United States and involving antitrust, fraud, theft, bribery, collusion, racketeering, conspiracy, or material misrepresentation. understand that "convicted" or "conviction" as defined in Paragraph 287.133(1)(b),.Florida Statutes, means a finding of guilt or a conviction of a public entity crime, with or without an adjudication of guilt, in any federal or state trial court of record relating to charges brought by indictment or information after July 1, 1989, as a result of a jury verdict, nonjury trial, or entry of a plea of guilty or nolo contenders. 1 .1MA= c+one ' I understand that an aTirate as means: a 1) A predecessor or successor of a person convicted of a public entity crime; or 2) An entity under the control of any natural person who is active in the management of the entity and who has been convicted of a public entity crime. The term "affiliate" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active in the management of an affiliate. The ownership by one person of shares constituting a controlling interest in another person, or a pooling of equipment or income among persons when not for fair market value under an arm's length agreement, shall be a prima facie case that one person controls another person. A person who knowingly enters into a joint venture with a person who has been convicted 9/2on2 Ch ilRFP No:55-11112 City of Miami Be2 Llce�fse Plata Recognlon System 22 of 40 of a public entity crime in Florida during the preceding 36 months shall be considered an affiliate. I understand that a "person"as defined in Paragraph 287.133(1)(e), Florida Statutes means any natural person or entity organized under the laws of any state or of the United States with the legal power to enter into a binding contract and which bids or applies to bid on contracts for the provision of goods or services let by a public entity, or which otherwise transacts or applies to transact business with a public entity. The term "person" includes those officers, directors, executives, partners, shareholders, employees, members, and agents who are active In management of an entity. Based on information and belief, the statement which 1 have marked below is true in relation to the entity submitting this swom statement. [Indicate which statement applies.] V Neither the entity submitting this sworn statement, nor any officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, nor any affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1., 1989. The entity submitting this sworn statement, or one or more of Its officers, directors, executives, partners, shareholders, employees, members or agents who are active in management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July 1, 1989. ,Z The entity submitting this.swom statement, or one or more of its officers, directors, executives, partners, shareholders, employees, members, or agents who are active in the management of the entity, or an affiliate of the entity has been charged with and convicted of a public entity crime subsequent to July f, 1989. However, there has been a subsequent proceeding before a Hearing Officer of the State of Florida, Division of.Administrative Hearings and the Final Order entered by the hearing Officer determined that it was not in the public interest to place the entity submitting this sworn statement on the convicted vendor list [attach a copy of the final order] I UNDERSTAND THAT THE SUBMISSION OF THIS FORM TO THE CONTRACTING OFFICER FOR THE PUBLIC ENTITY IDENTIFIED IN PARAGRAPH 1 (ONE)ABOVE IS FOR THAT PUBLIC ENTITY ONLY AND, THAT THIS FORM IS VALID THROUGH DECEMBER 31 OF THE CALENDAR YEAR IN WHICH IT IS FILED. I ALSO UNDERSTAND THAT I Am REQUIRED TO INFORM THE PUBLIC ENTITY PRIOR TO ENTERING INTO A CONTRACT IN EXCESS OF THE 'THRESHOLD AMOUNT PROVIDED IN SECTION 287.017, FLORIDA STATUTES FOR CATEGORY TVVO OF ANY CHANGE IN THE INFORMATION CONTAINED IN THIS FORM. signature Sworn to and subscribed before me this day of .2012 Personally known N� � �- Grsry OR Produced identification r"" u i g c o Z SIiLh Notary Public-State of N�� .2 2 1i 2�/L. /� 3 �- J� f �'�a z S74• Gi r� �- My commission expires (Type of Identification) (Printed typed or stamped Commissioned name of Notary Public) 1 SUDHA PATEL Notary Public MW Mecklenburg County city of Miamf Beach North Carolina RFP No:55-11/12 License Plate Recognition System My Commission Expires Jun 8,2016 23 of 40 QUESTIONNAIRE Proposer's Name; PariTrak,Inc- Principal Office Address: i�04 gird,Dmiiom stmt Sookine,WA N2108 Official Representative: Karla M.644,Vice Pmident Individual Partnership (Circle One) Corporation Joint Venture If a Corporation,answer this: When Incorporated: raa_ In what State: ',yasn(ry,on If a Foreign Corporation: Date of Registration with Florida Secretary of State: Name of Resident Agent: Address of Resident Agent: President's Name: Craig A. Bagdon Vice-President's Name: Karla M. Baig Treasurer's Name: Craig A. Bagdon 78 .Questionnaire (continued) Members of Board of Director: Craig A. Bagdon If a Partnership: Date of organization: General or Limited Partnership`: Name and Address of Each Partner: NAME ADDRESS Designate general partners in a Limited Partnership 1. Number of years of relevant experience in operating same or similar business: 30 2. Have any agreements held by Proposer for a project ever been canceled? Yes ( ) No ( x ) If yes. give details on a separate sheet. 3. Has the Proposer or any principals of the applicant organization failed to qualify as a responsible Bidder/Proposer,, or refused to enter into a contract after an award has been made; or failed to complete a contract during the past five (5) years;or been declared to be in default in any contract in the past 5 years?NO If yes. please explain: 'r�72 cllj if!143771 Be= RFC YD:35-17112 'umnse=17:3 R-KogM.71:ljstc'T. ?a R 3; 79 Questionnaire(continued) 4. Has the Proposer or any of its principals ever been declared bankrupt or reorganized tinder Chapter 11 or put into receivership? Yes ( )No ( x ) If yes, give date, court jurisdiction, action taken, and any other explanation deemed necessary on a separate sheet. 5. Person or persons interested in this RFP have ( ) have not ( x ) been convicted by a Federal, State, County. or Municipal Court of any violation of law, other thin traffic violations. To include stockholders over ten percent(10%). (Strike out inappropriate words) Explain any convictions: 6. Lawsuits (any) pending or completed involving the corporation, partnership or individuals with more than ten percent(10%) interest: A. List all pending lawsuits: P a r k T r a k I n c M3 Mobile Co.LTD B. List all judgments from lawsuits in the last five(5)years: N O N E C. List any criminal violations and/or convictions of the Proposer and/or any of its principals: NONE 7. Conflicts of Interest. The following relationships are the only potential. actual, or perceived conflicts of interest in connection with this Proposal: (If none. state same.) NONE ':ly Ot MlTtnl?ezc7s RFD 140:36-9 Uata+u=u:e a�pgn;ar.;:ysttm: :5 K 33 80 Questionnaire(continued) 8. Public Disclosure. In order to detennine whether the members of the Evaluation Committee for this Request for Proposals have any association or relationships which would constitute a conflict of interest, either actual or perceived, with any Proposer, and/or individuals and entities comprising or representing such Proposer, and in an attempt to ensure full and complete disclosure regarding this RFP, all Proposers are required to disclose all persons and entities who may be involved with this Proposal. This list shall include, without limitation, public relation firms, lawyers, and lobbyists. The Procurement Director shall be notified, in writing, if any person or entity is added to this list after receipt of Proposals. Craig A. Bagdon, President Karla M. Baig, Vice President 9. Are there any pending discussions relative to mergers, acquisitions, partnerships, or assignment of contract? NO 10. Is the business entity a Miami Beach based Vendor? Yes ( ) No (x ) If Yes, please submit a copy of a Business Tax Receipt issued by the City of Miami Beach,or documentation to demonstrate that the headquarters is in the City of Miami Beach, or documentation which proves that goods and/or contractual services are being produced or performed as appropriate, in the City of Miami Beach. 11. Is the business entity owned by a certified service-disabled veteran. and or a small business owned and controlled by veterans,as defined on Section 502 of the Veteran Benefit Health, and Information Technology Act of 2006, and cited in the Database of Veteran-owned Business? Yes ( ) No (x 1j n Vl7t^.I_33Cf: RF=11J 3i,in2 81 1tv,"ALI I v:It f fop r v,qc fie I 417 thin ".4', lvio.;d •tmrd pui-,twetz to tl'ic- ;,,virl 7 Nn'lxx.,ur lo Inc giuv and azcolralk. hi the mal that lho tidy. M We M=940. 6717111r, ntyotj!i lo fiartunh !lwfi rp-L-ifim.-I U.. floo of lhi" Prorio-tar; ;1:-, maq 16;" requiludi by Ille CA"'. tNo Frc-jwwac:v NjOhO lh-'3t Irv; Anicirlm5tiun cowlixglud 401 thin Cluoz6o'0lwlive ma.] NwIvTound mmunugamon condwyl by fflo conductod cithor .hrc.iojgh tlic, flli.mnju k"'jileb pohol�cleipartwooll! or by 3 third p;pHy mlaiglud h I14,j CAY lof emilAs B 5ut-owralljo tflj.� 11PL, NAL,.jby jiflolo- t�! with 1% ovuldpoop Wjllidol*<J; bui r1kA firmled W.. int(71mint)on fin.1 civd;,,Oli-lck. W INDIVIDUAL: mpmr, IF PARIMIsHomp: 'iwt M:jr nf Add •w,- Mot Nom.,7 ATTEST 1419 Ran.of c%mo6w 5. MASS; Namr 82 Exhibit "C" Parktrak's Quote Including Mobile LPR provided by DANA Safety Supply 13 Phases for Deplo'yrnent PHASE I a. HHU Phase 1 - 5 Handheld units - $441188.56 b. MOBILE Phase I - 1 Mobile .unit - $54,735.00 Total: $98,923.56 PHASE II a. HHU Phase II - 25 Handheld units - $1337343.48 b. MOBILE Phase II - 2 Mobile units - $90,210.00 Total: $223,553.48 TOTAL COST $3221477.04 (includes $4,166.04 estimated travel expenses) 14 Exhibit "C" Page 1 of 9 a...--..° ; ParkTrak, Inc. Quote i Date Quote# 8609 North Division St. 3/22/2013 1212 Spokane,Wa 99208 888-877-6212 FAX 509-323-9541 Ms.Cdstina Delvat,Contracts Compliance Specialist ENFORCEMENT QUOTE City Hall Procurement Division Third Floor 1700 Convention Center Miami Beach,Fl.33139 Rep Project Karla Balg RFP#55-11112 HHU PHASE 1 Monthly Product Description Qty Rate PRICE Licensing& Support ParkTrak.Net Parking Enforcement Software 1 Included Intermec CN50 Handheld Unit&Software 5 4,695.00 $23,475.00 $125.00 Charging Quad 2 295.00 $590.00 Protective Case 5 99.00 $495.00 Spare Battery 5 155.00 $775.00 EMS Handheld Interface 5 495.00 $2,475.00 $125.00 Direct Handheld Unit Permit Integration 5 495.00 $2,475.00 $125.00 Car Charger 5 95.00 $475.00 License Plate Recognition Handheld Software 5 1,750.00 $8,750.00 $125.00 SUBTOTAL $39,510.00 $500.00 GPRS Data Plan 5 40.00 $200.00 Installation and Training per day*does not Include travel and expenses 4 750.00 $3,000.00 Optional Pay By Cell Interface(May be added at any time during contract) 5 495.00 $2,475.00 $125.00 Per Diem Hotel,Meals and Transport 4 269.64 $1,078.56 Estimated Rouncitrip Airfare 1 600.00 $600.00 60%due at the time of the order. 40%due at the time of the Install.10%due at the project Subtotal Monthly completion. $44,188.56 Support Total Quote vald for 14 days from above date unless otherwise Indloaled I Sales Tax "OPrC°e m w" $700.00 e,MmL Total $44,188.56 Initials Quote and service agreement must be Initialed and signed Page 1 of 2 Exhibit "C" Page 2 of 9 Warranty&Software Support Includes: Handheld unit and Printer(If Included) • 1 year for manufacluring defects • Response time:Generally 15 business days for AMA • Does not Induce consumabtes PGHendheld Software • Unlimited calls Sam-6pm Padilla Standard Tlma(PST)Mon-Thu,8am•3pm Fri. • New Incremental reionses,updates,bug fixes • Does not Include Items Specifically excluded by software support and/or end user license agreement REPAIR SERVICE Includes warranty repair(Includng extended warranty of Equipment delivered to ParkTrak or to the designated service center.In the original container or equivelenL Customer Shag contact ParkTrak to request a Return Merchandise Aulharbadan(RMA)Number prior to delivery of Equipment to ParkTrak. RESPONSE TIME—Depol Repair Service offers,RESPONSE TIME Is defined u the period between the time the Equipment IS received at the designated Service Center and the time when It Is shipped from the Service Center. TERMS AND CONDITIONS 1.DELN£RY AND PAYMENT a. All Product shell be delivered to Customer F.O.B.factory,at which time ride and flak of loss to such Product shag peso to Customer.Ali Product shall be Invoiced at time of Shipment.Payment shag be a 50%non-refundable deposit upon placement of an order and 40%upon delivery and 10%upon completion.g Pa*Trek Is to Install the Equlpman4 Mien any additional charges for Installellon shag be Invoiced when the Equipment le Installed at the Custamees Location.Customer agrees to pay all such Invoices within thirty days of the Invoice dale.Interest will accrue at 1.5%per month ter any payments which are more than thirty days peat due. b. Please allow 30 days from date of signed quota to delivery date of product or installation.ParkTrak shall not be liable for any delay or failure to deliver the Product g the delay or failure Is caused by war,dots,civil commotion,lire,good,earthquake,or any act of God,or the failure Is due to any third parry hardware or software Vendor delays or other causes beyond ParkTrak's reasonable control. 2.WARRANTIES AND DISCLAIMERS a. ParkTrak hereby assigns to Customer,to the extent possible,the benefits of any warranties provided to ParkTrak by the manufacturer(s)of the Product.ParkTrak warrants to Customer for a period of udriy days following the performance of any Installation wank by PerkTmk,that such wank will be performed In a good and workmanalke manner. ParkTrak's obligations and liability under INS warranty is conditioned upon the receipt of prompt notice of defects as to pads and/or workmanship tram Customer,and Is limited to repairing or,at ParkTrak's sale option,to roplacing the Product,This warranty shag be vdd If the Product to damaged or rendered unusable by the willful act,negllgence and/or tampering of persons other than ParkTrak.ParkTrak makes no warranty or guaranty for any hardware or third party maladats.Customer understands that ParkTrak U not responsible for,and wig have no liability for,hardware,software,or any other Items or any services provided to customer by any persons other than PaikTrak.THE FOREGOING IS A LIMITED WARRANTY AND IT IS THE ONLY WARRANTY BY PARKTRAK.PARKTRAK DISCLAIMS ALL WARRANTIES,EXPRESS OR IMPLIED,INCLUDING ALL IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE AND ALL WARRANTIES OR INDEMNITIES FOR PATENT OR COPYRIGHT INFRINGEMENT. b. In no event Shall either perry be gable for any Indirect.Incidental,special or consequential damages,INCLUDING loss at proflta,revenue,data or use,Incurred by either party or any third party,whether In an action In contract or tort,Sitting out of or related to this agreement,or the services provided hereunder even If the other party or any other person has been advised of the passibility of such damages.ParkTrak's liability for damages hereunder for any cause whatsoever shall In no event exceed the amounts received by ParkTrak tram the customer.ParkTrak shall not be responsible for any loss,damage or expense of any kind Including toss of or vise of the product or data and Storage media used therewith caused directly or Indirectly by the use or the performance of the product or by any services provided hereunder. 3.HARDWARE WARRANTIES ParkTrak does not warranty hardware beyond that which Is provided for by the manufacturer.Such warranties and documentation are available and provided to the client as per of the quote process.Some manufactures may have'Medeillon Service Plans'or other extended warranties available and ParkTrak may Include them as pan of the quote.Most extended warranty plans have a Maas through'cosi,the manufacturer provides for the warranty service.ParkTrak will facilitate the warranty repair of product sold by ParkTrak but In no case will provide the actual hardware warranty service of Said product ParkTrak will not be held liable for any casts associated to the repair of hardware;this Includes the expediting of the repair process. 4.SOFTWARE SUPPORT Software Support Agreement:Software Support Is'FREE"for the Initial 30 days after Installation.After the InISal 30 days the Software Support Is automatically billed to you at the rate elated above.Software Support Agreement Includes all Incremental upgrades,unlimited technical telephone support between the hours of Sam and 6pm Monday through Thursday,Bent to 3pm Friday Pacific Time,and priority handling of your support Issue.Charges will be Invoiced monthly to Licensee to be paid In advance of service.Licensees that are 30 days delinquent will be considered In default statue and the user Ilcenee Is considered revoked. S.FORCE MAJEURE ParkTrak shag not be liable for any delay or failure to maintain the Product 11 the delay or failure Is caused by war,date,civil commotion,fire,flood,earthquake,or any act of God,or the failure of any third party hardware,software,network system Product,wiring,electrical systems or udgties,or other causes beyond ParkTrak's reasonable control. Please sign quote and fox back to:508-323-8541 Accepted By: Printed Name: Date: Exhibit "C" Page 3 of 9 ParkTrak, Inc. Quote Date Quote# 8609 North Division St. 1 3/12/2013 1 1212 Spokane,Wa 99208 888-877-6212 FAX 509-323-9541 Ms.Cristlna Delvat,Contracts Compliance Specialist ENFORCEMENT QUOTE City Hall Procurement Division Third Floor 1700 Convention Center Miami Beach,FL 33139 Rep Project Karla Saig RFP#55-11/12 MOBILE PHASE 1 Monthly Product Description Qty Rate PRICE Licensing& Su ort Genetec Interface 1 5,000.00 $5,000.00 $250.00 DISCOUNT(taken out of second half) 1 -1,500.00 1,500.00 75.00 Genetec Mobile Units(see attachment for complete description CUSTOM SHARPX DUAL BASE 1 29,500.00 $29,500.00 GENETEC PANASONIC TOUGHBOOK 1 6,000.00 $6,000.00 GENETEC PAY BY PLATE ENHANCED PATROLLER CONTEXT PACKAGE 1 1,000.00 $1,000.00 GENETEC MAP INFO STREETPRO MAPPING 1 1,020.00 $1,020.00 GENETEC SECURITY CENTER BASE PACKAGE 1 0.00 $0.00 GENETEC AUTOVU PARKING BASE PACKAGE 1 1,650.00 $1,650.00 GENETEC REMOTE TECHNICAL SERVICE 1 1,000.00 $1,000.00 GENETEC IMPORT/EXPORT TOOL 1 1,000.00 $1,000.00 GENETEC SMA BASE PACKAGE-3 YEARS 1 960.00 $960.00 3 YEAR RETURN REPAIR COVERAGE 1 6,105.00 $6,105.00 INSTALL 1 3,000.00 $3,000.00 SUBTOTAL $51,235.00 OPTIONAL ITEMS OPTIONAL GENETEC AU-K-UXX-EWRR-1Y4-5 ADDITIONAL WARRANTY 1 4,400.00 $4,400.00 OPTIONAL GENETEC SMA-BASE PACKAGE 1 YEAR ADDITIONAL SUPPORT 1 400.00 $400.00 60%due at the time of the order. 40%due at the time of the Install.10%due at the Subtotal Monthly project completion. 1 $54,735.00 Suppart7otal Quote valid for 14 days from above date unless otherwise Indicated Sales Tax AppWd b WA $175.00 Rm1Amh Total $54,735.00 Initials Quote and service agreement must be Initialed and signed Page 1 of 2 Exhibit T'll Page 4 of 9 Warranty& Software Support Includes: Handheld unit and Printer(ti Included) • 1 year for manufacturing defects • Response time:Generally 15 business days for RMA • Does not Include consumables PC/Handheld Software • Unlimited calls Sam-Spin Pacific Standard nme(PST)Man-Thu,Sam-3pm Fri. • New Incremental releases,updates,bug fixes • Does not Include Items specifically excluded by software support and/or and user license agreement REPAIR SERVICE Includes warranty repair(Including extended warranty of Equipment delivered to ParkTrak or to the designated service center.In the original container or equivalent. Customer shag contact ParkTrak to request a Return Merchandise Authorisation(RMA)Number prior to delivery of Equipment to ParkTrak. RESPONSE TIME—Cape!Repair Service offers,RESPONSE TIME Is dented as the period between the time the Equipment Is received at the designated Service Center and the time when It is shipped from the Service Center. TERMS AND CONDITIONS J.DELIVERY AND PAYMENT e. All Product shall be delivered to Customer F.O.B.factory,at which time title and Ask of loss to such product shall pass to Customer.AO Product shall be Invoiced at time of shipment.Payment shall be a 50%non-felundable deposit upon placement of an order and 4091•upon delivery and 10%upon completion,g ParkTrak Is to Install the Equipment then any additional charges for Installation shall be Invoiced when the Equipment Is Installed at the Customer's Location.Customer agrees to pay all such Invoices within thirty days of the Invoice date.Interest will accrue al 1.5%per month far any payments which are more than thirty days past duo. b. Please allow 30 days from dale of signed quote to delivery date of product or Installation.ParkTrak shall not be liable far any delay or failure to deliver the Product It the delay or (allure Is caused by war,riots,civil commotion,Ore,flood,earthquake,or any act or God,or the failure Is duo to any third party hardware or software Vendor delays or other causes beyond ParkTrak's reasonable control. 2.WARRANTIES AND DISCLAIMERS a. ParkTrak hereby assigns to Customer,to the extent possible,the benefits of any warranties provided to ParkTrak by the mamdaaturer(s)of the Product.ParkTrak warrants to Customer for s period of thirty days following the performance of any Installation work by ParkTrak,that such work will be performed In a good and workman-Oka manner. ParkTrak's obligations and liability under this warranty Is conditioned upon the receipt of prompt notice of defects as to parts and/or workmanship from Customer,and le limited to repairing or,at ParkTrak'e sale option,to replacing the Product,This warranty shall be vold If the Product Is damaged or rendered unusable by the willful art negligence and/or tampering of persons other than ParkTrak.ParkTrak makes no warranty or guaranty for any hardware or third party materiels.Customer understands that ParkTrak Is not responsible for,and will have no liability for,hardware,software,or any other Items or any services provided to customer by any persona other than ParkTrak.THE FOREGOING IS A LIMITED WARRANTY AND IT IS THE ONLY WARRANTY BY PARKTRAK.PARKTRAK DISCLAIMS ALL WARRANTIES,EXPRESS OR IMPLIED,INCLUDNG ALL IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE AND ALL WARRANTIES OR INDEMNITIES FOR PATENT OR COPYRIGHT INFRINGEMENT. Is. In no event shall either party be liable for any Indirect,Incidental,special or consequential damages,INCLUDING loss of profile,revenue,data or use,Incurred by either party or any third party,whether In an action In contract or tort,orlaing out of or related to this agreement or the services provided hereunder even If the other party or any other person has been advised of the possibility of such damages.ParkTrak's liability for damages hereunder for any cause whatsoever shall In no event exceed the amounts received by PaWrek from the customer.ParkTrak shell not be responsible for any lose,damage or expense of any kind Including loss of or use of the product or data and storage media used therewith caused directly or Indirectly by the use or the performance of the product or by any services provided hereunder. S.HARDWARE WARRANTIES ParkTmk does not warranty hardware beyond that which Is provided for by the manufacturer.Such warranties and documentation are available and provided to the client as part of the quote process.Some manufactures may have'Medalilon Service Plane or other extended warranties available and ParkTrak may Include them as part of the quota.Most extended warranty plans have a"Pass through'cost,the manufacturer provides for the warranty service.ParkTrak will ladiftata the warranty repair of product sold by ParkTrak but In no case will provide the actual hardware warranty service of said product.ParkTrak will not be held liable for arty costs associated to the repair of hardware;this Includes the expediting of the repair pracesa 4.SOFTWARE SUPPORT Software Support Agreement:Software auppart]a'FREE*for the Initial 30 days after Installation.After the Initial 30 days the Software Support Is automatically billed to you of the rate stated above.Software Support Agreement Includes all Incremental upgrades,unlimited technical telephone support between the hours of Sam and 5pm Monday through Thursday,Liam to 3pm Friday Paclllo Time,and pretty handling of your support issue.Charges will be invoiced monthly to Ucensse to be paid In advance of service.Licensees that are 30 days delinquent will be considered In default status and the user license Is considered revoked. 5.FORCE MAJEURE PwkTmk shell not be liable for any delay or failure to malntaln the Product N the delay or failure Is caused by war,riots,civil commotion,Oro,goad,earthquake,or any set of God,or the failure of any third perry hardware,software,network system Product,wiring,electrical systems or utilities,or other causes beyond ParkTrak's reasonable control. Please sign quote and fox back to:509-323-9541 Accepted By: Printed Name: Date: Exhibit "C" Page 5 of 9 + ParkTrak, Inc. Quote Date Quote# 8609 North Division St. 1 3/22/2013 1 1212 Spokane,Wa 99208 888-877-6212 FAX 509-323-9541 Ms.Cristina Delvat,Contracts Compliance Specialist ENFORCEMENT QUOTE City Hall Procurement Division Third Floor 1700 Convention Center Miami Beach,FL 33139 Rep Project Karla Baig RFP#55-11/12 HHU PHASE 2 Monthly Product Description Qty Rate PRICE Licensing& Support Intermec CN50 Handheld Unit&Software 25 4,695.00 $117,375.00 $625.00 Charging Quad 6 295.00 $1,770.00 Protective Case 25 99.00 $2,475.00 Spare Battery 25 155.00 $3,875.00 EMS Handheld Interface 25 495.00 $12,375.00 $625.00 Direct Handheld Unit Permit Integration 25 495.00 $12,375.00 $625.00 Car Charger 25 95.00 $2,375.00 License Plate Recognition Handheld Software 25 1,750.00 $43,750.00 $625.00 SUBTOTAL $196,370.00 $2,500.00 DISCOUNT(Applied to Second Half) -$70,764.00 -$900.00 GPRS Data Plan 25 40.00 $1,000.00 Installation and Training per day*does not Include travel and expenses 7 750.00 $5,250.00 Optional Pay By Cell Interface(May be added at any time during contract) 25 495.00 $12,375.00 $625.00 Per Diem Hotel,Meals and Transport 7 269.64 $1,887.48 Estimated Round Trip Airfare 1 600.00 $600.00 50%due at the time of the order. 40%due at the time o1 the Install.10%due at the Subtotal Monthly project completion. $133,343.48 Support Total Quote valid for 14 days from above date unless otherwise Indicated Sales Tax AP"°tl"a W" $2,600.00 Total $133,343.48 Initials Quote and service agreement must be Initialed and signed Page 1 of 2 Exhibit T" Page 6 of 9 Warranty&Software Support Includes: Handheld unit and Printer Of Included) • f year for manufacturing detects • Response time:Generally 15 business days for RMA • Does not Include consumables PCMandheld Software • Unlimited calls 8am-5pm Padfio Standard Time(PST)Mon-Thu,Sam-3pm Fri. • New Incremental releases,updates,bug fixes • Does not Include Items specifically excluded by software support and/or and user license agreement REPAIR SERVICE Includes warranty repair(Including extended warranty of Equipment delivered to ParkTrak or to the designated service center,In the original container or equivalent. Customer shall contact ParkTrak to request a Return Merchandise Authorization(RMA)Number prior to delivery of Equipment to ParkTrak. RESPONSE TIME—Depot Repair Service offers,RESPONSE TIME Is defined as the period between the time the Equipment Is received at the designated Service Center and the time when It Is shipped from the Service Center. TERMS AND CONDITIONS 1.DELIVERY AND PAYMENT EL All Product shag be delivered to Customer F.O.B.factory,at which time Ode and risk of lose to such Product shall pees to Customer.Ad Produel shag be Invoked at time of shipment.Payment shall be a 50%non-refundable deposit upon placement of an order and 40%upon delivery and 10%upon completion.If ParkTrak lo to Install the Equipment, then any addldorud charges for Installation shad be Invoiced when the Equipment Is Installed at the Custamees Location.Customer agrees to pay all such Invoices within thirty days of the Invoice date.Interest will accrue at 1.5%per month for any payments which are more titan thirty days past due. b. Please allow 30 days from dale of signed quote to dallvery dale of product or Installation.ParkTrak ahall not be gable for any delay or failure to deliver the Product If the delay or failure Is caused by war,dots,civil commotion,fire,flood,earthquake,or any act of God,or the failure Is due to any third party hardware or software Vendor delays or other causes beyond PsrkTrak'a reasonable control. 2.WARR4NTIES AND DISCLAIMERS a. ParkTmk hereby assigns to Customer,to the extent possible,Cie benefits of any warranties provided to ParkTrak by the manufacturen(a)of the Product.ParkTmk warrants to Customer for a period of thirty days following the performance of any Installation work by PerkTrak,that such work wig be performed In a good and workmen4lke manner. PerkTrak's obligations and liability under this warranty is conditioned upon the receipt of prompt nodes of defects as to pans and/or workmanship from Customer,and Is Wailed to repalrim or,at ParkTrek's ado option,to replacing the Product.This warranty shall be void If the Product Is damaged or rendered unusable by the willful aaL negllgenre and/or tempering of parsons other than ParkTrak.ParkTmk makes no warranty or guaranty for any hardware or third party materials.Customer understands that ParkTrak Is not responsible for,and will Have no Debility for,hardware,software,or any other Items or any services provided to customer by any persona other than ParkTrak.THE FOREGOING IS A LIMITED WARRANTY AND IT IS THE ONLY WARRANTY BY PARKTRAK.PARKTRAK DISCLAIMS ALL WARRANTIES,EXPRESS OR IMPLIED,INCWDIN13 ALL IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE AND ALL WARRANTIES OR INDEMNITIES FOR PATENT OR COPYRIGHT INFRINGEMENT. Is. In no event shall either party be liable for any Indirect,Incidental,spacial or consequential damages,INCLUDING loss of profits,revenue,data or use,Incurred by either party or any third party,whether In an eation In contract or tort,arising out of or related to this agreement,or the services provided hereunder even If the other party or any other person has been advised of the possibility of such damages.ParkTrak's liability for damages hereunder for any cause whatsoever shall In no event exceed the amounts received by ParkTrak from the customer.ParkTrak shad not be responsible for any lose,damage or expense of any kind Including Ices of or use of the product or data and storage media used therewith caused dbocdy or Indirectly by the use or the performance of the product or by any services provided hereunder. a.HARDWARE WARRANTIES ParkTrak does not warranty hardware beyond that which is provided for by the manufacturer.Such warranties and documentation ore available and provided to the client as part of the quote process.Some manufactures may have Wedallion Service Plana"or other extended warranties available and ParkTrak may Include them as part of the quote.Most extended warranty plane have a yeas through'cost,the manufacturer provides for the warranty service.ParkTmk will facilitate the warranty repair of product said by ParkTrak but In no case will provide the actual hardware warranty service of said product.ParkTmk will not be held liable for any cods associated to the repair of hardware;this Includes the expediting of the repair process. 4.SOFTWARE SUPPORT Software Support Agreement:Software support Is'FREE'for the Initial 30 days after Installation.After the Initial 30 days the Software Support Is automatically billed to you at the rate stated above.Software Support Agreement Includes all Incremental upgrades,unllmlled technical telephone support between the hours of Sam and 5pm Monday through Thursday,Sam to 3pm Friday Pacific Time,and priority handling of your support Issue.Charges will be hrvoiced monthly to Licensee to be paid In advance of service.Licensees that are 30 days delinquent will be considered In default statue and the user license Is considered revoked. 8.FORCE MAJEURE ParkTrak shag not be liable for any delay or failure to maintain the Product If the delay or failure Is caused by war,dots,civil commodon,fire,flood,earthquake,or any act of God,or the failure of any third party hardware,software,network system Product,wlring,electrical systems or udldlea,or other causes beyond ParkTrak'e reasonable control. Please sign quote and fax back to:509-323-9541 Accepted By: Printed Name: Date: Exhibit "Cif Page 7of9 ParkTrak, Inc. Quote Date Quote# 8609 North Division St. 1 3/13/2013 1 1212 Spokane,Wa 99208 888-877-6212 FAX 509-323-9541 Ms.Cristlna Delvat,Contracts Compliance Specialist ENFORCEMENT QUOTE City Hall Procurement Division Third Floor 1700 Convention Center Miami Beach,FL 33139 Rep Project Karla Balg RFP#55-11/12 MOBILE PHASE 2 Monthly Product Description Qty Rate PRICE Licensing& Support Genetec Mobile Units see attachment for complete description) CUSTOM SHARPX DUAL BASE 2 29,500.00 $59,000.00 GENETEC PANASONIC TOUGHBOOK 2 6,000.00 $12,000.00 GENETEC REMOTE TECHNICAL SERVICE 1 1,000.00 $1,000.00 3 YEAR RETURN REPAIR COVERAGE 2 6,105.00 $12,210.00 INSTALL 2 3,000.00 $6,000.00 SUBTOTAL $90,210.00 OPTIONAL ITEMS OPTIONAL GENETEC AU-K-UXX-EWRR-1Y4-5 ADDITIONAL WARRANTY 2 4,400.00 $8,800.00 OPTIONAL GENETEC SMA-BASE PACKAGE 1 YEAR ADDITIONAL SUPPORT 1 400.00 $400.00 50%due at the time of the order.40%due at the Ume of the Install.10%due at the Subtotal Monthly project completion. $90,210.00 Support Total Quote valld for 14 days from above dale unless otherwise Indlcated Sales Tax AcpFk 4d.m WA dann Total $90,210.00 Initlals Quote and service agreement must be Initialed and signed Page 1 of 2 Exhibit "C" Page 8 of 9 I Warranty& Software Support Includes: Handheld unit and Printer(U Included) • 1 year for manufacturing defects • Response Ume:Generally 15 business days for RMA • Does not Include consumables PCJHondheld Software • Unamltod calla Sarn-5pm Pacific Standard Time(PST)Man-Thu.Sam•3pm Fri. New Incremental releases,updates,bug Axes • Does not Include Items specifically excluded by software support endror and user license agreement REPAIR SERVICE Includes warranty repair(Including extended warranty of Equipment delivered to ParkTrak or to the designated service center,In the orl0lnel container or equivalent. Customer shall contact ParkTrak to request a Return Merchandise Authorization(RMA)Number prior to delivery of Equipment to ParkTrak. RESPONSE TIME—Depot Repair Service offers,RESPONSE TIME is defined as the period between the Urns,the Equipment Is received at the designated Service Center and the time when It Is shipped from the Service Center. TERMS AND CONDITIONS 1.DELIVERY AND PAYMENT a. All Product shag be delivered to Customer F.O.B.factory,at which time title and dek of loss to such Product shag pass to Customer.All Product shall be Invoiced at time of shipment.Payment shall be a 50%non-refundable deposit upon placement of an order and 40%upon delivery and 10%upon completion.If ParkTrak Is to Install the Equipment, then any addiUsnsl charges for Installation shag be Invoiced when the Equipment Is Installed at the Customers Location.Customer agrees to pay all ouch Invokes within thirty days of the Invoke data.Interest will accrue at 1.6%per month for any payments which are more than thirty days past due. b. Please allow 30 days from date of signed quote to delivery date of product or Installation.ParkTrak shell not be liable for any delay or failure to deliver the Product If the delay or fagune In caused by war,dote,civil commotion,fire,flood,earthquake,or any act of God,or the failure Is due to any third party hardware or software Vendor delays or other causes beyond Pa*Trek's reasonable central. 2.WARRANTIES AND DISCLAIMERS a. ParkTrak hereby assigns to Customer,to the extent possible,the benefits of any warranties provided to ParkTrak by the manuledurar(e)of the Product.ParkTrak warrants to Customer for a period of thirty days fallowing the performance of any Installation work by ParkTrak,that such work will be performed In a good and workman-like manner. ParkTrak's obligations and liability under this warranty Is condlUoned upon the receipt of prompt notice of defects as to parts and/or workmanship from Customer,and to limited to repairing or,at ParkTrak'a sole option,to replacing the Product.This warranty shall be void It the Product is damaged or rendered unusable by the willful act.negligonce and/or tampering of persons other than ParkTrak.ParkTrak makes no warranty or guaranty far any hardware or third party materials.Customer understands that ParkTrak Is not responsble for,and will have no liability for,hardware,software,or any other Items or any services provided to customer by any persons other than ParkTmk.THE FOREGOING IS A LIMITED WARRANTY AND IT IS THE ONLY WARRANTY BY PARKTRAK.PARKTRAK DISCLAIMS ALL WARRANTIES,EXPRESS OR IMPLIED,INCLUDING ALL IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FOR A PARTICULAR PURPOSE AND ALL WARRANTIES OR INDEMNITIES FOR PATENT OR COPYRIGHT INFRINGEMENT. Is. In no event shall either party be liable for any Indirect,Incidental,special or consequential damages,INCLUDING loss of profits,revenue,date or use,Incurred by either party or any third party,whether In an action In contract or tort,&rising out of or related to this agreement,or the services provided hereunder even If the other party or any other person has been advised of the possibility of such damages.ParkTrek's liability for damages hereunder for any cause whatsoever shell in no event exceed the amounts received by PorkTrok from the customer.ParkTrak shell not be responsible for any loss,damage or expense of any kind Including lose of or use of the product or data and storage media used therewith caused directly or Indirectly by the use or the performance of the product or by any services provided hereunder. 3.HARDWARE WARRANTIES ParkTrak does not warranty hardware beyond that which Is provided for by the manufacturer.Such warranties and documentation are available and provided to the agent an part of the quote process.Some manufactures may have'Medalllon Service Plane'or other extended warranties available and ParkTrak may Include them as part of the quote.Most extended warranty plena have a'pass through'cost,the manufacturer provides for the warranty service.ParkTrak will facilitate the warranty repair of product sold by ParkTrak but in no case will provide the actual hardwaro warranty service of said product.ParkTrak wig not be held liable for any costa associated to the ropey of hardware;bile Includes the expediting of the repair procellL 4.SOFTWARE SUPPORT Software Support Agreement:Software support Is'FREE"for the Initial 30 days after Installation.Alter the Initial 30 days the Software Support Is automatically baled to you at the rote elated above.Software Support Agreement Includes all Incremental upgrades,unlimited technical telephone support between the hours of Sam and 5pm Monday through Thursday.Sam to Slam Friday Paclgo Time,and priority handling of your support Issue.Charges will be Invoked monthly to Licensee to be paid In advance of service.Licensees that are 30 days delinquent will be considered In default statue and the user license Is considered revoked, S.FORCE MAJEURE ParkTmk shag net be liable for any delay or failure to maintain the Product It the delay or[allure Is caused by war,riots,civil commotion,fire,flood,earthquake,or any act of God,or the failure of any third party hardware,software,network system Product,wiring,electrical systems or utilities,or other causes beyond PatkTrolea reasonable central. Please sign quote and fax back to:509.323-9541 Accepted By: Printed Name: Data: Exhibit "C" Page 9of9 Exhibit " ®" Agreement between Parktrak and DANA Safety Supply 14 SUBCONTRACTING:AGREEMENT This Agreement is effective as of this 1 st day of April 2,013(the"Effective date") Between ParkTrak, Inc., a Washington corporation having its principal:office at 8609 N Division, Spokane, WA 99208("ParkTrak"), And Dana Safety Supply, a Florida corporation having its principal South Florida office at 1779 NW 79"' Avenue; Doral, FL.33126("Subcontractor"). WHEREAS,ParkTrak has been-awarded a contract for the supply of license plate recognition systems by City of Miami Beach(the"Contract"); WHEREAS, ParkTrak wishes to subcontract to Subcontractor, namely:. Dana Safety Supply, Inc. hereinafter referred to as Subcontractor or DSS;who accepts, the performance of certain portions of work required from ParkTrak under the Contract; NOW,THEREFORE,the parties have agreed as follows: 11. SUBCONTRACT WORK, ParkTrak hereby retains the services of DSS, who accepts, to undertake certain portions of work required from ParkTrak under the Contract as set out in Appendix A herein('Statement of Work"). 2. REPRESENTATIONS&UNDERTAKINGS OF SUBCONTRACTOR 2.1 Subcontractor represents that'it has reviewed the terms and conditions of the Contract and hereby agrees to comply with each and every provision of the Contract incorporated:herein by reference that flows down to Subcontractor insofar as it relates to the work performed by.Subcontractor on behalf of ParkTrak under the Contract. 2.2 Subcontractor represents that it has access to all human, technical and financial resources required to perform its obligations under this Agreement; 3. LATE PERFORMANCE In the event that Subcontractor is delayed with respect to the performance.of any portion of work hereunder, except for reasons of Force Majeure as defined under Section 11 herein, Subcontractor shall be subject to the.payment of penalties modeled on any penalty provisions applicable to ParkTrak under the Contract. 4, INDEPENDENT CONTRACTORS 4.1. The relationship between ParkTrak and Subcontractor is that of independent contractors acting for their own accounts and neither is authorized to make any commitment or representation, express or implied, on the others behalf unless authorized to-do 4so in writing. 4.2. It is acknowledged and agreed that the employees of Subcontractor shall remain under full responsibility of Subcontractor during the term of this Agreement and Subcontractor shall indemnify.and hold ParkTrak harmless from and against.any and'all,claims, IiabAities or damages 1 arising from any third party claim based upon any act of or failure to act by Subcontractor or any of its directors,officers or employees. 5. INSURANCE Subcontractor shall secure, pay and maintain the following minimum insurance coverage during the life of this Agreement and, upon request from ParkTrak, submit.certificates of insurance for each and every policy at least fifteen(15)days prior to the start of work: GENERAL LIABILITY AND PROPERTY DAMAGE INSURANCE: General Liability Insurance in the amount of not less than One Million Dollars ($1,000,000) combined single limit for injuries, including accidental death and property.damage on account of any one occurrence. The policy shall provide for coverage of all claims occurring during the term of the policy notwithstanding the fact that the claim may be asserted subsequent to the expiration Of the policy. The General Liability and Property Damage Insurance shall protect ParkTrak and subcontractor performing any and all work covered by this Agreement from claims for damages for personal injury, including accidental death and claims for property damage, which may arise from his operations or performance under this Agreement, whether, such operations be by the Subcontractor or by any person directly or indirectly employed by-either of them. The purpose of this insurance shall indemnify and save harmless ParkTrak, 6 officers, .err►ployees, agents and representatives from such actions, causes of actions, claims, debts or demands of any and every kind of nature whatsoever, by reason of,.growing out of or attributable to the work to be performed under this Agreement AUTOMOBILE INSURANCE: Automobile Liability Insurance in an amount of not less than One Million Dollars ($1,000,000) combined single limit for bodily injuries and property damage; including all owned, hired and non- owned vehicles. WORKERS'COMPENSATION INSURANCE: Contractor shall furnish satisfactory evidence that he has secured in the manner required by law the payment of Workers'Compensation as provided for in the state of FL and shall maintain such insurance during the life of this Agreement; 6. CONFIDENTIALITY 6.1. ParkTrak may disclose certain of its proprietary and confidential information concerning its business and affairs-to Subcontractor. All software and documentation, technical information, and confidentiail business information, in whatever form recorded ("information") that ParkTrak may disclose to Subcontractor in contemplation of or under this Agreement, shall:remain the property of ParkTrak. Any Information disclosed by ParkTrak shall be used by Subcontractor solely for the purposes of performing his services in accordance with the terms of Article 1 herein; (ii) shall not be reproduced or copied, in whole or in part, except as necessary for use as authorized herein; and (iH) shall, together with any copies thereof, be returned or destroyed when no longer needed or may if recorded on an erasable storage medium_ be erased. Unless ParkTrak consents in writing, such Information, except for any part thereof,which is known to Subcontractor free of any obligation to keep in confidence, or which becomes generally known to the public through acts not attributable to Subcontractor, shall be treated in confidence by Subcontractor. Such Information may not be disclosed to third parties, except with ParkTrak's prior written authorization, and 2 provided such third party agrees in writing (a copy of which writing will be provided to ParkTrak)to the same conditions respecting use:of Information contained in this section. 6.2. Provisions of Sections 6.1 herein shall survive the expiration or termination of this Agreement 7. ASSIGNMENT Subcontractor may not assign or transfer any of its rights or obligations under this Agreement to any third party without the prior written consent of ParkTrak. a. INDEMNIFICATION PARKTRAK SHALL IN NO EVENT BE HELD LIABLE FOR ANY INDIRECT,_CONSEQUENTIAL, OR INCIDENTAL DAMAGES OF ANY KIND SUFFERED OR INCURRED BY SUBCONTRACTOR ARISING OUT OF THE PERFORMANCE OF THIS AGREEMENT. 9. TERM AND TERMINATION 9.1 The term of this Agreement shall begin as of the Effective Date and continue until terminated as set forth herein. 9.2 Either party may terminate this Agreement if the other party breaches a.material obligation under this Agreement, and that breach continues uncured for a period of.thirty (34) days after the breaching party receives written notice of the breach from the other:patty. 9.3 ParkTrak may terminate this Agreement or all or any portion of work performed hereunder, for convenience upon written notice to Subcontractor. 9.4 Termination of this Agreement or all or any portion of work performed hereunder, will not limit either_party from pursuing any other remedies available to it including injunctive relief, nor will termination relieve Subcontractor of its obligation to pay all charges, including expenses, that accrued prior to such termination. Subcontractor will use.commercially reasonable efforts to avoid, cancel or minimize any such charges.All rights and obligations that-,by their nature are intended to survive will survive termination:of this Agreement 9.5 ParkTrak shall have the right to terminate this Agreement with immediate effect if : a) Subcontractor attempts to assign this Agreement or any right hereunder without ParkTraWs prior written consent, or b) Subcontractor ceases to conduct its activities in the normal course of business. 10. NOTICES Any notice provided for or permitted in this Agreement shall be in writing and shall be served by personal delivery or by certified mail, return receipt requested, at the addresses set forth above or such other addresses as the parties may from time to time designate,in writing. 11. FINAL PROVISIONS 11.1 This Agreement may not be modified in any way without the written consent of both parties. No provision of this Agreement may be waived unless in writing signed,by the party to be bound by the waiver. 11.2 Neither party shall be responsible for failure- to perform hereunder due to causes beyond its reasonable control, including, but not limited to strikes, lock outs or labor disputes of any kind (whether relating to its own employees or others), fire, flood, explosion, natural catastrophe, military operations, blockade, sabotage., revolution,.riot, civil commotion, war or civil war, terrorist acts, acts of god, plant breakdown, computer or other equipment failure and inability to obtain equipment. 11.3 If an event of force majeure exceeds one (1) month either party may cancel this Agreement without liability (except for obligations to pay amounts already due and in respect of any portion of 3 this Agreement already fully performed). Performance shall be resumed as soon as reasonably practicable after the cessation of such cause. 11.4 If any provision of this Agreement.is held to be invalid or unenforceable; such provision shall be considered deleted from this Agreement and shall not invalidate the remaining provisions of this Agreement. All provisions of this Agreement shall survive the termination of this Agreement for any reason whatsoever. 11.5 This Agreement shall:be construed in accordance with and governed by the laws of the state of Florida,and the federal laws of the United States of America applicable therein. The authorized signatories hereby accept to be.bound by the terms and conditions included in this document: IN WUNESS WHEREOF, this Agreement has been executed by both parties. Park kkk, c �-- D na Safe I c By: BY: Na ig 8 n Name: i t-L f e t Title' Pres' en t Title: C +J t.- Date: 1. Date: 4 4 APPENDIX A Statement of Work 5 Phase 1: ParkTrak deposit to DSS =:$28,000-ParkTrak to.pay DSS balance of"Invoice total due 30 days upon satisfactory completion of contractual Phase 1 project. Phase 2: ParkTrak deposit to DSS=_$45,000-ParkTrak to pay DSS balance of invoice total due 30 days upon satisfactory completion of contractual Phase 2 project. [REMAINDER OF PAGE LEFT INTENTIONALLY BLANK] Sales Quote DANA SAFETY SUPPLY,INC 5221 W.MARKET ST GREENSBORO,NC 27409 SaUas2 '1Io.. 98175-C Custome>F No. PARKTRAK Telephone: 800-845-0405 P 14A5G X1911 TA . Ship To PARKTRAK MIAMI BEACH PARKING AUTHORITY C/O 8609 NORTH DIVISION DANA SAFETY SUPPLY,INC ACCOUNTS PAYABLE 1779 NW 79th AVENUE SPOKANE,WA 99208 DORAL,FL 33126 MIAMI BEACH PARKING AUTH Contact: CRAIG BAGDON Contact:WILL BARNHART Telephone: 509-789-1273 Telephone: 305-639-6055 Quote Date Ship Via F.O.B. Customer PO Number Payment Method 02/25/13 JUPS GROUND OR TRUCK FOB DESTINATION MIAMI BEACH PARKING CASH Entered By I Salesperson Ordered By Resale Number BILL BARNHART WILL BARNHART CRAIG BAGDON Order Approve Unit Extended Tax Item Number/Description Price Price Quantity Quantity 1 1 Y MISC 29,500.0000 29,500.00 GENETEC'AU-K-U2X-740'AUTOVu SHARPX LPR UNIT Warehouse:MIAM AUTOVu SHARPX UNIVERSITY DUAL BASE KIT INCLUDING MAIN PROCESSING UNIT,BRACKETS,WIRING,GPS ANTENNA,HIGH RESOLUTION LPR UNITS AND IN-VEHICLE LICENSE 1 1 Y AU-K-PANACF 19DUAL U of M:EACH 6,000.0000 6,000.00 GENETEC PANASONIC CF19 TOUGHBOOK COMPLETE KIT Warehouse:MIAM INCLUDES:LAPTOP,MOUNTING HARDWARE,DOCKING STATION, VEHICLE POWER SUPPLY,3-YEAR WARRANTY. SPECS:Intel((CoreO 2 Duo SU9300 1.2GHz,10.4"XGA(Digitizer/Pouch Screen) 1000 nit,W.LAN(802.11 alb/g),160GB,SATA HDD,2GB,Bluetooth,2.0, Genuine Windows((XP Tablet,Professional SP2,Windows 7 License installed (Windows 71XP Recovery Disks included)3 year warranty from Panasonic CF 19KDRAXGM 1 1 Y GSC-CUSTOM-PBPLUS U of M:EACH 1,000.0000 1,000.00 GENETEC ENHANCED PATROLLER CONTEXT PACKAGE Warehouse:MIAM PBP,XML EXPORT AND PLATE COPY 1 l Y AU-M-USCNTY U of M:EACH 1,020.0000 1,020.00 GENETEC MAPINFO STREETPRO MAPPING Warehouse:MIAM DATA PER VEHICLE FOR ONE US COUNTY 1 l Y GSC-BASE-5.1 U of M:EACH 0.0000 0.00 PrintDate 02/24/13 Print Tuini 08:01:57 PM Page No.. I Printed By:BILL BARNHART Continued on Next Page DANA SAFETY SUPPLY,INC Sales Quote 5221 W.MARKET ST GREENSBORO,NC 27409 Sales Quofs No. 98175-C Customer No. . PARKTRAK s Telephone: 800-845-0405 -Bill To Sht To PARKTRAK MIAMI BEACH PARKING AUTHORITY C/O 8609 NORTH DIVISION DANA SAFETY SUPPLY,INC ACCOUNTS PAYABLE 1779 NW 79th AVENUE SPOKANE,WA 99208 DORAL,FL 33126 MIAMI BEACH PARKING AUTH Contact:CRAIG BAGDON Contact:WILL BARNHART Telephone: 305-639-6055 Telephone:hone: 509-789-1273 p Payment Method Quote Date Ship Via F.O.B. Customer PO Number y 02/25/13 UPS GROUND OR TRUCK FOB DESTINATION MIAMI BEACH PARKING Resale Number Entered By Salesperson Ordered By BILL BARNHART WILL BARNHART CRAIG BAGDON Unit Extended Order Approve Tax Item Number/Description Price Price Quantity Quantity GENETEC SECURITY CENTER(GSC)BASE PACKAGE Warehouse:MIAM VERSION 5.1 WHICH INCLUDES: 1 DIRECTORY,5 SECURITY DESK CLIENT CONNECTIONS,ALARM MANAGEMENT,ADVANCED REPORTING,SYSTEM PARTITIONING ZONE MONITORING E-MAIL SUPPORT,MACROS SUPPORT(ACTUAL MACROS SUPPORT SOLD SEPERATELY)ALL SUPPORTED LANGUAGES.MUST PURCHASE A SYNERGIS,OMNICAST OR AUTOVU BASEPACKAGE TO ENABLE ACCESS CONTROL,VIDEO OR LPR CONTENT RESPECTIVELY. 1 l Y GSC-AV-S-PKG U of M:EACH 1,650.0000 1,650.00 GENETEC AUTOVU PARKING BASE PACKAGE Warehouse:MIAM WORKS WITH GENETEC SECURITY CENTER(SOLD SEPARATELY)SQL 2008 EXPRESS EDITION INCLUDED, FULL MICROSOIT SQL SERVER 2008 PACKAGE NOT INCLUDED 1 1 Y GSC-AV-S-XML U of M:EACH 1,000.0000 1,000. GENETEC IMPORT/EXPORT TOOL Warehouse:MIAM l l Y PS-F-IREMOTE-ALL U of M:EACH 1,000.0000 1,000.00 GENETC REMOTE TECHNICAL SERVICE PER 1 DAY Warehouse:MIAM 1 1 Y SMA-BASE-3Y U of M:EACH 960.0000 960.00 GENETEC SMA BASE PACKAGE-3 YEARS Warehouse:MIAM (1 SMA BASE X 3 YEARS) 1 1 Y AU-K-U2X-EWRR-P3 U of M:EACH 6,105.0000 6,105.00 Print Date 02/24/13 Print'Time 08:01:57 PM Page No! 2 Tinted By:BILL BARNHART Continued on Next Page Sales Quote DANA SAFETY SUPPLY,INC 5221 W.MARKET ST GREENSBORO,NC 27409 Sales Quota 0. 98175-C • 'CO r No. PARKTRAK Telephone: 800-845-0405 : Bill To Ship To PARKTRAK MIAMI BEACH PARKING AUTHORITY C/O 8609 NORTH DIVISION DANA SAFETY SUPPLY,INC ACCOUNTS PAYABLE 1779 NW 79th AVENUE SPOKANE,WA 99208 DORAL,FL 33126 MIAMI BEACH PARKING AUTH Contact: CRAIG BAGDON Contact: WILL BARNHART Telephone: 509-789-1273 Telephone: 305-639-6055 R Quote Date Ship Via F.O.B. Customer PO Number Payment Method 02/25/13 UPS GROUND OR TRUCK FOB DESTINATION MIAMI BEACH PARKING CASH Entered By Sales erson Ordered By Resale Number BILL BARNHART WILL BARNHART CRAIG BAGDON Order Approve Unit Extended Quantity Quantity Tex Item Number/Description Price Price GENETEC EXTENDED WARRANTY 3 YEARS Warehouse:MIAM 1 1 Y MISC 4,400.0000 4,400.00 GENETEC,AU-K-UXX-EWRR-IY4-5-WARRANTY Warehouse:MIAM ADDITIONAL ONE(1)YEAR EXTENDED RETURN AND REPAIR WARRANTY FOR YEAR 4 OR 5 AFTER SALE OF AU-K-UXX KIT. INCLUDES COVERAGE OF AUTOVu VEHICLE HARDWARE.PATROLLER SOFTWARE UPGRADES,AND BING LICENSE RENEWAL.COVERAGE MUST BE CONTINUOUS FROM DATE OF SALE.DOES NOT COVER IN-VEHICLE PERSONAL COMPUTER(PC) 1 1 Y SMA-BASE-lY U of M:EACH 400.0000 400.00 GENETEC SMA BASE PACKAGE 1 YEAR Warehouse:MIAM 1 1 Y INSTALL U of M:EACH 3,000.0000 3,000.00 DSS INSTALLATION OF ABOVE EQUIPMENT Warehouse:MIAM rrr r►r rrrrrrrrrrrrrr►r rrrr►rrrrrrrr rrr►rr►rrrrrrrorrrrrrrrrr►rrrr► I SPECIFICS: r wrrrrrrrrrrrrrrrrrrrrprrrrrrr►rrrrrrrrrrrrrrsrrrrrrrrrrrrrrrrrr (1)GZNETEC SYST M TE S:NET 30 P ING SS FAVORABLE CREDIT REVIEW OF PARKTRAK Approved By: ❑ Approve All Items&Quantities Print Date 02/24/13 Subtotal 56,035.00 Print Time 08:01:57 PM Freight 0.00 Page No. 3 Printed By:BILL BARNHART rr(?rder Total 56,035.00 Sales Quote DANA SAFETY SUPPLY,INC 5221 W.MARKET ST GREENSBORO,NC 27409 Sales Quote No, 98168-C Customer No. PARKTRAK " ~Telephone: 800-845-0405 RA 56 2- Bill T4D �Ship To PARKTRAK MIAMI BEACH PARKING AUTHORITY C/O 8609 NORTH DIVISION DANA SAFETY SUPPLY,INC ACCOUNTS PAYABLE DEPT 1779 NW 79th AVENUE SPOKANE,WA 99208 DORAL,FL 33126 MIAMI BEACH PARKING AUTH Contact: CRAIG BAGDON Contact: WILL BARNHART Telephone: 509-789-1273 Telephone: 305-639-6055 Quote Date Ship Via F.O.B. Customer PO Number Payment Method 02/24/13 JUPS GROUND OR TRUCK FOB DESTINATION MIAMI BEACH PARKING CASH Entered By Sales erson Ordered By Resale Number BILL BARNHART WILL BARNHART CRAIG BAGDON Unit Extended - ty Quantity—'Orde Order Approve Tax Item Number/Description Price Price 2 2 Y MISC 29,500.0000 59,000.00 GENETEC'AU-K-U2X-740'AUTOVu SHARPx LPR UNIT Warehouse:MIAM AUTOVu SHARPx UNIVERSITY DUAL BASE KIT INCLUDES MAIN PROCESSING UNIT,BRACKETS,WIRING,GPS ANTENNA,HIGH RESOLUTION LPR UNITS AND IN-VEHICLE LICENSE 2 2 Y AU-K-PANACF 19DUAL U of M:EACH 6,000.0000 12,000.00 GENETEC PANASONIC CF19 TOUGHBOOK COMPLETE KIT Warehouse:MIAM INCLUDES:LAPTOP,MOUNTING HARDWARE,DOCKING STATION, VEHICLE POWER SUPPLY,3-YEAR WARRANTY. i SPECS:Intel((CoreO 2 Duo SU9300 1.2GHz,10.4"XGA(Digitizer/Touch Screen) 1000 nit,W.LAN(802.11 a/b/g),160GB,SATA HDD,2GB,Bluetooth,2.0, Genuine Windows a XP Tablet,Professional SP2,Windows 7 License installed (Windows 7/JP Recovery Disks included)3 year warranty from Panasonic CF 19KDRAXGM 1 1 Y PS-F-IREMOTE-ALL U of M:EACH 1,000.0000 1,000.00 } GENETC REMOTE TECHNICAL SERVICE PER 1 DAY _.. Warehouse:MIAM 2 2 Y AU-K-U2X-EWRR-P3 U of M:EACH 6,105.0000 12,210.00 GENETEC EXTENDED WARRANTY 3 YEARS Warehouse:MIAM EXTENDED WARRANTY FOR AU-K-U2X SHARP WITH RETURN AND REPAIR COVERAGE-3 YEARS PREPAID AT TIME OF SYSTEM PURCHASE 2 2 N INSTALL U of M:EACH 3,000.0000 6,000.00 DSS INSTALLATION OF EQUIPMENT Print Dafe 02/24/13 Print Time 08:20:15 PM Page No. 1 Printed By:BILL BARNHART Continued on Next Page Sales Quote DANA SAFETY SUPPLY,INC 5221 W.MARKET ST GREENSBORO,NC 27409 Sales,Qnabe Nu, 98168-C Customer No, PARKTRAK Telephone: 800-845-0405 BiII TO Ship To PARKTRAK MIAMI BEACH PARKING AUTHORITY C/O 8609 NORTH DIVISION DANA SAFETY SUPPLY,INC { ACCOUNTS PAYABLE DEPT 1779 NW 79th AVENUE SPOKANE,WA 99208 DORAL,FL 33126 e MIAMI BEACH PARKING AUTH Contact: CRAIG BAGDON Contact: WILL BARNHART Telephone: 509-789-1273 Telephone: 305-639-6055 Quote Date I Ship Via F.O.B. Customer PO Number Payment Method 02/24/13 JUPS GROUND OR TRUCK FOB DESTINATION MIAMI BEACH PARKING CASH Entered By Salesperson Ordered By Resale Number BILL BARNHART WILL BARNHART CRAIG BAGDON Order Approve Unit Extended Quantity Quantity Tax Item Number/Description Price Price Warehouse:MIAM t SPECIFICS: TWO 3ENETEC SY TEMS TERMS:NET30 P DING SS FAVORABLE CREDIT REVIEW OF PARKTRAK Approved By: ❑ Approve All Items&Quantities S, Print Date 02/24/13 Subtotal 90,210.00 Print Time 08:20:15 PM Freight- 0.00 a, Nn. 2 Page ; Printed By:BILL BARNHART t?ider Total 90,210.00