C2C-Issue RFP Acquisition Of A Mobile And Handheld LPR Parking Enforcement SysteCOMMISSION ITEM SUMMARY
Condensed Title:
Request For Approval To Issue A Request For Proposals (RFP) For The Acquisition Of A Mobile And
Handheld License Plate Reco nition LPR Parkin Enforcement S stem.
Key Intended Outcome Supported:
Improve Parking Availability; Improve process through information technology
Supporting Data (Surveys, Environmental Scan, etc: 77% of residents rated availability of Parking
across Miami Beach as too little or much too little.
Issue: I Shall the Mayor and City Commission approve the issuance of the RFP?
Item Summary/Recommendation:
The City of Miami Beach 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 an 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 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.
It is the intent of the City to enter into a three (3) year Agreement with the successful Proposer to provide
a Mobile and 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 Proposer must have a verifiable proven track record of providing successful mobile and handheld
LPR systems and must have not fewer than three (3) consecutive years of experience in comparable
municipal parking enforcement operations and/or related enforcement applications. The Proposer must
provide evidence of sufficient financial stability to install, maintain, and support mobile and handheld LPR
systems and services to meet the City's needs. The Proposer must demonstrate a level of expertise;"
technical knowledge, innovation, and overall capacity to provide mobile and handheld LPR systems and
services with a high level of success interfacing with multiple payment platforms during variable periods
of high demand, including unforeseeable circumstances.
APPROVE ISSUANCE OF AN RFP.
Advisory Board Recommendation:
IN/A
Financial Information:
Source of Amount Account
Funds: 1 N/A
OBPI Total
Financial Impact Summary: Request to issue RFP only, no funds being expended.
/)
City Clerk's otic/Legislative Tracking:
Gus Lopez .,'L. e~1
. J
ent Director
MIAMI BEACH 49
AGENDA ITEM ---..::C:...:~~c_ __
DATE :3 -C:2/-I)._
City of Miami Beach, 1700 Convention Center Drive, Miami Beach, Florida 33139, www.miamibeachfl.gov
COMMISSION MEMORANDUM
TO: Mayor Matti Herrera Bower and Members of the c·ty Commission
FROM: Jorge M. Gonzalez, City Manager
DATE: March 21, 2012
SUBJECT: REQUEST FOR APPROVAL TO ISSUE A REQUEST FOR PROPOSALS (RFP) FOR
THE ACQUISITION OF A MOBILE AND HANDHELD LICENSE PLATE RECOGNITION
(LPR) PARKING ENFORCEMENT SYSTEM
ADMINISTRATION RECOMMENDATION
Approve the issuance of the RFP.
KEY INTENDED OUTCOME
Improve Parking Availability; Improve process through information technology.
ANALYSIS
The City of Miami Beach 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 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.
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 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 Handheld LPR System and application.
2. Back-Office Management and Reporting System.
3. Enables a parking inspector to quickly and easily navigate through a handheld or mobile
50
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 personnel24 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
• The Proposer must have a verifiable proven track record of providing successful mobile and
handheld LPR systems and must have not fewer than three (3) consecutive years of
experience in comparable municipal parking enforcement operations and/or related
enforcement applications.
• The Proposer must provide evidence of sufficient financial stability to install, maintain, and
support mobile and handheld LPR systems and services to meet the City's needs.
• The Proposer must demonstrate a level of expertise, technical knowledge, innovation, and
overall capacity to provide mobile and handheld LPR systems and services with a high level
of success interfacing with multiple payment platforms during variable periods of high
demand, including unforeseeable circumstances.
MINIMUM TECHNICAL SOFTWARE REQUIREMENTS
1. The software must be Web based.
2. The software must interact and interface with City's EDEN Financial System it if processes
Revenue.
3. The software must have online registration capability for Administrative users.
4. The software must have the ability to create internal and external reports.
5. Proposer must have successfully completed at least three (3) externally hosted software
packages for a parking municipality equal to most, if not all, of the above specifications,
including software merging of an existing data/history within the past four ( 4) years.
6. The application must be capable of importing parking permit database information, as well
as parking garage availability and rate information.
7. The software must meet the following Information Technology (IT) and Finance
Requirements:
a. Must be PCI Compliant.
b. Vendor Supported and Hosted Solution shall have Mobile Capability
c. The Application Administration Functions must be a log-on to browser base, NOT a
direct log-on to the Production Server (merchant account).
d. All revenue collected from customers must be deposited into the City's bank account.
e. Both handheld and mobile mounted solution both must be included in the software
proposal.
f. Successful proposer will be responsible for all sub-contracted solutions and/or third party
software.
8. Successful proposer shall be responsible for all Service to the Data Base Website
Reporting.
9. All data must be owned by the City.
51
1 0. Proposer must provide On-site Training for implementation.
EVALUATION 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 1 00 possible points:
• Proposer's experience and qualifications in providing mobile and handheld LPR systems
and services: 25 points
• Cost to the City: 25 points
• Mobile and Handlheld LPR System capabilities, performance, and durability: 25 points
• Technical knowledge, innovation, and overall capacity to provide mobile and handheld LPR
systems and services: 15 points
• Past performance based on references, information provided in the proposal submission,
and performance evaluation surveys: 10 points
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 recommendation 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
52
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.
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.
CONCLUSION
The Administration recommends that the Mayor and the City Commission authorize the issuance of
a Request for Proposals (RFP) for the acquisition of a mobile and handheld license plate recognition
(LPR) parking enforcement system.
T:\AGENDA\2012\3-21-12\License Plate Recognition RFP Memo.doc
53
THIS PAGE INTENTIONALLY LEFT BLANK
54