HomeMy WebLinkAboutParking - Inc.CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
RFQ-RFP, CONTRACT DOCUMENTS AND SPECIFICATIONS FOR THE
REPLACEMENT OF PARKING LOT EQUIPMENT AND THE INSTALLATION OF
A PARKING ACCESS AND REVENUE CONTROL SYSTEM (PARCS) AND
RELATED
IMPROVEMENTS AT THE WATERLOO, IOWA, REGIONAL AIRPORT
WATERLOO
CRUISE A NEW ALTITUDE
CITY OF WATERLOO,_IOWA dba WATERLOO REGIONAL AIRPORT
April, 2018
PREPARED BY:
Keith Kaspari, MPA, C.M.
Airport Director
Waterloo Regional Airport
City of Waterloo, Iowa
RESPONSE BY:
Craig Buscher, Manager
Parking - Inc.
1
EBANK
EARLHAM SAVINGS BANK
MEMBER FDIC
Eight thousand five hundred dollars exactly
www.earlhambank.com
888-432-2652
PAY TO THE ORDER OF
CITY OF WATERLOO IOWA
FROM: PARKING INC
CASHIER'S CHECK 72-2115/739
No. 127940
04-24-2018
******$$,500.00
AUTHORIZ
11' L 2 794011' 1:0 7 39 2 L L 58l: U' 20 70000f1' 200
SIGNAT
RE
Q�1S�fla32i 3�IAH S SS3dGCV
NNV8 SONIAVS WVH1HV2
PIN V53
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
RFQ-RFP, CONTRACT DOCUMENTS AND SPECIFICATIONS FOR THE
REPLACEMENT OF PARKING LOT EQUIPMENT AND THE INSTALLATION OF A
PARKING ACCESS AND REVENUE CONTROL SYSTEM (PARCS) AND RELATED
IMPROVEMENTS AT THE WATERLOO, IOWA, REGIONAL AIRPORT
WATERLOO
REGIONAL AIRPORT
CRUISE A NEW ALTITUDE
CITY OF WATERLOO, IOWA dba WATERLOO REGIONAL AIRPORT
April, 2018
CITY OF WATERLOO — CITY COUNCIL
MAYOR QUENTIN HART
Jerome Amos — Pat Morrissey — Sharon Juon — Margaret Klein
Chris Shimp — Steve Schmitt — Bruce Jacobs
WATERLOO AIRPORT BOARD
Hugh Field — Arlene Humble — Steve Dust
Charles Needham — Scott Voigt — Gwenne Berry — Dr. Linda Allen
PREPARED BY:
Keith Kaspari, MPA, C.M.
Airport Director
Waterloo Regional Airport
City of Waterloo, Iowa
1
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
Table of Contents and Contract Documents
NOTICE OF PUBLIC HEARING AND NOTICE TO BIDDERS NPH 1-5
2. INSTRUCTIONS TO BIDDERS 113 6-16
3. FORM OF BID OR PROPOSAL FB 17-18
4. SALES TAX EXEMPTION INFORMATION FORM STE 19
5. FORM OF BID BOND BB 20
6. NON -COLLUSION AFFIDAVITS NCA 21-22
7. TARGETED SMALL BUSINESS (TSB) PRE-BID CONTACT INFORMATION 23
8. EQUAL OPPORTUNITY CLAUSE EO 24-25
9. TITLE VI CIVIL RIGHTS TVI 26-27
10. RESIDENT BIDDER AND NON-RESIDENT BIDDER AND CERTIFICATION RB 28-30
11. AFFIRMATIVE ACTION PROGRAM AAP 31-39
12. POTENTIAL ITEMS OF WORK FOR MBE/WBE PARTICIPATION 40
SUBCONTRACTOR'S BID REQUEST FORM, 41
LETTER FORM FOR SUBCONTRACTOR QUOTES 42
MBE/WBE SCOPE LETTER, 43
MBE AND/OR WBE PREBID CONTACT INFORMATION FORM 44
13. WATERLOO / CEDAR FALLS MINORITY AND WOMEN BUSINESSES
ENTERPRISE CONSTRUCTION AND MAINTENANCE
CONTRACTOR'S GUIDE 47
14. STATEMENT OF BIDDER'S QUALIFICATIONS SBQ 51
15. TARGETED SMALL BUSINESS (TSB) CONTRACT PROVISION TSB 53
16. GENERAL SPECIAL PROVISIONS GSP 60
17. SPECIAL PROVISIONS SP 66
16. GENERAL SPECIFICATIONS FOR CONSTRUCTION GS 70
17. SUPPLEMENTAL GENERAL SPECIFICATIONS FOR CONSTRUCTION SGS 86
18. FORM OF CONTRACT C 88
19. FORM OF PERFORMANCE BOND PFB 92
20. FORM OF PAYMENT BOND PB 94
2
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
1 GENERAL 1
1.1 General Information and SCOPE OF WORK 97
1.2 GENERAL FUNCTIONALITY OF THE PARCS SYSTEM 99
1.3 PARCS SYSTEM STANDARDS & REQUIREMENTS 100
1.4 SYSTEM WARRANTY 101
1.5 ACCEPTABLE PARCS MANUFACTURERS 101
2 DEFINITIONS/TERMS/ABBREVIATIONS 102
3 SYSTEM OPERATION 105
3.1 MAIN FEATURES 105
3.2 NETWORKING 105
3.3 SYSTEM SCALABILITY 106
3.4 SYSTEM REDUNDANCY 106
3.5 GENERAL OPERATIONS 107
3.5.1 Customer Management 107
3.5.1.1 Transient Customers 107
3.5.1.2 Monthly Customers 107
3.5.2 Customer Credentials 108
3.5.2.1 Ticketless 108
3.5.2.2 Ticketed 108
3.5.3 Operations Monitoring_ .. 109
3.5.4 Receipts 110
3.5.5 Grace Periods 111
3.5.6 Non-Resetlahle Counters 111
3.5.7 System Auditing 112
3.5.8 User and Administrator Access 112
3.6 SYSTEM PERFORMANCE 113
3.6.1 General Operations 113
3.6.2 Device Accuracies 113
3
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4 FACILITY MANAGEMENT SOFTWARE
114
4.1 SYSTEM MONITORING 115
4. L / Device Status
115
4.1.2 Transaction Counts
116
4. /.3 System Alerts
117
4.1.4 Event Logs
1/7
4.1.5 Users Access
117
4.2 Revenue Management 118
4.2. / General Functionality
118
4.2.2 Payment Methods
118
4.2.3 Rale Structures llS
4.2.4 Manual Fee Management
119
4.2.5 E.cceplion Transactions /20
4.3 VALIDATIONS
120
4.3.1 Discount Generator Sofiware 120
4.3.2 General Functionality /21
4.3.3 Discounts & Promotions
12/
4.3.4 Validation Types 122
4.3.5 Validation Methods 123
4.4 ACCESS CONTROL 123
4.4. / General Funclionallty 123
4.4.2 Daily Tag Management /25
4.4.3 Tag Restrictions /25
4.4.4 Monitoring & Control 126
4.5 EXTERNAL SYSTEM INTEGRATION 126
4.5. / Prepaid eReservation /26
4.5.2 Accounting & Revenue Control 126
4.5.3 Building Systems /26
4.6 REPORTS 127
4.6. / General Functionality
127
4.6.2 Revenue Reports /27
4.6.3 System Reports
129
4.6.4 Ticket Repots 130
4.6.5 Occupancy &Tiuir Reports 13/
4.6.6 Vehicle Identification Reports 132
4.6.7 Validation Reports 132
4
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.6.8 Company Reports 133
4.6.9 Monthly Reports 1334
4.6.10 Guest Reports 135
4.6.11 Analytical Charts 136
5 BANKCARD PROCESSING 137
5.1 GENERAL FUNCTIONALITY 137
5.2 TRADITIONAL CREDIT CARD PROCESSING SYSTEM 137
5.3 COMMUNICATIONS 138
5.4 FUNDS SETTLEMENT 138
6 PARCS FACILITY HARDWARE 139
6.1 ENTRY LANE STATIONS 139
6. /./ General Functionality 139
6.1.2 Customer Inlet/ace 140
6.1.3 Alain Components 1411
6.1.4 Remote Management 141
6.1.5 Housing 141
6.2 EXIT LANE STATIONS 1412
6.2.1 General himctionality .. .. 142
6.2.2 Customer Interface 143
6.2.3 Allain Components 143
6.2.4 Remote A'/a agement 144
6.2.5 Housing- 144
5
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
6.3 BARRIER GATES 145
6.3.1 Description Ids
6.3.2 Alain Components & Features 145
6.3.3 Sub -components 146
6.3.4 Remote Control & Monitoring 146
6.3.5 Housing 146
6.4 FMS SOFTWARE SERVER 146
6.5 BANKCARD PROCESSING SERVER 147
7 EXECUTION 148
7.1 SYSTEM INITIALIZING AND PROGRAMMING 148
7.2 SYSTEM TEST PROCEDURES 148
7.3 DOCUMENTATION 149
7.4 ON-SITE TRAINING 149
6
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — REP for an Airport Parking Lot Equipment Replacement Project
NOTICE OF PUBLIC HEARING
On Proposed Contract Documents, Form of Contract and Specifications for the
Replacement of Parking Lot Equipment and the Installation of a Parking Access and Revenue
Control System (PARCS), and Related Parking Lot Improvements
in the City of Waterloo at the Waterloo Regional Airport
RECEIVING OF BIDS
Sealed proposals will be received by the Office of the City Clerk of Waterloo, Iowa, at City Hall on the 26th
day of April, 2018, until 1:00 p.m. for the PARKING ACCESS AND REVENUE CONTROL
SYSTEM (PARCS) FOR THE WATERLOO REGIONAL AIRPORT, AND RELATED PARKING
LOT IMPROVEMENTS, as described in detail in the REQ -RFP and Contract Documents now on file
with the Office of the City Clerk.
OPENING OF BIDS
The submittals of all proposals will be opened in the First Floor Conference room in City Hall, in Waterloo,
Iowa, on the 26th day of April 2018 at 1:00 p.m. and the proposals will be acted upon at such a time and
place whereby the bids will be fixed and acted upon by the City Council.
PUBLIC HEARING
Notice is hereby given that the City Council of Waterloo, Iowa, will conduct a public hearing on the
proposed Contract Documents, form of contract, and estimate of project cost for the purchase and
installation / construction of the above-described improvement project at 5:30 p.m. on the 30th day of
April, 2018, with said hearing to be held in the Harold E. Getty Council Chambers, Second Floor of City
Hall in said City.
The proposed Contract Documents, form of contract, and estimate of cost for said improvements heretofore
prepared by the Director of Aviation for the City of Waterloo, and where they are now on file in the Office
of the City Clerk for public examination, and any person interested therein may file written objection
thereto with the City Clerk before the date set for said hearing, or appear and make objection thereto at the
meeting above set forth.
The NOTICE TO BIDDERS can be viewed at the following locations:
1. City of Waterloo, Iowa website, at: http://ci waterloo.iit.ust
2. Waterloo Regional Airport website, at: wwrr.flyaio.com
SCOPE OF WORK
The project consists for the phased removal of the existing, and installation of a new PARKING ACCESS
AND REVENUE CONTROL SYSTEM (PARCS) and related parking lot improvements for the paid -
passenger parking lot at the Waterloo (Iowa) Regional Airport.
Published pursuant to the provisions of Chapter 26 of the City Code of Iowa and upon order to the City
Council of said Waterloo, Iowa, on the 26th day of March, 2018.
1
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
NOTICE TO BIDDERS
For the Purchase and Installation of a
Parking Access and Revenue Control System (PARCS), and Related Parking Lot Improvements
in the City of Waterloo, Iowa, at the Waterloo Regional Airport
RECEIVING OF BIDS
Sealed proposals will be received by the Office of the City Clerk of Waterloo, Iowa, at City Hall on the 26th day of
April, 2018, until 1:00 pa for the PARKING ACCESS AND REVENUE CONTROL SYSTEM (PARCS)
AND RELATED PARKING LOT IMPROVEMENTS FOR THE WATERLOO REGIONAL AIRPORT, as
described in detail in the RFQ-RFP documents now on file with the Office of the City Clerk.
OPENING OF BIDS
The submittals of all proposals will be opened in the First Floor Conference room in City Hall, in Waterloo, Iowa,
on the 26th day of April, 2018 at 1:00 p.m. and the proposals will be acted upon at such a time and place whereby
the bids will be fixed and acted upon by the City Council.
PRE-BID MEETING
A pre-bid meeting will not be held, but parking lot equipment providers and installers are encouraged to make a site
visit at the sole expense of the provider / installer to familiarize their company and their personnel with the existing
conditions, and to discuss the overall Scope of Work with the Director of Aviation.
PUBLIC HEARING
Notice is hereby given that the Council of said City will conduct a public hearing on the proposed Contract
Documents, form of contract, and estimate of cost for the purchase and installation / construction of the above-
described improvement project at 5:30 p.m. on the 30th day of April, 2018, said hearing to be held in the Harold E.
Getty Council Chambers in City Hall in said City.
SCOPE OF WORK
The project consists for the removal of the existing, and installation of a new PARKING ACCESS AND
REVENUE CONTROL SYSTEM (PARCS) and related parking lot improvements for the paid -passenger parking
lot at the Waterloo (Iowa) Regional Airport.
BEGINNING AND COMPLETION DATES
The work under the proposed contract shall be commenced within ten (10) calendar days after receipt of the
"Notice to Proceed" (and pending adverse seasonal weather, on a date agreed upon by the installer and the Director
of Aviation), whereby any and all construction shall be completed on or before Sunday, July la, 2018.
METHOD OF PAYMENT TO SUCCESSFUL BIDDER
The work under the proposed contract shall be commenced within ten (10) calendar days after receipt of the
"Notice to Proceed" and all items shall be completed on or before July 1, 201.8.
Due to the short duration of the project, and according to the bid schedule, this will be discussed and accepted in
writing by both parties prior to the beginning of work.
With the submittal ofa Bid Bond, equivalent to five (5) percent of the project total, the City of Waterloo shall
consider an initial progress payment, with subsequent future payments of the project scheduled along with a final
payment for project retainage.
2
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
PROJECT DOCUMENTS
The Documents governing the construction of the proposed improvements have been prepared by Waterloo's
Director of Aviation, which Documents and also the prior proceedings of the City Council referring to and defining
said proposed improvements are hereby made a part of this notice, and the proposed contract by reference shall be
executed in compliance therewith.
CONTRACT AWARD
A Contract will be awarded to the qualified bidder based on the following: THE LOWEST AND MOST
RESPONSIBLE BID THAT BEST MEETS THE NEEDS OF THE CITY OF WATERLOO, THE USERS AND
PATRONS OF THE WATERLOO REGONAL AIRPORT, AND THE AIRPORT ADMINISTRATION.
The City, therefore, reserves the right to reject any or all bids, re -advertise for new bids, and to waive informalities
in the bids submitted that might be in the best interest of the City of Waterloo and the Waterloo Regional Airport.
Bids may be held by the City of Waterloo, Iowa for a period not to exceed thirty (30) days from the day of the
opening of bids for the purpose of reviewing the bids and investigating the qualifications of bidders prior to
awarding the contract.
Bt virtue of statutoiw authority, a preference will be given to Products and installation from personnel and/or
firms headquartered inthe'Waterloo-Cedar Falls area, the Cedar Valley of Iowa and/or the State of Iowa, in
relation with keeping as much of the project funds available to service providers and/or contractors based
locally. within the realonal area, or statewide:
REQUEST FOR REFERENCES
The City of Waterloo dba Waterloo Regional Airport, requires that all bidders submit a minimum often (10) years
of references from similar PARCS projects from airports or aviation facilities, as the Airport Director will be
checking references, prior to a recommendation to award is forwarded to the City Council.
Other projects from municipalities or Local Units of Government may be accepted if the Project and Scope of Work
is similar in nature to the work requested for the Waterloo Regional Airport, as again, references will be checked.
PROPOSALS SUBMITTED
The bidder shall submit bids on the items listed in the proposal. The bidder shall clearly write or type the unit bid
price, and the bid item extension (Unit Price x Estimated Quantity) in numerals on the blanks provided. Should
there be any discrepancy between the unit bid price and extension, the City of Waterloo shall consider the unit bid
price as being the valid unit bid price.
The bidder has the option to submit a computer-generated spreadsheet in lieu of the portion of the Foran of Bid or
Proposal, which includes the Bid Item Number, Description, Unit, Estimated Quantity, Unit Bid Price, Total Bid
Price and Total Bid.
The computer-generated spreadsheet shall include all of the information listed in that portion of the Form of Bid or
Proposal as well as bear the signature of the Prime Contractor submitting the bid.
For the bidders who submit a computer-generated spreadsheet, the TOTAL BID (with Additive Bid Items — ABI's
if applicable) shall also be indicated in the space(s) provided on the Form of Bid or Proposal.
3
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
BID SECURITY REQUIRED
All bids must be accompanied in a separate envelope by a certified or cashier's check drawn on an Iowa bank, or
a bank chartered under the laws of the United States, a certified share draft drawn on a credit union in Iowa or
chartered under the laws of the United States, or bid bond, (on the form furnished by the City) made payable to the
City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted, which certified check,
certified share draft or bid bond will be held as security that the Bidder will enter into a Contract for the
construction of the work and will furnish the required bonds, and in case the successful Bidder shall fail or refuse to
enter into the Contract and furnish the required bonds, his bid security may be retained by said City of Waterloo as
agreed upon liquidated damages. If bid bond is used, it must be signed by both the Bidder and the surety or surety's
agent. Signature of surety's agent must be supported by accompanying Power of Attorney.
PERFORMANCE AND PAYMENT BONDS
The successful bidder will be required to furnish a "Performance Bond" and a "Payment Bond" within ten (10) days
after forms are presented to him in an amount equal to One Hundred Percent (100%) of the Contract Price, said bond
to be issued by a responsible surety approved by the Waterloo, Iowa City Council and shall guarantee the faithful
performance of the contract and the terms and conditions therein contained, and shall guarantee the prompt payment of
all materials and labor and protect and save harmless the City of Waterloo, Iowa from claims of any kind caused by
the operations of the contractor / equipment supplier.
MAINTENANCE BOND
Before the Contractor / Equipment Supplier shall be entitled to receive final payment for work under this Project, it
shall execute and file a bond in the penal sum of not less than 100% of the total amount of the Contract, same to be
known as "Maintenance Bond," and which bond must be approved by the City Council, and which bond is in
addition to the bond given by the Contractor / Equipment Supplier to guarantee the completion of the work on this
project.
CONTRACT COMPLIANCE PROGRAM / SUBCONTRACTING
The program proposes numerical projections regarding utilization of Minority Business Enterprise (MBE) and
Women Business Enterprise (WBE) as Subcontractors, vendors and suppliers in the performance of Contracts
awarded by the City of Waterloo, Iowa.
Even though this PARCS project will not use any FAA or IDOT grant funding, the City of Waterloo and Waterloo
Regional Airport, has a goal of this project of at least five percent (5%) for MBE participation on all City funded
construction projects that are estimated at $50,000 or more.
A goal of at least two percent (2%) for WBW participation on all City funded construction projects that are
estimated at $50,000 or more.
Any project funded in part or in total with City funds shall follow the respective agencies contract compliance
program and goals. The Contractor / Equipment Supplier shall make "Good Faith Efforts" to meet and comply with
MBE / WBW goals.
The MBE / WBE subcontractors, suppliers, vendors must provide the Prime Contractor / Equipment Supplier a
reasonably competitive price for the service being rendered or the Prime Contractor / Equipment Supplier is not
required to accept their bid.
PREDETERMINED WAGE RATE
Predetermined wage rates do not apply to work on this project.
4
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
LIQUIDATED DAMAGES
Time is a critical element of this project. It is vitally important that the work be diligently pursued to completion.
If the work is not completed within the specified contract period, plus authorized extensions, the contractor /
equipment supplier shall pay to the City of Waterloo, Liquidated Damages 111 the amount of Three Hundred Twenty
Five Dollars ($325.00) per day, for each day, as further described herein, in excess of the authorized time.
Days beyond the specified completion date for which Liquidated Damages will be charged will be working days that
the contractor does, or could have worked, from Monday through Saturday. Sundays will be counted only if work is
performed. Partial working days will be considered as a full working day. Days not chargeable for Liquidated
Damages will include rain days, Sunday if no work is done, and legal holidays.
Working days will cease to be charged when only punch list items remain to be completed. Punch list items do not
include contract bid items or approved change/extra work orders.
When the Contractor / Equipment Supplier believes the project to be substantially completed, a written notice stating
the same shall be submitted to the Airport Director and a request made for a Project Punch List.
If the work under the Project extends beyond the normal construction season, or if forecasted weather prohibits the
completion of the project for a temporary period of time for such work to continue, the Contractor / Equipment
Supplier shall submit to the Airport Director in writing a request for additional time to complete said project,
whereas those adverse weather working days counted toward the project be suspended until work is resumed to
complete the project.
This amount SHALL NOT be construed as a penalty. These damages are for the cost to the City of Waterloo of
providing the required additional inspection, Airport Administrative Staff, and general project administration and
oversite.
PRECONSTRUCTION CONFERENCE
Before the work is commenced in this project, a pre -construction conference shall be held for the purpose of
discussing the project safety phasing and planning. The conference shall be attended by the prime contractor /
subcontractors / and Airport Staff.
RESIDENT BIDDER / NON-RESIDENT BIDDER
ATTENTION OF BIDDERS IS CALLED TO COMPLIANCE WITH THE PROVISIONSOF THE
RESIDENT BIDDER /:NON-RESIDENT BIDDER REQUIREMENTS.
EACH BIDDER SUBMITTING' A BID SHALL EXECUTE AND INCLUDE WITH THE BID, A
RESIDENT BIDDER CERTIFICATION OR A NON-RESIDENT BIDDER CERTIFICATION IN THE
FORM(S) HEREIN PROVIDED.
SALES TAX EXEMPTION
Contractors and approved sub -contractors will be provided a Sales Tax Exemption Certification to purchase building
materials or supplies in performance of the construction contracts let by the City of Waterloo.
Posted pursuant to the provisions of Chapter 26 of the City Code of Iowa.
CITY OF WATERLOO, IOWA
5
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
INSTRUCTIONS TO BIDDERS
1. EXPLANATIONS TO BIDDERS
Any explanation desired by a bidder regarding the meaning or interpretation of the Notice to Bidders,
Specifications, etc., must be requested in writing and with sufficient time allowed for a reply to reach
bidders before submission of their bids. Any interpretation made will be in the form of an amendment of
the Notice to Bidders, Plans, Specifications, etc., and will be furnished to all prospective bidders.
Its receipt by the bidder must be acknowledged in the space provided on the Proposal Form or by letter or
telegram received before the time set for opening of bids. Oral explanations or instructions given before
the award of the contract will not be binding.
2. EXAMINATION OF PROPOSED WORK
Bidders should visit the site and take such other steps as may be reasonably necessary to ascertain the
nature and location of the work, and the general and local conditions which can affect the work or the cost
thereof.
Failure to do so will not relieve bidders from responsibility for estimating properly the difficulty or cost of
successfully performing the work. The owner will assume no responsibility for any understanding or
representation concerning conditions made by any of its officers or agents prior to the execution of the
contract, unless included in the Notice to Bidders, the Specifications or related documents.
3. PREPARATION OF BIDS
a. Bids shall be submitted on the forms furnished, or copies thereof, and must be manually signed. If
erasures or other changes appear on the forms, each erasure or change must be initialed by the
person signing the bid.
The bidder has the option to submit a computer-generated spreadsheet in lieu of the portion of the
Form of Bid or Proposal, which includes the Bid Item Number, Description, Unit, Estimated
Quantity, Unit Bid Price, Total Bid Price, and Total Bid. The computer-generated spreadsheet
shall include all of the information listed in that portion of the Form of Bid or Proposal as well as
bear the signature of the Prime Contractor submitting the bid. For the bidders who submit a
computer-generated spread- sheet, the TOTAL BID (with alternates, if applicable) shall also be
indicated in the space(s) provided on the Form of Bid or Proposal.
b. The Bid Form may provide for submission of a price or prices for one or more items, which may
be lump sum bids, alternate prices, schedule items resulting in a bid on a unit of construction or a
combination thereof, etc.
When the Bid Form explicitly requires that the bidder bid on all items, failure to do so will
disqualify the bid. When submission of a price on all items is not required, bidders should insert
the words "no bid" in the space provided for any item on which no price is submitted.
c. Unless called for, alternate bids will not be considered.
6
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
d. Modifications of bids already submitted will be considered if received at the office designated in
the Notice to Bidders by the time set for closing of bids. Telegraphic modifications will be
considered, but should not reveal the amount of the original or revised bid.
e. In preparing his bid, the bidder shall specify the price, written legibly in ink or with the typewriter,
at which he proposes to do each item of work. The unit price shall be stated in figures in the blank
space provided (i.e., $7.14).
In items where unit price is required, the total amount of each item shall be computed at the unit
prices bid for the quantities given on the Bid Form and stated in figures in the blank space
provided.
If the bidder chooses to submit the unit prices, total bid price, and total bid on a computer-
generated spreadsheet, all numbers shall be easily legible.
f Any changes or alterations made in the Bid Form, or any addition thereto, may cause the rejection
of the bid.
No bid will be considered which contains a clause in which the contractor reserves the right to
accept or reject a contract awarded him by the City Council of Waterloo. Bids in which the unit
prices are obviously unbalanced may be rejected.
If the bidder does not qualify as a resident bidder, the nonresident bidder shall specify on the
project proposal whether any preference to resident bidders, including but not limited to any
preference to bidders, the imposition of any type of labor force preference, or any other form of
preferential treatment to bidders or laborers from that state or foreign country is in effect in the
nonresident bidder's state or country of domicile at the time of a bid submittal.
g.
4. SUBMISSION OF BIDS
a. A bid must be sealed in a separate envelope and marked to indicate its contents and be
accompanied by the bid security in a separate envelope. If forwarded by mail, the two envelopes
shall be placed in a third and mailed to the City Clerk. All bids must be filed with the City Clerk
of the City of Waterloo at her office in City Hall before the time specified for closing bids.
b. Bids received prior to the advertised hour of opening will be securely kept sealed. The officer
whose duty it is to open them will decide when the specified time has arrived, and no bid received
thereafter will be considered; except that when a bid arrives by mail after the time fixed for
opening, but before the reading of all other bids is completed, and it is shown to the satisfaction of
the City of Waterloo, Iowa, that the non -arrival on time was due solely to delay in the mails for
which the bidder was not responsible, such bid will be received and considered.
c. Bidders are cautioned that, while telegraphic modifications of bids may be received as provided
above, such modifications, if not explicit and if in any sense subject to misinterpretation, shall
make the bid so modified or amended, subject to rejection.
7
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
5. LATE BIDS AND MODIFICATIONS OR WITHDRAWALS
Bids and modifications or withdrawals thereof received at the office designated in the Notice to Bidders
after the exact time set for closing of bids will not be considered.
Bids may be withdrawn by written or telegraphic request received from bidders prior to the time set for
closing of bids.
6. PUBLIC OPENING OF BIDS
Bids will be publicly opened at that time and place set for opening in the Notice to Bidders. Their content
will be made public for the information of bidders and others interested who may be present either in
person or by a designated representative.
7. BID SECURITY REQUIRED
All bids must be accompanied in a separate envelope by a certified or cashier's check drawn on an Iowa
bank, or a bank chartered under the laws of the United States, a certified share draft drawn on a credit union
in Iowa or chartered under the laws of the United States, or bid bond (on the form furnished by the City)
payable to the City of Waterloo, Iowa, in the sum of not less than five percent (5%) of the bid submitted,
which certified check, certified share draft or bid bond will be held as security that the Bidder will enter
into a Contract for the construction of the work and will furnish the required bonds, and in case the
successful Bidder shall fail or refuse to enter into the Contract and furnish the required bond, his bid
security may be retained by said City as agreed upon liquidated damages. If bid bond is used, it must be
signed by both the bidder and the surety or surety's agent. Signature of surety's agent must be supported by
accompanying Power of Attorney.
8. COLLUSIVE AGREEMENTS
a. Each bidder submitting a bid shall execute and include with the bid, a Non -Collusion Affidavit in
the form herein provided, to the effect that he has not colluded with any other person, firm, or
corporation in regard to any bid submitted.
b. Each bidder submitting a bid shall have each proposed subcontractor, if any, execute and submit to
the City Contract Compliance Officer by 5:00 P.M. the business day following the day bids on this
project are due, a Non -Collusion Affidavit in the form herein provided, to the effect that he has not
colluded with any other person, firm, or corporation in regard to any bid submitted. Before
executing any subcontract, the successful bidder shall submit the name of any proposed
subcontractor for approval by the City.
9. MINORITY AND/OR WOMEN BUSINESS ENTERPRISE SUB -CONTRACTORS
a. CITY OF WATERLOO AND/OR WOMEN BUSINESS ENTERPRISE PRE-BID
CONTACT INFORMATION FORM
The City of Waterloo Minority and/or Women Business Enterprise Pre -Bid Contact Information
Form shall be submitted with the Form of Bid or Proposal. Failure to do so shall be grounds for
the bid being rejected if subcontracting is proposed by the prime contractor.
8
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
10. MBE/WBE CONTRACT COMPLIANCE PROGRAM
Quota:
PURPOSE
The purpose of the Contract Compliance Program(hereinafter called Program) is to act as
an impetus for increasing the participation of Minority -Owned and/or Women -Owned
Disadvantaged Business Enterprise (MBE/WBE) in City awarded construction contracts.
The Program does not propose to eliminate any bonafide contractor or subcontractor from bidding
on City -sponsored contracts, but it will hopefully serve as a needed stimulus to help local
MBE/WBE's grow and eventually become mainstream contractors and subcontractors.
This Contract Compliance Program does not propose to include any set-aside or quotas, but only
flexible goals where "good -faith efforts" are required by the contractor to use MBE/WBE
subcontractors.
This Program shall not eliminate the need for contractors to continue their "good -faith efforts" in
using MBE/WBE subcontractors on City contracts estimated at less than $50,000.
The City of Waterloo will make every effort to reduce in-house construction and maintenance
work that would be more cost effectively performed by the private sector and, thus, would allow
additional bidding opportunities for MBE/WBE fines.
The City Contract Compliance Officer shall be advised of all City of Waterloo awarded
construction contracts.
DEFINITIONS
Goals:
A flexible numerically expressed objective which contractors are required to make "good -faith
efforts." The key to the requirement is to make documented efforts. Goals are neither set -a -sides
nor a device to achieve proportional representation or equal results. Nmnerical goals do not create
set -a -sides for specific groups, nor are they designed to achieve proportional representation or
equal results. Rather, the goal -setting process in affirmative action planning is used to target and
measure the effectiveness of affirmative action efforts to eradicate and prevent discrimination.
A Flat numerical requirement that the contractor is required to meet in order to obtain the benefit
or be in compliance. The numerical goal component of affirmative action programs is not
designed to be, nor may it properly or lawfully be interpreted as, permitting unlawful preferential
treatment and quotas with respect to persons of any race, color, religion, sex, or national origin.
The regulations at 41 CFR 60-2.12(a), 60-2.15 and 60-2.30, specifically prohibit discrimination
and the use of goals as quotas. (U.S. Department of Labor)
Set -Aside:
An arrangement in which a particular contract is reserved for competition solely among minority
and women business enterprises.
Contractor:
As used in this document means contractor, subcontractor, supplier, vendor, and professional
service provider.
9
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
Minority Business Enterprise (MBE)
Any business, which is at least 51%, owned by one or more minorities and whose management
and daily business operations are controlled by one or more such individuals and is on the current
State Unified Certification List, or were listed on the City of Waterloo Certified MBE/WBE
Contractors list as of July 1, 2002, or any updated list since July 1, 2002.
Women Business Enterprise (WBE):
Any business which is at least 51% owned by one or more women and whose management and
daily business operations are controlled by one or more such individuals and is on the current
State Unified Certification List, or were listed on the City of Waterloo Certified MBE/WBE
Contractors list as of July 1, 2002, or any updated list since July 1, 2002.
Minority:
Any person or persons who are considered as socially and economically disadvantaged because of
their identity as a group member without regard to their individual qualities. The groups include:
Black American, Hispanic American, Native Americans, Eskimos, Aleuts, and Asian -Pacific
Americans. 13 C.F.R. 124-!.1(c)(3)(ii)(1983).
Lowest Responsible Bidder:
Bidder who has offered the lowest bid and who has exhibited skill relative to the type of work bid
on, judgment, financial responsibility, and evidence of working with the Affirmative Action
Employment Program and the Contract Compliance Program.
Broker:
One buying or selling for others on commission or other fee basis without maintaining a
warehouse or other similar inventory storage facility.
Mayor's Advisory Committee:
Mayor's Advisory Committee for Minority, Female, and Disadvantaged Business Enterprise.
Good Faith Efforts:
The successful bidder shall be selected on the basis of having submitted the lowest responsible
bid. The obligation of the bidder is to make good faith efforts. The bidder can demonstrate that it
has done so by the following:
1. The Prime Contractor met the project goal - No Action necessary
2. If the Prime Contractor failed to meet the goal, they must submit documentation of good faith
efforts.
10
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
CONTRACT COMPLIANCE PROGRAM SUBCONTRACTING
The program proposes numerical projections or goals regarding utilization of Minority Business
Enterprise (MBE) and Women Business Enterprise (WBE) as subcontractors in the performance
of contracts awarded by the City of Waterloo, Iowa.
A goal of at least 10% for MBE participation on all City funded construction projects that are
estimated at $50,000 or more, and projects under $50,000 where applicable at the Contract
Compliance Officer's discretion.
There is at least 2% WBE goal on City funded projects. Any project which is funded solely or in
part with Federal funds shall follow the respective agencies contract compliance program and
goals. Any project which is funded solely or in part with State funds shall follow the respective
agencies contract compliance program and goals.
The City of Waterloo Contract Compliance Program is for City awarded construction contracts
only. The prince contractor shall make "good -faith efforts" to meet the Contract Compliance
MBE/WBE goals. The MBE/WBE subcontracts must provide the prime contractor a reasonably
competitive price for the service being rendered or the contractor is not required to accept the bid.
Administrative Reconsideration:
As part of this reconsideration, the bidder will have the opportunity to provide written
documentation or arguments concerning the issue of whether they made adequate good faith
efforts to meet the goals.
The bidder will have the opportunity to meet in person with the City of Waterloo's Administrative
Reconsideration Committee to discuss the issue of whether they made adequate good faith efforts.
The Administrative Reconsideration Committee will forward a written decision on reconsideration
to the Mayor and City Council, explaining the basis for finding that the bidder did or did not meet
the goal or make adequate good faith efforts to do so.
Documentation required will include but is not limited to the following:
* Making portions of the work available for MBE/WBE subcontracting
* Evidence of negotiating with MBE/WBE firms
* MBE/WBE quotes obtained and non-MBE/WBE quotes used
* Reasons agreements were not reached
* Follow-up after initial solicitations
* Efforts to assist in obtaining equipment, supplies and materials (at competitive prices), bonding,
lines of credit, insurance, etc.
* Evidence of past compliance or non-compliance by same contractor
The Contract Compliance Officer will determine the weight to be given to each item listed above
(supported by appropriate documentation) based on overall program goals.
11
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
RESPONSIBILITIES
1. CITY OF WATERLOO, IOWA
A. The City Contract Compliance Officer has the responsibility to assure the City's compliance
with Federal, State and Municipal regulations.
B. The City Contract Compliance Officer is responsible for maintaining a current directory of
certified firms. Certification of MBE/WBE/DBE contractors is through the Iowa Department
of Transportation and its Unified Certification Program. Only firms certified based on
guidelines prescribed in 49 CFR Part 26 and provisions of this agreement, shall be recognized
as certified by the City of Waterloo.
C. The City Contract Compliance Officer is responsible for making available a list of future
project information notices to MBE/WBE firms.
D. The City Contract Compliance Officer shall send notices to appropriate MBE/WBE firms in
the directory of each bid solicitation with opening date.
E. The City Contract Compliance Officer will receive MBE/WBE Letter(s) of Intent to Bid and
within two (2) business days forward the complete list of MBE/WBE bidders who submitted a
Letter of Intent to Bid to prime contractors.
Prime Contractors
In order to be in compliance with the guidelines of this program, the prime contractor must show
good -faith efforts in following the MBE/WBE Contract Compliance Program. Good -faith efforts
include, but are not limited to, the following:
A. Prime contractors shall send solicitation letters (Form CCO-3) to appropriate MBE/WBE
(those certified in directory prepared by City Contract Compliance Officer) at least seven
(7) working days prior to bid date. Letters should identify specific items to be
subcontracted. A minimum of three (3) disadvantaged business contacts must be made
and documented, if there are at least three disadvantaged businesses offering services in
the area to be subcontracted (See City of Waterloo MBE/WBE Certification List). If less
than three (3) are offering the services to be subcontracted, then a contact is required for
any that are listed as providing that service. If the Prime Contractor submits a MBE/WBE
contact not on the City's MBE/WBE list, attach a copy of the MBE/WBE/DBE
Certifications from another government agency.
B. If a prime contract bidder is unable to identify MBE/WBE firms to perform portions of
the work, the City Contract Compliance Officer should be contacted for assistance
immediately.
C. Prime contract bidders may solicit MBE/WBE proposals by telephone or personal
interviews, but all such contacts shall be confirmed by Certified Mail, or subcontract bid
request forms (Form CCO-2).
12
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
D. If any MBE/WBE business submitting bids is not selected for subcontract award,
documentation must accompany the "MBE/WBE Business Enterprise Pre -Bid Contact
Information Form" (Form CCO-4 and CCO-4A) on why the MBE/WBE was not
selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBE/WBE did not bid, withdrew bid or non-responsive.
c. Documentation of other business-related reason for not selecting the MBE/WBE
business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by prime.
The Contract Compliance Officer will determine the weight to be given to each item listed above
(supported by appropriate documentation) based on overall program goals.
❑. MBE/WBE Firms
A. MBE/WBE firms shall be certified by the Iowa Department of Transportation as owners
and controllers of their respective businesses, or were listed on the City of Waterloo
Certified MBE/WBE Contractors list as of July 1, 2002.
B. MBE/WBE firms must perform the work on the project; they cannot act as a broker by
subcontracting the work out to others.
C. Each MBE/WBE firm planning to submit quotes on construction projects with goals,
shall submit a Letter of Intent to Bid (Form CCO-5) to the City Contract Compliance
Officer seven (7) working days prior to bid opening, listing specific items which the
MBE/WBE firm is interested in bidding.
If sufficient Letters of Intent to Bid are not received by the City Contract Compliance
Officer seven (7) working days prior to bid opening, goals on subject project will be
reduced accordingly. Agreements between the bidder/proposer and a MBE/WBE in
which the MBE/WBE promises not to provide subcontracting quotations to other
bidders/proposers are prohibited.
NON-COMPLIANCE OF CONTRACTORS
A. Noncompliance exists when the contractor's actions are not consistent with the
requirements of the Contract Compliance Program in the areas of employment and
subcontracting.
B. A bidder's failure to show good -faith efforts to meet project goals or a failure to use
certified MBE/WBE firms may be grounds for finding its bid not responsible.
C. The Contract Compliance Officer shall submit to City Council his/her recommendation
on any non-compliant contract in writing.
13
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
NOTICE TO PROCEED
Notice to proceed on any project with goals will not be issued until the City Contract Compliance
Officer, or his/her designee, determines the lowest responsible bidder has used good -faith efforts
to comply with this Compliance Program and the bid was responsive.
CONCLUSION
This program repeals or revises all sections of previous Waterloo Contract Compliance Programs.
1 I. EMPLOYMENT AND BUSINESS OPPORTUNITY
To the greatest extent feasible, suppliers, subcontractors, and low income workers owning businesses or
living in the Waterloo area must be given priority in supplying materials, bidding for subcontract work, or
applying for employment by the contractor on this project.
Opportunities for training and for employment arising in connection with this project, shall to the greatest
extent feasible be made available to lower income persons residing in the project area. The contract area is
the City of Waterloo.
The City of Waterloo will require the contractor to document his efforts in securing lower income workers
living in the project area and in purchasing supplies from, and awarding subcontracts to, businesses owned
by persons residing in the project area.
12. STATEMENT OF BIDDER'S QUALIFICATIONS
Each bidder shall, upon request of the City of Waterloo, Iowa, submit on the form furnished for that
purpose (a copy of which is included in the contract documents), a statement of bidder's qualifications, his
experience record in constructing the type of improvements embraced, and his organization and equipment
available for the work contemplated; and, when specifically requested, a detailed financial statement.
The City of Waterloo, Iowa, shall have the right to take such steps as it deems necessary to determine the
ability of the bidder to perform his obligations under the contract, and the bidder shall furnish the City of
Waterloo, Iowa, all such information and data for this purpose as it may request. The right is reserved to
reject any bid where an investigation of the available evidence or information does not satisfy the City of
Waterloo, Iowa, that the bidder is qualified to carry out properly the terms of the contract.
13. AWARD OF CONTRACT
a. Award of contract will be made to that responsive and responsible bidder whose bid, conforming
to the Specifications, is most advantageous to the City of Waterloo, future user capabilities,
Airport Staff ability to maintain and troubleshoot; price and other factors considered.
The intention is to award the contract at the time of opening bids, but the right is reserved to
postpone such action for a reasonable time, not exceeding thirty (30) days.
b. The City Council may, when in its interest, reject any or all bids or waive any informality in bids
received.
14
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
c. The bidder shall submit bids on all the items listed in the proposal and shall state the unit bid price
in words in the blank spaces provided beneath the item description. Should there be any
discrepancy between the unit bid price in words and listed numeral unit hid price, the City of
Waterloo shall consider the unit bid price in words as being the valid unit bid price.
A computer-generated spreadsheet as herein provided shall also be acceptable. Proposals
requiring mathematical computations to determine unit prices or totals will be rejected. A contract
will be awarded to the qualified bidder submitting the lowest total bid for the BASE BID plus
ALTERNATE(S) chosen by the City as indicated in the NOTICE TO BIDDERS.
d. When a contract for a public improvement is to be awarded to the lowest responsive and
responsible bidder, a resident bidder shall be allowed a preference as against a nonresident bidder
from a state or foreign country if that state or foreign country gives or requires any preference to
bidders from that state or foreign country, including but not limited to any preference to bidders,
the imposition of any type of labor force preference, or any other form of preferential treatment to
bidders or laborers from that state or foreign country.
The preference allowed shall be equal to the preference given or required by the state or foreign
country in which the nonresident bidder is a resident. In the instance of a resident labor force
preference, a nonresident bidder shall apply the same resident labor force preference to a public
improvement in this state as would be required in the construction of a public improvement by the
state or foreign country in which the nonresident bidder is a resident.
14. EXECUTION OF AGREEMENT, BONDS, AND CERTIFICATE OF INSURANCE
a. Subsequent to the award and within ten (10) days after the prescribed forms are presented for
signature, the successful bidder shall execute and deliver to the City of Waterloo, Iowa, an
agreement in the form included in the contract documents in such number of copies as the City of
Waterloo, Iowa, may require.
b. Having satisfied all conditions of award as set forth elsewhere in these documents, the successful
bidder shall, within the period specified in paragraph "a" above, furnish a surety bond and a
payment bond in a penal suns not less than the amount of the contract as awarded, as security for
the faithful performance of the contract and terms and conditions therein contained and shall
guarantee the prompt payment of all persons, firms, or corporations to whom the contractor may
become legally indebted for labor, materials, tools, equipment, or services of any nature including
utility and transportation services, employed or used by hint in performing the work.
The bonds shall protect and save harmless the City from claims and damages of any kind caused
by the operations of the contractor and shall also guarantee the maintenance of the contract
improvements for the period stated in the Notice of Hearing from and after completion of said
improvements and their acceptance by the City.
Such bonds shall be in the same form as that included in the contract documents and shall bear the
same date as, or a date subsequent to that of the agreement. The current Power of Attorney for the
person who signs for any surety company shall be attached to such bonds.
c. The successful bidder shall, within the period specified in paragraph "a" above, furnish a
certificate of insurance for approval in amounts of not less than the amounts specified in the
General Specifications for Construction, Section F. No. 4 "Liability Insurance," Pages 14 to 15 of
18 Pages.
The certificate of insurance shall be furnished in such number of copies as the City of Waterloo
may require. The City of Waterloo shall be named as an "Additional Insured." The contractor
shall similarly submit his subcontractor's certificates of insurance in the amounts for approval
before each commences work.
15
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
The contractor shall carry or require that there be Workmen's Compensation Insurance for all his
employees and those of his subcontractors engaged in work at the site, in accordance with State
Workmen's Compensation Laws.
d. The failure of the successful bidder to execute such agreement and to supply the required bond or
bonds within ten (10) days after the prescribed forms are presented for signature, or within such
extended period as the City of Waterloo, Iowa, may grant, based upon reasons determined
sufficient by the City of Waterloo, Iowa, may either award the contract to the next lowest bidder
or re -advertise for bids, and may charge against the bidder the difference between the amount of
the bid and the amount for which a contract for the work is subsequently executed, irrespective of
whether the amount thus due exceeds the amount of the bid guaranty.
If a more favorable bid is received by re -advertising, the defaulting bidder shall have no claim
against the City of Waterloo, Iowa, for a refund.
15. RECIPROCAL RESIDENT BIDDER PREFERENCE
Attention of bidders is called to the requirement of complying with the provisions of the Resident
Bidder/Non-Resident Bidder requirement.
Each bidder submitting a bid shall execute and include with the bid, a Resident Bidder Certification or a
Non -Resident Bidder Certification in the form(s) herein provided.
16
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
FORM OF BID OR PROPOSAL
AIRPORT PARKING LOT EQUIPMENT REPLACEMENT PROJECT
CITY OF WATERLOO, IOWA
Honorable Mayor and City Council
Waterloo, Iowa
Gentlemen:
The undersigned, being a Corporation existing under the laws of the State of Iowa , a Partnership
consisting of the following partners: Parking - Inc , having familiarized
(himself) (themselves) (itself) with the existing conditions on the project area affecting the cost of the work, and
with all the contract documents listed in the Table of Contents and Addenda (if any), as prepared by THE
CITY OF WATERLOO / OFFICE OF THE DIRECTOR OF AVIATION now on file in the office of the
City Clerk, City Hall, Waterloo, Iowa, hereby proposes to furnish all supervision, technical personnel, labor,
materials, machinery, tools, appurtenances, equipment, and services, including utility and transportation
services required to construct and complete this PARKING ACCESS AND REVENUE CONTROL
SYSTEM (PARCS) PROJECT AND RELATED PARKING LOT IMPROVEMENTS, all in accordance
with the above -listed documents and for the unit prices for work in place for the following items and quantities:
Parking Access and Revenue Control System (PARCS)
Equipment Replacement Project
Ref.
Item
Item
Unit
Estimated
Quantity
anti
Unit Bid
Price
Total Bid Price
North entry Ticket Dispenser Tl0A MP -30 Entry
Terminal with pedestal, Integrated proximity key
card reader, 2D scanner, voice announcement and
intercom interface
complete
system
$12,415.00
$12,415.00
2
West entry Ticket Dispencer TIBA MP -30 Entry
Terminal with pedestal, integrated proximity key
card reader, 2D scanner, voice announcement and
intercom interface
complete
system
$12,415.00
$12,415.00
3
PIL-Debt/Credit card Exit laneTlBA SW -30 Exit
Terminals with pedestals, bar code scanner,
intgrated proximity card reader, insert card
reader, voice announcement, Intercom interface
complete
system
1
514,875.00
$14,875.00
4
PIL cash, Debt ,credit Card exit laneTIBA VPS -30
Exit pay in lane including bill acceptance, 2 Note
bill dispenser with presenter. Voice
announcement and intercom interface
complete
system
1
$36,768.00
$36,768.00
5
Magnetic OEM Microdrive Parking Pro -M Right
Hand, breakaway flange straight arms and vehicle
detectors
complete
system
4
$4,764.00
519,056.00
6
Stentofon Intercom TKIS-2 Turbine station kit,
Lynix controller, grand stream gateway, IP Desk
masterstation with display and handset
co mplete
system
4
51,787.00
57,148.00
7
Local Back Office System Tiba CT -20 master
controller, SmartPark Management software
license, TMS-Tib@pay Standard Edition
complete
system
1
$17,700.00
517,700.00
8
Local Back Office System PowerEdge R30 server,
Networking Switch, 24 inch Monitor, Barracudasystem
X100 firwall, optiPlex 3040 credit card server,
complete
$9,1]6.00
$9,176.00
9
o th ation to the South entry lane to transform
it to the second exit lane.
it t
system complete
1
$8,500.00
58,500.00
10
Labor to Install and all wire, boxes, conduit, and
fasteners
complete
system
1
515,856.00
515,856.00
Total Bid Amount
$153,909.00
2. It is understood that the quantities set forth are approximate only and subject to variation and that the unit bid
price for the work done shall govern in the actual payment to Contractor.
17
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
3. In submitting this bid, the bidder understands that the right is reserved by the City of Waterloo, Iowa, to reject
any or all bids.
If written notice of the acceptance of this bid is mailed, telegraphed, or delivered to the undersigned within
thirty (30) days after the opening thereof, or at any time thereafter before this bid is withdrawn, the undersigned
agrees to execute and deliver an agreement in the prescribed form and furnish the required bond and certificate
of the insurance within ten (10) days after the agreement is presented to him for signature, and start work within
ten (10) days after "Notice to Proceed" is issued.
4. Security in the sunt of Eight thousand five hundred dollars
Dollars ($ 8500.00 ) in the form of Cashiers Check is submitted herewith in
accordance with the INSTRUCTIONS TO BIDDERS.
5. Attached hereto is a Non -Collusion Affidavit of Prime Contractor.
6. Attached hereto is a Resident Bidder Certification ( yes ), or Non -Resident Bidder Certification
( N/A ). (Mark one.)
7. The bidder is prepared to submit a financial and experience statement upon request.
8. The Prime Contractor and Subcontractor(s), which have performed an aggregate of $10,000.00 in work for the
City in the current calendar year, are prepared to submit an AAP or Update and an EOC, within ten (10) days of
notification that the bid submitted is lowest and acceptable.
9. The bidder has received the following Addendum or Addenda:
Addendum No. N/A Date N/A
N/A N/A
N/A N/A
10. The bidder shall list the MBE/WBE subcontractor(s), amount of subcontracts and bid items on the City of
Waterloo Minority and/or Women Business Pre-bid Contact Information Form submitted with this Form of Bid
or Proposal. The apparent low Bidder shall submit a list of all other Subcontractor(s) to be used on this Project
to the City of Waterloo by 5:00 p.m. the business day following the day Bids on this Project are due along with
the Non -Collusion Affidavits of All Subcontractor(s).
The Contractor shall submit information on subcontractors on "SUBCONTRACTOR REQUEST AND
APPROVAL" Form to be provided by City prior to approval of contract.
The subcon0actors listed on this proposal and/or submitted to the Contract Compliance Officer cannot be
changed except for the following reasons:
I) The City of Waterloo does not approve the subcontractors.
2) The subcontractors submit in writing that they cannot fulfill their subcontracts.
11, The bidder has filled in all blanks on this proposal. Those blanks not applicable are marked "none" or "NA".
12. The bidder has attached all applicable forms.
13. The Owner reserves the right to select alternates, delete line items, and/or to reduce quantities prior to the
award of a contract due to budgetary limitations.
Parking - Inc 4/26/2018
(Name of Bidder) (Date)
By: Craig Buscher Title
Official Address: (Including Zip Code):
401 Grand Avenue Des Moines, Iowa 50309
Manager
I.R.S. No. 42-0817673
18
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
INFORMATION NEEDED FOR
IOWA CONSTRUCTION SALES TAX EXEMPTION CERTIFICATE
CONTRACTOR NAME:
Parking - Inc
ADDRESS: 401 Grand Avenue Des Moines, Iowa 50309
(Check One) PRIME: Yes SUBCONTRACTOR:
FEDERAL IDN: 42-0817673
PROJECT NAME: City of Waterloo, Iowa dba Waterloo Regional Airport Parking Lot equipment replacement project
PROJECT CONTRACT NO.: Unknown
DESCRIPTION OF WORK:
O Brickwork
O Carpentry
❑ Concrete
❑ Drywall -Plaster -Insulation
❑ Electrical
❑ Excavation/Grading
❑ Flooring
❑ Heavy Construction
❑ Landscaping
❑ Painting
❑ Paving
❑ Plumbing
❑ Roofing -Siding -Sheet Metal
❑ Windows
❑ Wrecking -Demolition
❑ Other (Please Specify)
O Heating -Ventilating -Air Cond.
® PARCS System intraqrator
19
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
BID BOND
KNOW ALL MEN BY THESE PRESENTS, that we
as Principal, and
Bid Bond is not use for this Bid Cashiers check is used
as Surety are held and firmly bound unto the Iowa, hereinafter called
"OWNER." In the penal sum
Dollars ($ ) lawful money of the United States, for the payment of which sum will
and truly be made, we bind ourselves, our heirs, executors, administrators, and successors, jointly and severally,
firmly by these presents. The condition of this obligation is such that whereas the Principal has submitted the
accompanying bid dated the day of 2018, for
NOW, THEREFORE,
(a) If said Bid shall be rejected, or in the alternate,
(b) If said Bid shall be accepted and the Principal shall execute and deliver a contract in the form specified and shall
furnish a bond for his faithful performance of said contract, and for the payment of all persons performing labor or
furnishing materials in connection therewith, and shall in all other respects perform the agreement created by the
acceptance of said Bid,
Then this obligation shall be void, otherwise the same shall remain in force and effect; it being expressly understood
and agreed that the liability of the Surety for any and all claims hereunder shall, in no event, exceed the penal
amount of this obligation as herein stated.
By virtue of statutory authority, the full amount of this bid bond shall be forfeited to the Owner in liquidation of
damages sustained in the event that the Principal fails to execute the contract and provide the bond as provided in
the specifications or by law.
The Surety, for value received, hereby stipulates and agrees that the obligations of said Surety and its bond shall be
in no way impaired or affected by any extension of the time within which the Owner may accept such Bid or execute
such contract; and said Surety does hereby waive notice of any such extension.
IN WITNESS WHEREOF, the Principal and the Surety, have hereunto set their hands and seals, and such of then
as are corporations, have caused their corporate seals to be hereto affixed and these presents to be signed by their
proper officers this day of , A.D. 2018.
Witness
(Seal)
Principal
By
(Title)
(Seal)
Surety
By
Witness Attorney-in-fact
20
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
NON -COLLUSION AFFIDAVIT OF PRIME BIDDER
State of Iowa )
)ss
County of Polk )
Todd Pugh
1. He / She is (Representative or Agent) of
being first duly sworn, deposes and says that:
Parking - Inc
the Bidder that has submitted the attached Bid;
2. He is fully informed respecting the preparation and contents of the attached Bid and of all pertinent
circumstances respecting such Bid;
3. Such Bid is genuine and is not a collusive or sham Bid;
4. Neither the said Bidder nor any of its officers, partners, owners, agents, representatives, employees, or
parties in interest, including this affiant, has in any way colluded, conspired, connived or agreed, directly or
indirectly, with any other Bidder, or firm to submit a collusive or sham Bid in connection with the Contract
for which the attached Bid has been submitted or to refrain from bidding in connection with such
Contract, or has in any manner, directly or indirectly, sought by agreement or collusion or communication
or conference with any other Bidder, firm or person to fix the price or prices in the attached Bid or of any
other Bidder, or, to fix any overhead, profit or cost element of the bid price or the bid price of any other
Bidder, or to secure through any collusion, conspiracy, connivance, or unlawful agreement any advantage
against the City of Waterloo, Iowa, or any person interested in the Proposed Contract; and
5. The price or prices quoted in the attached Bid are fair and proper and are not tainted by any collusion,
conspiracy, connivance or unlawful agreement on the part of the Bidder or any of its agents,
representatives, owners, employees, or parties in interest, including_this affiant.
(Signed)
V) c."4„, President
Subscribed and sworn to before me this 25 day of AQf✓k.
My commission expires fort. 91 9080
Title
21
Title
,2018.
WILL NAYS
f Commission Number 782249
• My Commission Expires
owa January 21, 20 an
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
NON -COLLUSION AFFIDAVIT OF SUBCONTRACTOR
State of Iowa )
) ss:
County of Polk )
Terry Phillips , being first duly sworn, deposes and says that:
1 He is (Owner, Partner, Officer, Representative, or Agent) , of
D.C. Corporation
"Subcontractor;"
hereinafter referred to as the
2. He is fully informed respecting the preparation and contents of the subcontractor's proposal
submitted by the subcontractor to Parking - Inc , contract
pertaining to the Waterloo Regional Airport ( Parking) project in Waterloo, Iowa (City or County
and State)
3. Such subcontractor's proposal is genuine and is not a collusive or sham proposal;
4. Neither the subcontractor nor any of its officers, partners, owners, agents, representatives, employees, or
parties in interest, including this affiant, has in any way colluded, conspired, connived, or agreed, directly
or indirectly, with any other bidder, firm or person to submit a collusive or sham proposal in connection
with such contract or to refrain from submitting a proposal in connection with such contract, or has in any
manner, directly or indirectly, sought by unlawful agreement or connivance with any other bidder, firm or
person to fix the price or prices in said subcontractor's proposal, or to fix any overhead, profit or cost
element of the price of prices in said subcontractor's proposal, or to secure through collusion, conspiracy,
connivance or unlawful agreement any advantage against the City of Waterloo, Iowa, or any person
interested in the proposed contract; and
5. The price or prices quoted in the subcontractor's proposal are fair and proper and are not tainted by any
collusion, conspiracy, connivance or unlawful agreement on the part of the bidder or any of its agents,
representatives, owners, employees, or parties in interest, including this affi
(Signed)
Subscribed and sworn to before me this a s "
My commission expires gm. al gQa�
Title
day of AP,(; t(
22
Title
, 2018.
WILL HAYS
Commission Number 782249
My Commission Ex fres
OW January 21, 20 0
Fant 730007WP 7-97
Contactor
PmojedN
County
City
TARGETED SMALL BUSINESS (TSB)
PRE-BID CONTACT INFORMATION
(To Be Completed By All fielders Per The Current Contract Provision/
In ordertayour Eidtobecansidercd respons ve.you are rerarired topnonde mfametiai onthis fam shoring your Tefgeted Smog Business conladsmedeafen your bid submission. Thisinformabm issu6tecd to
verification endcontmnlion.
In he event it isdetemmed that the Targeted Snag Business goals are nal met, then before awarding the contract the Contracting Autmlyxill nuke a detenrinetian as to whether or not the apparent successful
lav kidder made good faith enrols to meet the gags.
NOTE: Every effort shall be models sera quotes a bids on as memwsubccntractabieSenn as neeesserytoadhere the estadished goes. tie TSB's quote isusedinthe bid. Itsassumed blet the firm Weds* be
used as a subcontreda.
Paged
TABLE OF INFORMATION SNOWING BIDDERS PRE-BID
SUBCONTRACTOR
TSB
DATES
CONTACTED
QUOTES RECEIVED
QUOTATION USED IN 81D
YES(
NO
DATES
CONTACTED
YES/
NO
DOLLAR AMT. PROPOSED
TO BE SUBCONTRACTED
Total dollar amount ptWosed to be subcontracted to TSB co this project S
List items by name to besubcantmctet
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
EQUAL OPPORTUNITY CLAUSE
(As provided in Executive Order No. 1 1246)
All contractors, subcontractors, vendors and suppliers of goods and services doing business with the City and value
of said business equals or exceeds ten thousand dollars ($10,000.00) annually agree as follows:
I. The contractors, subcontractor, vendor and supplier of goods and services will not discriminate against any
employee or applicant for employment because of race, color, creed, sex, national origin, economic status, age,
mental or physical handicap, political opinions or affiliations. The contractor, subcontractor, vendor and
supplier will develop an Affirmative Action program to ensure that applicants are employed and that employees
are treated during employment without regard to their race, creed, color, sex, national origin, religion, economic
status, age, mental or physical disability, political opinions or affiliations. Such actions shall include but not be
limited to the following:
a. Employment
b. Upgrading
c. Demotion or Transfer
d. Recruitment and Advertising
e. Layoff or Termination
f. Rates of Pay or Other Forms of Compensation
g. Selection for Training Including Apprenticeship
2. The contractor, subcontractor, vendor and supplier of goods and services will, in all solicitations or
advertisements for employees, state that all qualified applicants will receive consideration for employment
without regard to race, creed, color, sex, national origin, religion, economic status, age, mental or physical
disabilities, political opinion or affiliations.
3. The contractor, subcontractor, vendor and supplier or his/her collective bargaining representative will send to
each labor union or representative of workers which he/she has a collective bargaining agreement or other
contract or understanding, a notice advising said labor union or workers' representative of the contractor's
commitment under this section.
4. The contractor, subcontractor, vendor and supplier of goods and services will comply with all published rules,
regulations, directives, and order of the City of Waterloo Affirmative Action Program Contract Compliance
Provisions.
5. The contractor, subcontractor, vendor and supplier of goods and services will furnish and file compliance
reports within such time and upon such forms as provided by the Affirmative Action Officer.
Said forms will elicit information as to the policies, procedures, patterns, and practices of each subcontractor as
well as the contractor himself/herself and said contractor, subcontractor, vendor and supplier will permit access
to his/her employment books, records and accounts to the City's Affirmative Action Officer, for the purpose of
investigation to ascertain compliance with this contract and with rules and regulations of the City's Affirmative
Action Program—Contract Compliance Provisions relative to Resolution No. 24664.
24
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
6. In the event of the contractor's non-compliance with the non-discrimination clauses of this contract or with any
of such rules, regulations and orders, this contract may be canceled, terminated or suspended in whole or in part
and the contractor may be declared ineligible for further contracts in accordance with procedures authorized by
the City Council.
7. The contractor, subcontractor, vendor and supplier of goods and services will include, or incorporate by
reference, the provisions of the non-discrimination clause in every contract, subcontract or purchase order
unless exempted by the rules, regulations or orders of the City of Waterloo's Affirmative Action Program, and
will provide in every subcontract, or Purchase Order that said provisions will be binding upon each contractor,
subcontractor, or supplier.
8. We, the undersigned, recognize that we are morally and legally committed to non-discrimination in
employment. Any person who applies for employment with our company will not be discriminated against
because of race, creed, color, sex, national origin, economic status, age, mental or physical disabilities.
(Signed) ✓���
ppropriate Official)
A.,00
`iWILL I'?AYS
Commission Number 782249
' My Commission - ires
0Nn' January 21, 20
25
(Title)
(Date)
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
TITLE VI CIVIL RIGHTS
During the performance of this contract, the contractor (for itself), its assignees, and successors in interest
(hereinafter referred to as the "contractor") agrees as follows:
1. Compliance with Regulations:
The contractor shall comply with the Regulations relative to non-discrimination in Federally assisted programs
of the DOT Title 49, Code of Federal Regulations, Part 21, as they may be amended from time to time,
(hereinafter referred to as the Regulations), which are herein incorporated by reference and made a part of this
contract.
2. Nondiscrimination:
The contractor, with regard to the work performed by it during the contract, shall not discriminate on the
grounds of race, color, national origin, sex, age, or disability in the selection and retention of subcontractors,
including procurement of materials and leases of equipment.
The contractor shall not participate either directly or indirectly in the discrimination prohibited by section 21.5
of the Regulations, including employment practices when the contract covers a program set forth in Appendix B
of the Regulations.
3. Solicitations for Subcontracts, Including Procurement of Materials and Equipment:
In all solicitations either by competitive bidding or negotiation made by the contractor for work to be performed
under a subcontract, including procurement of materials or leases of equipment, each potential subcontractor or
supplier shall be notified by the contractor of the contractor's obligations under this contract and the
Regulations relative to non-discrimination on the grounds of race, color, national origin, sex, age, or disability.
4. Information and Reports:
The contractor shall provide all information and reports required by the Regulations or directives issued
pursuant there to, and shall allow access to its books, records, accounts, other sources of information, and its
facilities as may be determined by the Contracting Authority, the Iowa DOT, or FHWA to be pertinent to
ascertain compliance with such Regulations, orders and instructions.
Where any information required of a contractor is in the exclusive possession of another who fails or refuses to
furnish this information the contractor shall so certify to the Contracting Authority, the Iowa DOT, or the
FHWA as appropriate, and shall set forth what efforts it has made to obtain the information.
5. Sanctions for Noncompliance:
In the event of the contractor's noncompliance with the nondiscrimination provisions of this contract, the
Contracting Authority, the lowa DOT, or the FHWA shall impose such contract sanctions as they may
determine to be appropriate, including, but not limited to:
a. Withholding of payments to the contractor under the contract until the contractor complies, and/or
b. Cancellation, termination, or suspension of the contract, in whole or in part.
26
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
6. Incorporation of Provisions:
The contractor shall include the provisions of paragraphs (I) through (6) in every subcontract, including
procurement of materials and leases of equipment, unless exempt by the Regulations, or directives issued
pursuant thereto.
The contractor shall take such action with respect to any subcontract or procurement as the Contracting
Authority, the Iowa DOT, or the FHWA may direct as a means of enforcing such provisions including sanctions
for non-compliance:
Provided, however, that, in the event of a contractor becomes involved in, or it threatened with, litigation with a
subcontractor or supplier as a result of such direction, the contractor may request the Contracting Authority or
the Iowa DOT to enter into such litigation to protect the interests of the Contracting Authority or the Iowa DOT;
and, in addition, the contractor may request the United States to enter into such litigation to protect the interest
of the United States.
No More Information This Page
27
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
RESIDENT / NON-RESIDENT BIDDER
RESIDENT BIDDER:
In accordance with Section 73A.2I of the Iowa Code, all non -federal -aid public improvement projects,
which include road construction, shall be performed by a qualified resident bidder. The resident bidder has
been further defined as follows:
Resident Bidder:
A person or entity authorized to transact business in this state and having a business for at least three years
prior to the date of the first advertisement for the public improvement. If another state or foreign country
has a more stringent definition of a resident bidder, the more stringent definition is applicable as to bidders
from that state or foreign country.
The contractor shall provide the City with a certification that he is a qualified resident bidder according to
the above definition. The Certification shall be submitted with the contractor's bid. A copy of the form of
"Resident Bidder Certification" is included in the Contract Documents. If it is determined that the
contractor does not meet this qualification after he begins work, a shutdown notice shall be issued and the
voiding of the contract shall begin unless the contractor becomes qualified.
NON-RESIDENT BIDDER:
The contractor shall provide the City with a certification that he is a non-resident bidder according to the
above definition. The Certification shall be submitted with the contractor's bid.
A copy of the form of "Non -Resident Bidder Certification" is included in the Contract Documents.
KDK
03/26/18
28
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
CONTRACT NO:
PROJECT NAME:
DATE OF LETTING:
RESIDENT BIDDER CERTIFICATION
Unknown
City of Waterloo, Iowa dba Waterloo Regional Airport Parking Lot equipment replacement
Prom
4/26/2018
To be a qualified resident bidder, the bidder shall be a person or entity authorized to transact business in
this state and having a business for at least three years prior to the date of the first advertisement for the
public improvement.
If another state or foreign country has a more stringent definition of a resident bidder, the more stringent
definition is applicable as to bidders from that state or foreign country.
This qualification as resident bidder shall be maintained by the contractor and his subcontractors at the
work site until this project is completed.
[ hereby certify that I am a resident bidder as defined above.
COMPANY NAME
Parking - Inc
CORPORATE OFFICER �1 /c -AZ
TITLE President
DATE 4/26/201
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
CONTRACT NO.:
PROJECT NAME:
DATE OF LETTING:
NON-RESIDENT BIDDER CERTIFICATION
N/A
N/A
N/A
1 hereby certify that I am an Iowa non-resident bidder.
COMPANY NAME: N/A
CORPORATE OFFICER:
TITLE:
DATE:
N/A
N/A
N/A
STATE/COUNTRY OF RESIDENCY:
N/A
Stated below are the preference(s) to resident bidders in the state/country of
N/A
(Preference to bidders, labor force, or other preferential treatment to bidders or laborers, etc.
30
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
CONTRACTOR'S OR SUBCONTRACTOR'S AFFIRMATIVE ACTION PROGRAM
Check box that applies to party completing program:
( Yes ) General Contractor
( ) Subcontractor
Section A to be completed by GENERAL CONTRACTORS only:
A.
Name of Company Parking -Inc
Address of Company 401 Grand Ave. Des Moines,Zip Iowa 50309
Telephone Number ( 515 ) 244-5325
Federal ID Number (if no Federal ID Number, Owner/President's Social Security Number)
42-0817673
Name of Equal Employment Officer
Will Hays
Name of Project City of Waterloo, Iowa dba Waterloo Regional Airport Parking Lot equipment replacement project
Project Contract Number Unknown
Estimated Construction Work DatesJune 15th 201j3 /June 30th 2018
Section B to be completed by SUBCONTRACTORS only:
B.
Name of General or Prime Contractor Parking - Inc
Name of Subcontractor D.C. Corporation
Subcontractor's Address 426 Beech Street Waterloo, Iowa
Subcontractor's Telephone Number ( 319 ) 493-2642
Zip 50703
Subcontractor's Federal ID Number (if no Federal ID Number Owner/President's Social Security Number) _
Name of Equal Employment Officer Terry Phillips
31
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
C. Remainder of program to be completed by party completing program, either Prime or
Subcontractor.
1. The Owners and/or Principals of your company:
Ethnic
Name Address Position Origin
Bill Keck 401 Grand Ave. Des Moines, IA 50309 President USA
Todd Pugh 401 Grand Ave. Des Moines, IA 50309 Vise Preident USA
2. Other Areas of Interest:
If your company has branches or subsidiaries, or if your company is a branch or subsidiary of a
parent organization, give the following information:
Name
N/A
Type of
Address Affiliation Degree
11. EMPLOYER'S POLICY (Please read carefully.)
A. We, the undersigned, recognize that we are morally and legally committed to nondiscrimination in
employment. Any person who applies for employment with our company will not be discriminated against
because of race, color, creed, sex, national origin, economic status, age, mental or physical handicap.
13. The employment policies and practices of the undersigned are to recruit and hire employees without
discrimination, and to treat them equally with respect to compensation and opportunities for advancement,
including training, upgrading, promotion, and transfer. However, we realize the inequities associated with
employment training, upgrading, contracting and subcontracting for minorities and women and we will
direct our efforts to correcting any deficiencies to the maximum extent possible. The same will be required
of our SUBCONTRACTORS and suppliers.
C. We submit this program to assure compliance with Executive Order 11246, as amended, and other
subsequent orders that may pertain to equal employment opportunity and merit employment policies, fully
realizing that our qualification and/or merit system should be evaluated and revised, if necessary.
D. We agree to put forth the maximum effort to achieve full employment and utilization of capabilities and
productivity of all our citizens without regard to race, creed, color, sex, national origin, economic status,
age, and mental or physical handicap.
E. Parking - Inc will give training and
(Name of Company)
employment opportunities to local residents of Waterloo, Iowa, to the greatest extent feasible.
32
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
I11. AFFIRMATIVE ACTION
A Parking - Inc
B.
C.
recognizes that the
(Nance of Company)
effective application of a policy of merit employment involves more than just a policy statement, and
Parking - Inr
(Name of Company)
will, therefore, re-evaluate our Affirmative Action Program to ensure that equal employment opportunities
are available on the basis of individual merit, and to actively encourage minorities, women and local
residents to seek employment with our company on this basis.
Parking - Inc will undertake the
(Name of Company)
following six (6) steps to improve our Affirmative Action Program:
1. Minority Recruitment and Employment;
2. Local Recruitment and Employment;
3. Disabled Veteran and Vietnam Era Veteran Recruitment and Employment;
4. Handicapped Recruitment and Employment;
5. Female Recruitment and Employment; and
6. Training, Upgrading and Promotional Opportunities.
Parking - Inc
will take
(Name of Company)
whatever steps are necessary to ensure that our total work force has adequate minority, female, and local
representation. We will utilize the following methods in our recruitment attempts:
Local advertising media (newspapers, radio, TV);
2. Community organizations (churches, clubs, schools);
3. Public and private institutions in the area (UNI, Hawkeye Community College);
4. Job Service of Iowa; and
5. Other.
D.
Parking - Inc will seek qualified minority,
(Name of Company)
female, and local group applicants for all job categories and will make asserted efforts to increase minority,
female and group representation in occupations at the higher levels or skill and responsibility.
33
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
E. All sources of employment used shall be aware that we are an Equal Employment Opportunity Employer.
Labor organizations representing our employees will be notified of our Equal Employment Opportunity
Policy and Affirmative Action Program.
F. Training, upgrading, promotion and transfer activities at all levels will be monitored to ensure that full
consideration has been given to qualified minority, female, and local group employees.
G. Parking - Inc
will encourage other
(Name of Company)
companies with whom we are associated and/or do business, to do the same and we will assist them in their
efforts.
fl,
J.
Parking - Inc
has taken the following
(Name of Company)
Affirmative Action to ensure that minority, female, local contractors and/or suppliers were provided
opportunities to negotiate and/or bid on this project: (if none, write "NONE")
Called Greer's work left a message for owner informed Them of our need for this project
2. Called Daniels Home improvement set an appointment to walk the site and inform them of our needs
As a result of the above efforts, we have involved minority, female, and local contractors and/or suppliers
in the following areas of subcontracting: (if none, write "NONE")
1. Daniel Home improvements did not show up for the walk through
2. D.0 Corporation did show up and has provided us with a working Bid
Parking - inc will require approved
(Name of Company)
Affirmative Action Programs from all nonexempt contractors who propose to work on this project and will
take whatever steps are necessary to ensure that non -minority contractors have adequate representation of
minority, female and local persons in their total work force.
K. In further accordance with rules and guidelines issued pursuant to Executive Order 11246 as amended, we
establish the goals for our company, based on parity percentages supplied by the City, and we realize these
goals will be reviewed on an annual basis.
L. Parking- Inc will keep records of specific
(Name of Company)
actions relative to recruitment, employment, training, upgrading and promotion and will provide the City
of Waterloo with any information relative to same, including activities of our SUBCONTRACTORS
and suppliers as necessary or when requested.
34
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
M. Parity figures for companies located in Waterloo are as follows:
Minority Parity = .08 (8%)
N. Parking - Inc
(Name of Company)
Affirmative Action
Employment Goals:
The definition of Affirmative Action Goals is as follows: "Goals may not be rigid and inflexible quotas which must
be met, but must be targets, reasonably attainable by means of applying every good faith effort to make all aspects
of the entire Affirmative Action Program work."
For the year 2018 , please submit percentage targets for employing minorities and women. If you already have
reached your target for hiring minorities and women, please submit that percentage.
* Goals for Minorities: 5
* Goals for Women: 1
*Your affirmative action goals should be between I% and 10% or more for minorities and I% and 5% or more for
women.
Please be advised that the goals or targets are purely your estimation of how many women and minorities your
company can reasonably expect to hire in 2018.
Note, that none of the goals are rigid or inflexible. They are targets that your company calculates as reasonably
attainable.
This will help the City in its monitoring procedures as required by City of Waterloo Resolution No. 1984-142(4).
35
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
CONTRACTOR'S TOTAL WORK FORCE
(WATERLOO / CEDAR VALLEY / STATE OF IOWA)
NAME
AND ADDRESS
JOB
CATEGORY
RACE
SEX
HOURLY
WAGE
Craig Buscher 10975 NE 80 th street Bonduranl IA
Manager
Jon Jasper 3800 Pebble Court Urbandale, Iowa
Tech
w
Alfonso Torres
Laborer
Hispanic
20.00
moo
20-00
INDICATE:
DISABLED VETERAN: DV
VIETNAM ERA VETERAN: VV
HANDICAPPED: H
36
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
We hereby certify that we are in compliance with all City and Federal Affirmative Action
Regulations and agree to accept all liability for failure to comply.
Respectfully submitted,
City of Waterloo Affirmative Action Officer
By 0(/ 4CJ
4/26/2018
Company Executive
Date:
Bv:
Equal Employment Opportunity Officer
Date:
Approved
Disapproved Reason:
By:
Date:
37
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
DESCRIPTION OF JOB CATEGORIES
1. Officials / Manager:
Occupations in which employees set broad policies, exercise overall responsibility for execution of all
policies, or direct individual departments or special phases of the agency's operations or provide
specialized consultation on a regional, district or area basis.
Includes: Department heads, bureau chiefs, division chiefs, directors, deputy directors, controllers,
examiners, wardens, superintendents, unit supervisors, sheriffs, police and fire chiefs and inspectors and
kindred workers.
2. Professionals:
Occupations which require specialized and theoretical knowledge which is usually required through college
training or thorough work experience and other training which provides comparable knowledge.
Includes: Personnel and labor relations workers, social workers, doctors, psychologists, registered nurses,
economists, dietitians, lawyers, system analysts, accountants, Airport Directors, employment and
vocational rehabilitation counselors, teachers or instructors, police and fire captains and lieutenants and
kindred workers.
3. Technicians:
Occupations which require a combination of basic scientific or technical knowledge and manual skill which
can be obtained through specialized post -secondary school education and through equivalent on-the-job
training.
Includes: Computer programmers and operations, draftsmen, surveyors, licensed practical nurses,
photographs, radio operators, technical illustrators, police and fire sergeants and kindred workers.
4. Office / Clerical:
Workers are responsible for internal and external communication, recording and retrieval of data and/or
information and other paper work required in an office.
Includes: Bookkeepers, messengers, office machine operators, clerk -typists, stenographers, court
transcribers, hearing reporters, statistical clerks, dispatchers, license distributors, payroll clerks and kindred
workers.
5. Skilled Craft Workers:
Workers perform jobs which require special manual skill and a thorough and comprehensive knowledge of
the processes involved in the work which is acquired through on-the-job training programs.
Includes: Mechanics and repairman, electricians, heavy equipment operators, stationary Airport Directors,
skilled machine occupations, carpenters, compositors and typesetters and kindred workers.
38
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
6. Sales Workers:
Occupations engaging wholly and primarily in direct selling.
Includes: Advertising agents and salesman, insurance agents and brokers, real estate agents and brokers,
stock and bond salesmen, demonstrators, salesmen and sales clerks, grocery clerks and cashier checkers,
and kindred workers.
7. Operatives (semi -skilled):
Workers who operate machine or processing equipment or perform other factory -type duties of
intermediate skill level which can be mastered in a few weeks and require only limited training.
Includes: Apprentices (auto mechanics), plumbers, building trades, metal working trades, bricklayers,
carpenters, electricians, machinists, mechanics, printing trades, etc., operatives, attendants (auto service and
parking), plasterers, chauffeurs, deliverymen and furnacemen, heaters (metal), laundry and dry cleaning
operatives, milliners, mine operatives and laborers, motormen, oilers and greasers, (except auto painters),
(except construction and maintenance), photographic process workers, stationary fireman, truck and tractor
drivers, weavers, (textile), welders and flame cutters and kindred workers.
8. Laborers (unskilled):
Workers in manual occupations which generally require no special training. Performs elementary duties
that may be learned in a few days and require the application of little or no independent judgment.
Exs: Include: General laborers, car washers and greasers, gardeners (except farm) and groundskeepers,
longshoremen, and stevedores, lumbermen, craftsmen and woodchoppers, laborers performing lifting,
digging, mixing, loading and pulling operations and kindred workers.
9. Apprentices:
Persons employed in a program including work training and related instruction to learn a trade or craft
which is traditionally an apprenticeship, regardless of whether the program is registered with a Federal or
State agency.
10. Trainees (on-the-job):
Production, persons in formal training for craftsmen when not trained under apprentice programs --operative
laborer, and service occupations.
39
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
ITEMS OF POTENTIAL MBE / WBE PARTICIPATION
NOTICE TO PROSPECTIVE BIDDERS:
The following are items from the INSTALLATION OF A PARKING ACCESS AND REVENEUE CONTROL SYSTEM
(PARCS) AND RELATED IMPROVEMENTS, project that have a potential for MBE/WBE Participation. This listing,
however, is not intended to be all encompassing; to preclude MBE/WBE Contractors from bidding on any items of the Proposal
as a Subcontractor or the entire Proposal as a ('rime Contractor.
All items are eligible for participation.
MBE / WBE GOALS FOR THIS PROJECT
IMPORTANT:
Prince Contract Bidders should be aware (hat ten percent (10%) MBE goal and two percent (2%) WBE goal is attached to this
project. "Certified Return Receipt" letters are no longer needed with the bid showing proof of contacting MBE or WBE
Subcontractors, but the Pre -Bid Contact Information Form must be filled out completely.
City of Waterloo Contract Compliance Officer:
CONTRACT COMPLIANCE OFFICER
Community Development Board
Carnegie Annex, Suite 202
620 Mulberry Street
Waterloo, Iowa 50703
Phone: (319) 291-4429
40
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — REP for an Airport Parking Lot Equipment Replacement Project
Contract No.: Unknown
SUBCONTRACTOR'S BID REQUEST FORM
PRIME BIDDER'S LETTERHEAD
Letting Date: 4/26/2018
I, (subcontractor's name), hereby attest that 1 have been solicited for a bid on (project name) in the area of
(description of work and bid item no.).
(Prime contractor) has informed me that if 1 am interested in bidding, a subcontracting bid proposal must be
submitted to the company office by (date) and (time).
71/5 20(5
Date Subcontractor's Signature
D.C. Corporation
Subcontractor's Company Nanie
Date
41
e Bidder's ' ignature
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
LETTER TO BE USED WHEN SOLICITING
FOR SUBCONTRACTOR QUOTES
Subcontractor Company Name:
Address:
RE: Contract No.: Did not use
Dear
(Prime Contractor's Company Name) is presently soliciting for the following work in connection with the above
referenced project.
(Insert bid Item Nos. and Description of Work)
(Prime Contractor's Company Name) is an Equal Opportunity Employer, and all qualified bidders will not be
discriminated against due to race, religion, color, sex, or origin.
If interested in bidding your proposal must be turned in to this office by
and
(Time)
S incerely,
(Prime Contractor's Representative)
Form CCO- 3 (11/28/2001)
42
(Date)
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
LETTER OF INTENT TO BID
(MBE / WBE LETTER)
According to the Current MBE/WBE Contract Compliance Program - 2002, all MBE/WBE Contractors interested in
submitting subcontractor quotes on construction projects with goals, MUST submit a LETTER OF INTENT TO
BID to the City of Waterloo Contract Compliance Officer at least seven (7) days prior to bid opening.
The LETTER OF INTENT TO BID must list the specific items which the MBE/WBE Contractor is interested in
bidding.
Letter should include the following:
Name of Project: City of Waterloo, Iowa dba Waterloo Regional Airport Parking Lot equipment replacement project
Your Company Name: Parking - Inc
Address: 401 Grand Avenue Des Moines, Iowa 50309
Phone: 515-244-5325 Date: 4/10/2018
List of Specific items to be bid:
Item No. one Description: Changing the south entry into an exit lane per plans
Item No. two Description: Changing the entry lane north side into a dual entry per plans
Item No. Description:
Item No. Description:
Item No. Description:
D.0 Corporation
(Subcontractor's Company Name and authorized signature)
Return this LETTER OF INTENT TO BID to:
CONTRACT COMPLIANCE OFFICER
Community Development Board
620 Mulberry St.
Carnegie Annex, Suite 202
Waterloo, IA 50703
Phone: (319) 291-4429
Form CCO-5 (06-20-2002)
Parking - Inc
401 Grand Avenue
Des Moines, Iowa 50309
43
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
MBE / WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM INSTRUCTIONS
Prime Contractor Responsibilities:
Prime Contractors bidding on City of Waterloo contract work are required to ensure that MBE/WBE businesses are
provided the opportunity to participate in the performance of contracts and subcontracts.
Prime contractors are required to assist MBE/WBE businesses in overcoming barriers to participation, and must
make good faith efforts to secure bids from, and award subcontracts to, MBE/WBE businesses, For all contract bids
of $50,000 or more, the following is required to demonstrate good faith efforts in accordance with this policy:
1. "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" submitted with the
prime contractor bid, properly completed and signed on Form CCO-4 (Rev. 06-20-02). Please note that this
document must include all subcontractor contacts, bids received, and awarded - not just those related to
disadvantaged business enterprise vendors,
2. A minimum of three (3) MBE/WBE business contacts must be made and documented, if there are at least three
(3) MBE/WBE businesses offering services in the areas to be subcontracted (see City of Waterloo MBE/WBE
Certified List).
If less than three (3) are offering the services to be subcontracted, then a contact is required for any that are listed as
providing that service. If you have submitted a MBE/WBE contact not on the City's MBE/WBE list, attach a copy of
the certification from another government agency.
3. Contacts to each MBE/WBE businesses are required to be a minimum of seven (7) working days prior to the date
the prime contractor submits the bid to the City of Waterloo.
4. The following documentation must accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID
CONTACT INFORMATION FORM" for each MBE/WBE business contacted:
a. A copy of the bid received from the MBE/WBE, OR
b. If no bid was received, a copy of correspondence received from the MBE/WBE with a "no bid" response, OR
c. If no response was received, a copy of the solicitation sent to the MBE/WBE with proof of mailing attached.
5. If any MBE/WBE business submitting bids are not selected for subcontract award, documentation must
accompany the "MBE/WBE BUSINESS ENTERPRISE PRE-BID CONTACT INFORMATION FORM" on why
the MBE/WBE was not selected. These reasons could include:
a. Not low bid. Copies of the competing bids may be required for verification.
b. MBE/WBE did not bid, withdrew bid or was non-responsive.
c. Documentation of other business-related reason for not selecting the MBE/WBE business for a subcontract.
d. Prime contractor self performs work.
e. Any other reason relied on by the Prime Contractor.
44
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
The Contract Compliance Officer will determine the weight to be given to each item listed above (supported by
appropriate documentation) based on overall program goals.
Subcontractors Responsibilities:
I, Each MBE/WBE firm planning to submit quotes on construction projects with goals, shall submit a Letter of
Intent to Bid (Form CCO-5) to the City Contract Compliance Officer seven (7) working days prior to bid opening,
listing specific items which the MBE/WBE firm is interested in bidding.
If the City Contract Compliance Officer does not receive sufficient scope letters seven (7) working days prior to bid
opening, goals on subject project will be reduced accordingly. Agreements between the bidder/proposer and an
MBE/WBE in which the MBE/WBE promises not to provide subcontracting quotations to other bidders/proposers
are prohibited.
Form CCO-4A Rev. 07-08-02
45
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
MBE / WBE BUSINESS ENTERPRISE
PRE-BID CONTACT INFORMATION FORM
City of Waterloo, Iowa dba Waterloo Regional
Prime Contractor Name: Parking - Inc Project: Airport Parking Lot equipment replacement project
Letting Date: 4/26/2018
NO MBE / WBE SUBCONTRACTORS: If you are NOT using any MBE/WBE subcontractors to complete this project, sign below.
Attach a brief explanation as to why subcontracting was not feasible with this project. If any MBG/WBE subcontractors will be used,
please use the bottom portion of this form.
Contractor Signature: Title: Date:
SUBCONTRACTORS APPLICABLE: You are required, in order for your bid to be considered responsive, to provide the
information on this form showing ALL of your MBE/WBE subcontractor contacts made for your bid submission. This information is
subject to verification. Any questions should be directed to Contract Compliance Office 319-291-4429.
You are required, in order for your bid to be considered responsive, to provide the information on this Form showing your MBE/WBE
Business Enterprise contacts made prior to your bid submission. This information is subject to verifications and confirmation.
If you are unable to identify MBE/WBE firms to perform portions of the work, please contact Louis Starks, Contract Compliance
Officer, for assistance at (319) 291-4429.
In the event it is determined that the MBE/WBE Business Enterprise goals are not met, then before awarding the contract the City of
Waterloo will make a determination as to whether or not the apparent successful low bidder made good faith efforts to meet the goals.
TABLE OF INFORMATION SHOWING BIDDER'S PRE-BID
MBE / WBE BUSINESS ENTERPRISE CONTACTS
Received Quotes Quotation
used in bid
MBE / WBE
Subcontractors
Dates
Contacted
Yes /
No
Dates
Contacted
Yes /
No
D.0 Corporation
4/10/2018
Yes
4/26/018
Yes
Yes
Greer's Works
4/10/2018
Yes
4/26/2018
No
No
Called Daniels Home Improvement
4/10/2018
Yes
No
No
No
(Form CCO-4) Rev. 06-20-02
46
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
CERTIFIED
MBE / WBE CONTRACTORS
City WEB Site:
Contract Compliance
WEB Site
for listing updates:
Contact:
Email:
Phone:
Fax:
CITY OF WATERLOO, IOWA
CONTRACT COMPLIANCE OFFICE
Community Development Board
Carnegie Annex, Suite 202
620 Mulberry Street
Waterloo, Iowa 50703
www.ci.waterloo.ia.us
htto://www.wplwloolibia.us/contractcompliancel
Rudy Jones, Community Development Director
rudy. jon es(a?waterloo-ia.org
(319) 291-4429
(319) 291-4431
47
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ – RFP for an Airport Parking Lot Equipment Replacement Project
CERTIFIED MBE CONTRACTORS
CARTER ELECTRIC
725 Adams Street
Waterloo, IA 50703
Phone: (319)232-9808
Pager: (319)235-4021
Contact: Derrick Carter
Specializing in:
ELECTRICAL CONTRACTOR
CULPEPPER ELECTRIC
1731 Cottage Grove Avenue
Waterloo, IA 50707
Phone: (319)235-0885
Fax: (319) 236-8177
Contact: Martin Culpepper
Certified: City of Waterloo Certified MBE, Licensed Electrician
Specializing in:
ELECTRICAL CONTRACTOR
DANIELS HOME IMPROVEMENT
339 Albany Street
Waterloo, IA 50703
Phone: (319)961-1659
Contact: Sammy Daniels
Specializing in:
ALL TYPES OF CONCRETE FLATWORK, POURED WALLS—ALL TYPES, FOOTINGS,
LIGHT DEMOLITION
D.C. CORPORATION
426 Beech Street
Waterloo, IA 50703
Phone: (319)493-2542
FAX: (319) 236-0515
Contact: Terry Phillips
Certified: City of Waterloo Certified MBE, Iowa DOT, TSB Certified
Specializing in:
COMMERCIAL AND RESIDENTIAL DEMOLITION, CONCRETE PAVING,
DRIVEWAYS, TRUCKING (ALL TYPES), GENERAL CONSTRUCTION
48
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
GREER'S WORKS
2003 Plainview Street
Waterloo, IA 50703
Phone: (319) 233-4701
Contact: Willie Greer
Specializing in:
DRIVEWAYS, SIDEWALKS, CARPENTRY, ROOFING, GENERAL CONSTRUCTION
OLD GREER'S WORKS
2309 Spring view Street
Waterloo, IA 50707
Phone: (319) 233-2150
Contact: David L. Greer, Sr.
Specializing in:
ROOFING & GENERAL CONSTRUCTION
QUICK CONSTRUCTION
217 Bates Street
Waterloo, IA 50703
Phone: (319) 215-4166
Contact: Leroy Harrington
Specializing in:
ALL TYPES OF CONCRETE FLATWORK AND GENERAL CONSTRUCTION
D & D CONSTRUCTION
1 124 West Donald Street
Waterloo, IA 50703
Phone: (319) 961-4208
Contact: Darrell E. Caldwell, Sr.
Specializing in:
ROOFING AND GENERAL CONSTRUCTION
E. CASTRO ROOFING
702 Roehl Street
Waterloo, IA 50701
Phone: (319) 215-5683
Contact: Emilio Castro
Specializing in:
ROOFING, SIDING, GENERAL CONSTRUCTION
49
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
CERTIFIED WBE CONTRACTORS
ATLAS PAINTING, INC.*
911 Sycamore Street
P.O. BOX 65
Waterloo, IA 50704
Phone: (319)232-9164
Specializing in:
COMMERCIAL AND INDUSTRIAL PAINTING
WATCO CONSTRUCTION, INC.*
2920 Texas Street
Waterloo, IA 50702
Phone: (319)233-7481
Certified: City of Waterloo WBE
Contact: Patricia J. Kimball
Specializing in:
STORM SEWER, INLETS, DRAIN TILE, WATER MAIN, SANITARY SEWER, INTAKE
STRUCTURES
PETERMAN & HAES CARPET ONE*
4003 University
Waterloo, IA 50701
Phone: (319)233-6131
Fax: (319) 233-6133
Certified: City of Waterloo WBE
Email: JR 11486 Mite Cu .net
Contact: Carol Reese
Specializing in:
FLOOR COVERING
* DENOTES WOMEN BUSINESS ENTERPRISE
50
(c)
e
1
PARKING SYSTEMS
I 10
Company Information
1 •
WATERLOO
RIGIC WA! AIRPORT
CRUM A NEW A01000
TIBA
PARKING SYSTEMS
TIBA LLC Company Overview
TIBA LTD was founded by Itshak Tavori in 1986 and is currently led by our Global
CEO, Moshe David. Since 1986 TIBA has designed and manufactured state of the
art access and revenue control systems, with an emphasis on simplicity, modular
components, superior technology and flexible software. Initially focusing primarily on
the Israeli market. TIBA grew to become the market leader in off-street parking in
Israel. The business soon expanded to North America and realized immediate
success.
TIBA LLC's headquarters opened in Atlanta in 2006 and in doing so, we joined the
multinational ranks of PARCS suppliers in North America, including those from
Europe and Asia. Within 30 -year period of being in business, TIBA's growth is a
testament to the quality hardware and software offered to its customers.
In 2007 partnered with the AFCON Group to take advantage of their manufacturing
infrastructure and global resources. AFCON is an Industrial Conglomerate with over
$220 million in annual sales that focuses on building automation including HVAC,
security, CCTV, parking and life safety systems.
In 2015, in recognition of TIBA LLC growth and of the company's potential, TENE
Investment Funds, a $500M private equity fund, invested in TIBA.
TIBA LLC acquired Signature Control Systems, a leading PARCS integrator in the
Midwest in 2016. Significant growth since 2006 has enabled expansion across
North America, including the relocation of TIBA's Parking Systems headquarters to
Columbus, OH.
TIBA LLC in the U.S. currently has a staff of 75 people, including Sales, Operations,
Support, Software Development, and Electronic Repairs with offices located in GA,
MI, MN, MO, CA and NY. TIBA is led by a senior management team with more than
100 years of parking and transportation experience. We also have trained and
certified over 40 VAR partners nationwide to assist us with our dynamic growth,
service, support and maintenance requirements.
Annual Sales Volume Sales for TIBA LLC in 2017 was $29,825,374 Million.
WATERLOO
RI. (iIC)NAL .\Ild'(")Rf
TIBA
PARKII)G SYSTEMS
TIBA LLC Key Accounts across the US
John Glenn International Airport, OH
Jacksonville International Airport, FL
Toledo Express Airport, OH
Bellingham International Airport, WA
Caesars — Las Vegas, NV
Atlantic Station — Atlanta, GA
Promenade at Howard Hughes Center — Los Angeles, CA
City of Charleston, Charleston, South Carolina
Ohio State University — Columbus, OH
Houston First Corporation Campus — Houston, GA
TIBA and TIBA Partner Contacts
Below are the Principles involved in the daily
decisions of TIBA LLC and are considered
contacts for the Omaha Airport Authority.
Moshe David — CEO of TIBA Limited
Moshe.David@tibaparkinq.com
+972-55-552-2707
Jon Bowser — President of TIBA LLC for the
U.S and South America.
2228 Citygate Drive
Columbus, OH 43219
Jon.bowser@tibaparkinq.com
614-755-0211
John Whiteman — EVP Sales TIBA LLC
2228 Citygate Drive
Columbus, OH 43219
John.Whiteman @Tibaparking.com
516-818-2798
John Whiteman, EVP of Sales will be the primary contact for the Omaha Airport Authority
on behalf of TIBA and its partner.
WATERLOO
(TI BA
PARKING SYSTEMS
Lisa Varney, VP of Finance and Logistics
2228 Citygate Drive
Columbus, OH 43219
lisavarney@tibaparking.com
TIBA Direct Contacts for Omaha Airport Authority
Joe Mollish — Vice President of Strategic Accounts
2228 Citygate Drive
Columbus, OH 42419
Joe.mollish@tibaparkind.com
314-280-4750
Raj Sandhu — Director of PMO and Strategic Projects
2228 Citygate Drive
Columbus, OH 42419
Rai.Sandhu@tibaparking.com
916-708-6522
Local Partner Contact
Craig Buscher — President/Owner — Parking Inc
401 Grand Avenue
Des Moines, IA 50309
515-314-8400
craid@parking-inc.com
TIBA LLC has carefully reviewed the functional specifications of the Waterloo Regional
Airport, and is providing a PARCS system that fully meets the intentions and
specifications of the system described.
TIBA LLC will be installing and servicing this project in combination with our Iowa Value
Added Reseller Parking Inc.
Parking -Inc
Established for over 30 Years, Parking Inc is a major distributor for TIBA in Iowa. With
sites in Omaha and Des Moines, with the staff necessary to provide the expedited support
and service to Waterloo Regional Airport. They will collaborate the installation with local
subcontractors to ensure that adequate staff is involved in the installation daily.
TIBA LLC have been installed throughout the United States for over a decade. Airports,
Municipalities, Universities, Private and Public Garages, Hotels, and many more clients
WATERLOO
I:[.(';I()NAI i\IRI'()R1
TIBA
PARKING SYSTEMS
have come to understand the differences and unique advantages that TIBA brings to the
market. With over 750 successful installations in the United States, TIBA prides itself is
exception uptime, very low cost of ownership, and overall ease of use for patrons and
personnel alike.
WATERLOO
IYIY iK)nAI. AINPUR I
CRUIH A NIW A111,101
cTIBA
PARKING SYSTEMS
PARKING SYSTEMS
•
Experience and Qualifications
WATERLOO
REGIONAL AIRPORT
CRUISE A NEW ALIIJUDE
(TIBA
Airport Project Experience/References:
TIBA LLC's rapid expansion in just a decade has allowed us to gain quality experience in installing large
project with complex requirements. Attached are US airport projects that are in progress and have been
implemented. TIBA has 14 airports in its portfolio and can provide more information on the other airports
as
reque
sted
by
Omah
a
Airpor
Autho
rity.
it fllr ti \/Yi9 Vii;%C)l, ��� �aA(��J 1�Y tl IJ°°d r1 �07 MI 1 L1VQ ,o4 '1_4 h:,lfl i8 l.c't3 .•��A l,._f%\ig.:� °
Agency & Department: CRAA
Contract Value: $2,700,000
Email Address: Melliott@Colmbususairports.com
Point of Contact: Marcus Elliott, Manager of Parking and Grounds
Verified Telephone Number for Contact: 614-239-3082
Parking Management System Overview: TIBA is proud to partner with Johnson Controls for
the Jacksonville Airport Project. This project consists of (17) Entry Lanes, (18) Exit Lanes, (26)
Access Only Lanes including License Plate Recognition, Exit Cashiering, Pay in Lane and Pay
on Foot. This is a current, ongoing project.
<< et , t f '� jr _ � �1 �r gas a' � I1 (iiI11V,t`;
Agency & Department: Johnson Controls — General Contractor
Contract Value: $2,100,000
Email Address: kenneth.drain@jci.com
Point of Contact: Ken Drain, Senior Security Engineer
Verified Telephone Number for Contact:
Parking Management System Overview: TIBA is proud to partner with Johnson Controls for
the Jacksonville Airport Project. This project consists of (17) Entry Lanes, (18) Exit Lanes, (26)
Access Only Lanes including License Plate Recognition, Exit Cashiering, Pay in Lane and Pay
on Foot. This is a current, ongoing project.
WATERLOO
Ri GIONA( AIRI OR
MIS( A MW MAIM)!
(TIBA
PARKING SYSTEMS
Agency & Department: Toledo Parking Authority/ Parking Operations
Contract Value: $700,000
Email Address: Shala.loann@smart.org
Point of Contact: Shala Logan
Verified Telephone Number for Contact: (419) 344-6492
Parking Management System Overview: The Toledo Express Airport operation consists of 9
lanes of traffic including (6) Entry Lanes and (3) Exit Lanes. Transient, monthly and frequent
parkers use the system daily. Completed November 2016.
WATERLOO
REGIONAL AIRPORT
CR0151 A N(W AMNIA
TIBC
PARKING SYSTEMS
TIBA PROJECT NAME: Bellingham International Airport
Agency & Department: Land -Side Operations
Contract Value: $850,000
Email Address: maried@portofbellingham.com
Point of Contact: Marie Duckworth
Verified Telephone Number for Contact: 360-671-5674 Ext. 359
Parking Management System Overview: Bellingham Airport is comprised of 8 Lanes of TIBA
Parking equipment and 14 gates. Transient, monthly and frequent parkers use the system
daily. This project is expected to be completed March 2017.
TIBA PROJECT NAME: Columbus Metropolitan Airport - Georgia
Agency & Department: Columbus Airport Commission
Contract Value: $475,000
Email Address: Richard.Howell@flycloumbusga.com
Point of Contact: Richard C. Howell, A.A.E., Airport Director
Verified Telephone Number for Contact: 706-324-2449
Parking Management System Overview: 6 Lanes of Equipment, 4 Revenue lanes and two
lanes for the monthly only nested area. Project Completed Fall of 2015.
Third Party Interfaces
TIBA LLC has multiple interfaces via standard development kit including reservation systems, loyalty, Parking
Guidance Systems.
WATERLOO
REGIONAL AIRPORT
CRUISE A NLW AL MUDL
. TUB /•
PARKING SYSTEMS
TIBA Project Team Resumes
John Whiteman — Executive Vice President -Sales
Years of Experience:
Eight Years -Parking Industry
Twenty Years -Security and Surveillance Industry
Education: BS Criminal Justice — Western Illinois University
Summary of Qualifications:
TIBA LLC — Executive Vice President -Sales: January 2017 —
HTS, LTD -Chief Sales Officer: August 2014 -December 2016
HTS Americas— CEO: May 2011 — December 2016
DVTeI — Vice President, Strategic Programs: March 2010 — May 2011
loimage Americas — President: April 2008 — March 2010
Summary of Experience:
• TIBA LLC
o Responsible for development and leading the sales strategies in the Americas Region and
achievement of financial sales objectives
• Develop and deliver a world-class customer experience and attain sales goals in Airports,
Municipalities, Mixed Use and Commercial locations
o Development of VAR sales channel and ongoing support, training, education and improvement of
our 35 dealers across the U.S
o Project involvement and supervision through strategic account acquisition, deployment and
successful close out
o HTS Americas/HTS LTD.
o Responsible for all sales, marketing and P&L functions for our team in the Americas
o Led a strategic expansion into the off- street parking market for use cases involving LPR, resulting
in thousands of lanes sold and deployed with many of the leading PARCS providers in Airports,
Municipalities and Commercial operations across the country
o Responsibilities include BD, sales and marketing in Europe, Israel, Australia
• loimage/DVTeI
o Initially responsible for all operations of ioimage video analytics team in North America through
direct sales/support along with channel sales and support
o Company acquired by DVTeL and led strategic account acquisition and dealer expansion in U.S.
and Mexico
_AA
WATERLOO
I< GIONAI,\III'OW(
(SUVA NEV.,1LII1VUt
TIBA
PARKING SYSTEMS
Joe E. Mollish - Vice President of Strategic Accounts
Years of Parking Industry Experience:
Twenty-five years
Education:
MA Organizational Communication — West Virginia University
BA Business Management — Marshall University
Summary of Qualifications:
TIBA LLC — Vice President of Strategic Accounts: Jan 2018 —
Amano McGann, Inc. — Sales Branch Manager: Nov 2012 — Dec 2017
Parking Karma — Vice President - Business Development: May 2012 — Nov 2012
ABM/System Parking — General Manager: Jun 2009 - May 2012
Central Parking System — General Manager: April 1992 — June 2009
Summary of Experience:
Project Scope
• St. Louis Lambert International Airport, St. Louis, MO - 2015
o Sales Lead and company contact for a 66 -lane installation of PARCS system at St.
Louis Lambert International Airport.
• Hallmark Crown Center, Kansas City, MO - 2015
o Sales Manager and company management contact for a 64 -lane installation of PARCS
system at the Crown Center mixed-use project. Attended Project Meetings, coordinated
with sub -contractors and worked as client contact.
• Wichita Dwight Eisenhower Airport, Wichita, KS — 2015
o Sales Manager and company management contact for a 39 -lane installation of PARCS
system at the City of Wichita. Attended Project Meetings, coordinated with sub-
contractors and worked as client contact.
• University of Iowa, Iowa City, IA - 2014
o Sales Manager and company management contact for a 117 -lane installation of
PARCS system at the University of Iowa. Attended Project Meetings, coordinated with
sub -contractors and worked as client contact.
• Kansas City International Airport, Kansas City, MO - 2013
WATERLOO
(AOI 1 S,UI AIIIIVUI
LTIBA
PARKING SYSTEMS
o Sales Manager and company management contact for a 72 -lane installation of PARCS
system at the University of Iowa. Attended Project Meetings, coordinated with sub-
contractors and worked as client contact.
• Played a key role in the bid, award and operations implementation plan for major
airports, sport venues and mixed-use contracts.
Hariit (Rai) Sandhu - Director PMO & Strategic Projects
Years of Experience:
Nineteen years
Education:
MA Communication Studies - Marshall University, USA
BA Computer Science - Anglia University, UK
Summary of Qualifications:
TIBA LLC — Director PMO & Strategic Sales: Jan2018
SKIDATA, Inc. — Manager Project Management: June 2006 —Jan 2016
SKIDATA, Inc. - Senior Project Manager: June 2006 — Jan 2018
City of San Jose - Parking Administrator: January 2005 - June 2006
Scheidt & Bachmann USA, Inc. - Project Manager: January 2000 - January 2005
Summary of Experience:
Project Scope
• Edmonton Airport 2008-2009
o Project Manager tasked with identifying and resolving installation implementation problems by
distributor and completing installation ready for external financial audit.
• Des Moines Airport 2009
o Project Manager. Provide support and assistance to SKIDATA distributor with Project,
providing engineering review, attended Project Meetings, provide Project Schedule,
coordinate with sub -contractors, design and complete lane acceptance and Site Acceptance
test procedures
• Edmonton Airport 2009
o Project Manager/Engineer for new offsite Parking Lot. Attended Project Meetings, provide
Project Schedule, coordinate with sub -contractors, design and complete lane acceptance and
Site Acceptance test procedures
• Montreal Airport 2009/2010
WATERLOO
hI GI( )NAI AIIPOK I
(RVIS( A KW A1111PDL
( TIBA
PARKING SYSTEMS
o Project Manager/Engineer. Provide support and assistance to SKIDATA distributor with
Project, providing engineering review, attended Project Meetings, provide Project Schedule,
coordinate with sub -contractors, design and complete lane acceptance and Site Acceptance
test procedures
• John Wayne Airport 2010- 2011
o Project Manager. Provide support and assistance to SKIDATA distributor with Project,
providing engineering review, coordinate with distributor, design and complete lane
acceptance and Site Acceptance test procedures
• Dallas Fort Worth Airport 2010- 2016
o Project Manager/Engineer for installation of PARCS system. Attended Project Meetings,
provide Project Schedule, coordinate with sub -contractors, design and complete lane
acceptance
• Sacramento International Airport 2015-2017
o Project Manager/Engineer for installation of PARCS system. Attended Project Meetings,
provide Project Schedule, coordinate with sub -contractors, design and complete lane
acceptance
• Orlando International Airport 2014-2016
o Project Manager/Engineer for installation of PARCS system. Attended Project Meetings,
provide Project Schedule, coordinate with sub -contractors, design and complete lane
acceptance
• Dallas Love Field Airport 2016-2017
o Project Manager/Engineer for installation of PARCS system. Attended Project Meetings,
provide Project Schedule, coordinate with sub -contractors, design and complete lane
acceptance
• Oklahoma City Airport 2017
o Project Manager/Engineer for installation of PARCS system. Attended Project Meetings,
provide Project Schedule, coordinate with sub -contractors, design and complete lane
acceptance
• City of Miami Beach 2017
o Project Manager/Engineer for installation of PARCS system. Attended Project Meetings,
provide Project Schedule, coordinate with sub -contractors, design and complete lane
acceptance
• SFMTA San Francisco CA. 2016-2018
o Project Manager/Engineer for installation of PARCS system. Attended Project Meetings,
provide Project Schedule, coordinate with sub -contractors, design and complete lane
acceptance
WATERLOO
IRP ISI ., 'ill: AIIIIVUI
LTIBA
Craig A. Buscher — President — Parking Inc.
Professional Objective
Provide World Class product and service
Summary of Qualifications
Experience and Skills
Project Manager May 2011 to Present
Parking Inc, Des Moines Iowa
With partnership with Keck parking our 1st install was 2 lane full revenue systems for Jet
Parking. In June of 2012 we start a full install of 21 lane of traffic this revenue access control
and a wireless bridge for remote communication for an access control lot. In the spring of
2013 we replaced a revenue system for the Science Center of Iowa. I the spring of 2014 we
install a 10 lane PARCS system for the city of Coralville Iowa this system has a hotel interface.
The fall of 2015 we started a 9 lane project for a retail mall that provided a number different
customer and validation accounts using wireless bridges to communicate with lots. In the
summer of 2016 we installed a 4 lane PARCS system for the Brandies in Downtown Omaha.
In January 2017 we installed a PARCS system for the City of Dubuque Iowa this include a
number of fiber runs and a total of 9 lane of traffic this project has number of EMV terminals.
In September of 2017 we installed a PARCS system for Embassy Suites Downtown Omaha 4
lanes and a hotel interface. These entire sites we are providing quality and time service for
Nationwide Parking Facility Manager May 2008 to May 2010
Keck Parking, Des Moines, IA 50309
Manage day-to-day operation of three parking facilities. Requires working knowledge of
access control data base systems, mechanical gate systems, invoicing and accounts payable
system. Responsible in maintaining a clean and safe environment for associates to park.
Daily interaction with Nationwide associates, weekly interaction with H.R. staff and new hires
at Nationwide. Report to Nationwide Director of Facilities for budget/profit reporting. Manage
staff of 5 employees, providing service over 4880 parking spaces, which includes weekend
and extended hours and special events. Collection and deposits completed on a daily basis
with report to Nationwide Accounting Department. This position requires high level of
customer service satisfaction.
Facilities Maintenance Nov. 2007 to Sept. 2008
Adventure Lands of America Inc, Altoona, IA 50009
WATERLOO
Kii,u)NAi AIRIORI
IRVISL A NOV A1111UU1
TIBA
PARKING SYSTEMS
Performed routine maintenance on lighting, plumbing, heating and cooling systems for
concession and gaming areas. Assisted with construction of new water park area at
Adventure Land. Re -tamped the Sky wheel at 40 ft. elevation. Ability to meet deadlines with
limited supervision.
Clinic Administrator Sept. 2004 to Oct. 2007
Iowa Health -Des Moines, Des Moines, IA 50309
Managed day-to-day operations of extended, urgent care facility. Managed schedule and staff
for seven physicians and 24 clinical/administrative staff. Worked with outside contractor to
implement electronic medical records. This included development and implemented "new
employee" training program, training both physician and staff on new protocol while improving
our overall patient satisfaction. CPR certified with AED training. During this time, held Chair
position for Partners in Health Safety Committee. As chair, we implemented and insured that
all Iowa Health- Des Moines Emergency Procedures were to code. Conducted safety
inspections for each clinic with appropriate feedback to managerial staff.
Hospitality Manager Sept. 1999 to Sept. 2004
Iowa Health -Des Moines, Des Moines, IA 50309
Managed day-to-day operations for cleaning a 400 -bed hospital at Iowa Lutheran. Primary
responsibility included manage staff of 80 employees at multiple sites within Iowa Lutheran
campus. This included 24 hour coverage, 7 days a week. Collaborated with the managers of
Clark County Hospital and Guthrie County Hospital, which helped them achieve better quality
within their housekeeping departments. Working knowledge of MSDS requirements, handling
of hazardous substance and biohazard. Also served on Safety Committee for Iowa Health -
Des Moines. This committee established and implemented standard operating measures for
pandemic, fire/safety, severe weather, bomb threat and child abduction procedures.
Developed training program for entry level staff.
Security Specialist Dec. 1987 to Sept. 1999
Iowa Health- Des Moines, Des Moines, IA 50309
Provide a safe and secure environment for patients, visitors, and employees while at the
Medical Center. To perform routine and unscheduled unlocks and lockups. While on routine
patrol checking areas for physical security and look for safety problems. Patrol IMMC property
in a vehicle securing visitors and employee parking Tots. Assist with jump start of a vehicle or
unlocking of it. While on patrol, if the need for some type of follow up is warranted, make
documentation of the problem. File missing item reports and incident reports. Start
investigation at the request of the staff or visitors. Report any and all safety problems to the
proper authorities and stay in the area until the problem is corrected if it was of a serious
nature.
-add
WATERLOO
R<[( IONAL AIRVORI
ltUISI A .(Y! Aln,uul
LTIBA
PARKING SYSTEMS
The position requires good communication skills, written and verbal. There is a need to stay
physically fit. Must have the ability to adapt with each situation under all types of conditions.
Education
HLV Community School Victor, Iowa
DMACC Ankeny, Iowa EMT -B Certification
_/141
WATERLOO
REGIONAL AIRPORT
&RUISL A NEW ALTITUDE
TIBA
PARKING SYSTEMS
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
17. The undersigned hereby authorizes and requests any person, firm, or corporation to furnish any
information requested by the City of Waterloo, Iowa, in verification of the recitals comprising this
Statement of Bidder's Qualifications.
Dated at D ) /)( \Q • this
State of 'Iowa
County of
) so:
day of Ay{ i 2018.
Parking - Inc
(Name of Bidder)
By: /-04
Title: /-1-,2-40--L
1-Q,_e�CK
{� }'ri 1 )r(:1; , being duly sworn deposes and says that he is
Y("It Lin 4- of
(Name of Organization)
and that the answers to the foregoing questions and all statements therein contained are true and correct.
Subscribed and sworn to before me this 1995‘k day of A9,(;1
My commission expires /04, a/aD
52
Notary Public
, 2018.
{WILL,,Pn`"L SF
HAYS
a r Commission Number 782249
° <- My Commission Ex ires
'O`''"' January 21, 20
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— REP for an Airport Parking Lot Equipment Replacement Project
CONTRACT PROVISION
Targeted Small Business (TSB)
Affirmative Action Responsibilities
on
Non -Federal Aid Projects (Third -Party State -Assisted Projects)
May 2012
53
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
May 2012
CONTRACT PROVISION
Targeted Small Business (TSB) Affirmative Action Responsibilities
on Non -Federal -aid Projects (Third -party State -Assisted Projects)
TSB DEFINITION
A TSB is a small business, as defined by Iowa Code Section 15.102(5), which is 51% or more owned, operated
and actively managed by one or more women, minority persons or persons with a disability. Generally this isa
for-profit small business enterprise under single management, is located in Iowa and has an annual gross income
of less than 3 million dollars computed as an average of the three preceding fiscal years.
2. TSB REQUIREMENTS
In all State -assisted projects made available through the Iowa Department of Transportation, local governments
have certain affirmative action requirements to encourage and increase participation of disadvantaged
individuals in business enterprises. These requirements are based on Iowa Code Section 198.7 and 541 Iowa
Administrative Code Chapter 4. These requirements supersede all existing TSB regulations, orders, circulars and
administrative requirements.
3. TSB DIRECTORY INFORMATION
Available from: Iowa Department of Inspections and Appeals
Targeted Small Business
Lucas Building
Des Moines, IA 50319
Phone: 515-281-7102
Website: htto://dla.lowa.gov/page7.html
4. THE CONTRACTORS TSB POLICY
The contractor is expected to promote participation of disadvantaged business enterprises as suppliers,
manufactures and subcontractors through a continuous, positive, result -oriented program. Therefore the
contractor's TSB policy shall be:
It is the policy of this firm that Targeted Small Business (TSB) concerns shall have the maximum practical
opportunity to participate in contracts funded with State -assisted funds which are administered by this
firm (e.g. suppliers, manufactures and subcontractors). The purpose of our policy Is to encourage and
increase the TSB participation in contracting opportunities made available by State -assisted programs.
5. CONTRACTOR SHALL APPOINT AN EQUAL EMPLOYMENT OPPORTUNITY (EEO) OFFICER
The contractor shall designate a responsible person to serve as TSB officer to fulfill the contractors affirmative
action responsibilities. This person shall have the necessary statistics, funding, authority and responsibility to
carry out and enforce the firm's EEO policy. The EEO officer shall be responsible for developing, managing and
implementing the program on a day-to-day basis. The officer shall also:
A. For current TSB information, contact the Iowa Department of Inspections and Appeals (515-281-7102)
54
CITY OF WATERLOO, IOWA DRA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
TSB Affirmative Action Responsibilities
to identify potential material suppliers, manufactures and contractors.
B. Make every reasonable effort to involve TSBs by soliciting quotations from them and incorporating them
into the firm's bid.
C. Make every reasonable effort to establish systematic written and verbal contact with those TSBs having
the materials or expertise to perform the work to be subcontracted, at least two weeks prior to the time
quotations are to be submitted. Maintain complete records of negotiation efforts.
Provide or arrange for assistance to TSBs in seeking bonding, analyzing plans/specifications or other
actions that can be viewed as technical assistance.
E. Ensure the scheduled progress payments are made to TSBs as agreed in subcontract agreements.
F. Require all subcontractors and material suppliers to comply with all contract equal opportunity and
affirmative action provisions.
6. COUNTING TSBs PARTICIPATION ON A PROJECT
TSBs are to assume actual and contractual responsibilities for provision of materials/supplies, subcontracted
work or other commercially useful function.
A. The bidder may count:
(1) Planned expenditures for materials/supplies to be obtained from TSB suppliers and
manufacturers; or
(2) Work to be subcontracted to a TSB; or
(3) Any other commercially useful function.
B. The contractor may count:
(1) 100% of an expenditure to a TSB manufacturer that produces/supplies goods manufactured
from raw materials.
(2) 60% of an expenditure to TSB suppliers that are not manufacturers; provided the suppliers
perform a commercially useful function in the supply process.
(3) Only those expenditures to TSBs that perform a commercially useful function in the work of a
contract, including those as a subcontractor.
(4) Work the Contracting Authority has determined that It involves a commercially useful function.
The TSB must have a necessary and useful role in the transaction of a kind for which there is a
market outside the context of the TSB program. For example, leasing equipment or purchasing
materials from the prime contractor would not count.
7. REQUIRED DATA, DOCUMENTS AND CONTRACT AWARD PROCEDURES FROM BIDDERS/CONTRACTORS FOR
PROJECTS WITH ASSIGNED GOALS
A. Bidders
Bidders who fail to demonstrate reasonable positive efforts may be declared Ineligible to be awarded
55
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
TSB Affirmative Action Responsibilities
the contract. Bidders shall complete the bidding documents plus a separate form called "TSB Pre -Bid
Contact Information". This form includes:
(1) Name(s) of the T5B(s) contacted regarding subcontractable items.
(2) Date of the contract.
(3) Whether or not a TSB bid/quotation was received.
(4) Whether or not the TSB's bid/quotation was used.
(12) The dollar amount proposed to be subcontracted.
B. Contractors Using Quotes from TSBs,
Use those TSBs whose quotes are listed in the "Quotation Used in Bid" column along with a "yes"
indicated on the Pre-bid Contact Information form.
C. Contractors NOT Using Quotes from TSBs
If there are no TSBs listed on the Pre-bid Contract Information form, then the contractor shall document
all efforts made to include TSB participation in this project by documenting the following:
(1) What pre -solicitation or pre-bid meetings scheduled by the contracting authority were
attended?
(2) Which general news circulation, trade associations and/or minority -focused media were
advertised concerning the subcontracting opportunities?
(3) Were written notices sent to TSBs that TSBs were being solicited and was sufficient time allowec
for the TSBs to participate effectively?
(4) Were initial solicitations of interested TSBs followed up?
(5) Were TSBs provided with adequate information about the plans, specifications and
requirements of the contract?
(6) Were interested TSBs negotiated with in good faith? If a TSB was rejected as unqualified, was
the decision based on an investigation of their capabilities?
(7) Were interested TSBs assisted in obtaining bonding, lines of credit or Insurance required by the
contractor?
(8) Were services used of minority community organization, minority contractors groups; local,
State and Federal minority business assistance offices or any other organization providing such
assistance.
The above documentation shall remain in the contractor's files for a period of three (3) years after the
completion of the project and be available for examination by the Iowa Department of Inspections and Appeals.
8. POSITIVE EFFORT DOCUMENTATION WHEN NO GOALS ARE ASSIGNED
Contractors are also required to make positive efforts in utilizing TSBs on all State -assisted projects which are
not assigned goals. Form "TSB Pre-bid Contact Information" is required to be submitted with bids on all
projects. If there is no TSB participation, then the contractor shall comply with section 7C. of this document prior
to the contract award.
56
Foran 730007WP 7-97
\
CITY OF WATERLOO, IOWA m,w WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipm_Rep Replacement Project
#
3 ±
(To Be Completed By All Bidders per the Current Contract Provision)
hed goals. If a TSB's quote is used in
QUOTATION USED IN BID
DOLLAR AMT. PROPOSED 11
TO BE SUBCONTRACTED
§2
QUOTES RECEIVED
DATES
CONTACTED
(2
DATES
CONTACTED
co
co
SUBCONTRACTOR
e
-c
CO
0
)
\k
o0
2 n
o
\\
j\
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
UTILIZATION OF TARGETED SMALL BUSINESS (TSB) ENTERPRISES
ON NON-FEDERAL AID PROJECTS
(THIRD -PARTY STATE -ASSISTED PROJECTS)
In accordance with Iowa Code Section 198.7 and 541 Iowa Administrative Code (IAC) Chapter 4, it is the policy of the Iowa
Department of Transportation (Iowa OOT) that Targeted Small Business (TSB) enterprises shall have the maximum practicable
opportunity to participate in the performance of contracts financed In whole or part with State funds.
Under this policy the Recipient shall be responsible to make a positive effort to solicit bids or proposals from TSB firms and to utilize
TSB firms as contractors or consultants. The Recipient shall also ensure that the contractors or consultants make positive efforts to
utilize TSB firms as subcontractors, subconsultants, suppliers, or participants in the work covered by this agreement.
The Recipient's "positive efforts" shall include, but not be limited to:
43. Obtaining the names of qualified TSB firms from the Iowa Department of Inspections and Appeals (515-281-7102) or from
its website at: http://dIa.iowa.gov/page7.html.
44. Notifying qualified TSB firms of proposed projects involving State funding. Notification should be made In sufficient time to
allow the TSB firms to participate effectively In the bidding or request for proposal (RFP) process.
45. Soliciting bids or proposals from qualified TSB firms on each project, and identifying for TSB firms the availability of
subcontract work.
46. Considering establishment of a percentage goal for TSB participation in each contract that is a part of this project and for
which State funds will be used. Contract goals may vary depending on the type of project, the subcontracting opportunities
available, the type of service or supplies needed for the project, and the availability of qualified TSB firms In the area.
47. For construction contracts:
a) Including in the bid proposals a contract provision titled 'TSB Affirmative Action Responsibilities on Non -Federal Aid
Projects (Third -Party State -Assisted Projects)" or a similar document developed by the Recipient, This contract
provision is available on-line at:
http://www.d ot.state. ia. u s/local_syste ms/pu blica tions/tsb_contract_provision. pdf
b) Ensuring that the awarded contractor has and shall follow the contract provisions.
48. For consultant contracts:
a) Identifying the TSB goal In the Request for Proposal (RFP), If one has been set.
b) Ensuring that the selected consultant made a positive effort to meet the established TSB goal, if any. This should
include obtaining documentation from the consultant that Includes a list of TSB firms contacted; a list of TSB firms that
responded with a subcontract proposal; and, If the consultant does not propose to use a TSB firm that submitted a
subcontract proposal, an explanation why such a TSB firm will not be used,
The Recipient shall provide the Iowa DOT the following documentation:
22, Copies of correspondence and replies, and written notes of personal and/or telephone contacts with any TSB firms. Such
documentation can be used to demonstrate the Recipient's positive efforts and it should be placed in the general project
file.
23. Bidding proposals or RFPs noting established TSB goals, if any.
24. The attached "Checklist and Certification." This form shall be filled out upon completion of each project and forwarded to:
Iowa Department of Transportation, Civil Rights Coordinator, Office of Employee Services, 800 Lincoln Way, Ames, IA
50010.
58
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP Tor an Airport Parking Lot Equipment Replacement Project
CHECKLIST AND CERTIFICATION
For the Utilization of Targeted Small Businesses (TSB)
On Non -Federal -aid Projects (Third -Party State -Assisted Projects)
Recipient: DC Corporation Project Number: Unknown
County: Black Hawk Agreement Number: Unknown
1. Were the names of qualified TSB firms obtained from the Iowa Department of Inspections and Appeals? ❑ YES Gd NO
If no, explain Iowa Department of Inspection and Appeals department no longer manages TSB Department of Economic Devolepment now manages the TSB
2. Were qualified TSB firms notified of project? Kl YES ❑ NO
If yes, by 0 letter, 6f7 telephone, 0 personal contact, or U other (specify)
If no, explain
3. Were bids or proposals solicited from qualified TSB firms? DYES ❑ NO
If no, explain
4. Was a goal or percentage established for TSB participation? U YES kJ NO
If yes, what was the goal or percentage?
If no, explain why not: Did not see or read a set goal for the project
5. Did the prime contractor or consultant use positive efforts to utilize TSB firms on subcontracts? KI YES 0 NO
If no, what action was taken by Recipient?
Is documentation in files? 0 YES U NO
6. What was the dollar amount reimbursed to the Recipient
from the Iowa Department of Transportation? $ N/A
What was the final project cost? $ $168,000.00
What was the dollar amount performed by TSB firms? $ 8,400.00
Name(s) and address(es) of the TSB firm(s) DC Corporation
Was the goal or percentage achieved? 0 YES W NO
If no, explain No Goal Set
As the duly authorized representative of the Recipient, I hereby certify that the Recipient used positive efforts to utilize TSB firms as
participants in the State -assisted contracts associated with this project.
Craig Buscher
(Use additional sheets If necessary)
Title
Manager
59
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
GENERAL SPECIAL PROVISIONS
SCOPE OF WORK
The work covered by this contract consists of furnishing all labor, equipment, and materials and performing
all operations, in connection with the PURCHASE AND INSTALLATION OF A PARKING ACCESS
AND REVENUE CONTROL SYSTEM (PARCS), AND RELATED PARKING LOT
IMPROVEMENTS, in accordance with these specifications.
The specifications are dated MARCH, 2018. They have the general title of PARKING ACCESS AND
REVENUE CONTROL SYSTEM (PARCS), AND RELATED PARKING LOT IMPROVEMENTS.
The Iowa Department of Transportation Standard Specifications for Highway and Bridge Construction,
Series of 2012, are to be used, along with the special provisions described herein, and shall be considered
as part of the contract documents.
2. CONFLICTING SPECIFICATIONS
All requirements of other specifications contained in the contract documents which conflict with the
provisions of the special provisions will be considered void.
3. DUMPING AREAS
Excess material resulting from construction operations shall be hauled to the County Landfill or other area
secured by the contractor and approved by the Airport Director,
Rubble, rubbish, trees, brush, and other unsuitable backfill material, as designated by the Airport Director,
shall be hauled to the County Landfill.
All Landfill charges are to be considered incidental to the contract and are the responsibility of the
contractor.
4. CONSTRUCTION DAMAGE
The Contractor shall exercise care during construction operations to ensure the safety and protection to
existing features located near or within the limits of construction. Damage caused by negligence or poor
workmanship, as determined by the Airport Director, shall be considered the Contractor's responsibility.
60
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
5. REMOVED MATERIALS
All materials removed as part of this Contract shall remain the property of the City unless the City
determines that the materials are not salvageable and the City does not want to retain ownership of the
materials.
Materials designated in the field by the Airport Director as non -salvageable shall be hauled and disposed of
by the Contractor at no cost to the City.
All other materials shall be transported to locations as directed by the Airport Director. No separate
measurement or payment will be made for hauling or disposing of removed materials and it shall be
considered incidental to applicable items.
6. OVERHAUL
Overhaul will not be paid for "surplus material" obtained from any of the items of construction under this
contract. The cost of overhaul will be considered as incidental to the items to which it applies.
7. PAY ITEMS
All pay items are listed in the proposal and shall include the purchase of all materials, delivery of these
materials, and furnishing all labor, plant, and miscellaneous work needed to make the item complete.
All such cost shall be incidental to the proposed item to which it applies and shall not be considered for
separate payment.
8. BREAKDOWN OF LUMP SUM CONTRACT PRICE ITEMS
The Contractor shall, immediately upon execution and delivery of the contract, before the first estimate for
payment is made, deliver to the Airport Director, a detailed estimate giving a complete breakdown of the
lump sum contract prices. The submitted breakdown shall be approved by the Airport Director prior to any
payment of any lump sunt price item.
9, PERMISSION TO HAUL OVER STREETS, RAILROADS, AND HIGHWAYS
The Contractor will be required to secure, from the proper authorities, permission or permit which may be
required to haul over streets, highways, railroads or private property, and any hauling operations of the
Contractor shall be subject to the requirements of such permits, permission, and to all applicable
regulations, laws, and ordinances governing hauling and movement of equipment over streets, railroads,
highways, and private property.
Any costs or inconvenience caused by obtaining any necessary permits or permission shall be considered
completely covered by the price bid for the items in the proposal.
61
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
10. CONSTRUCTION SCHEDULING
The Airport Director shall approve Contractor's work schedule prior to starting. All revisions shall also be
approved. The Airport Director may change the schedule to accommodate changing construction
conditions.
The Contractor shall coordinate the work under this contract with contractors performing work under other
contracts, which may be performed concurrently.
The Contractor shall be responsible to notify the Police, Fire, Street, and Airport Directoring Departments
of the closing and opening of streets.
The Contractor shall commence work within ten (10) days after receipt of the "Notice to Proceed" and
diligently execute the work of the contract to completion.
I I. PRE -CONSTRUCTION CONFERENCE
Before any work is started, the Contractor shall arrange with the Airport Director to hold a pre -construction
conference for the purpose of discussing the contract.
12. UNDERGROUND UTILITIES
It is the responsibility of the Contractor to obtain the location of gas lines, water lines, electric, telephone,
and cable television cables or wires from the various utility companies and the City electrician before
starting any excavation.
The Contractor shall be responsible for any damage to any underground utilities. The Contractor shall
expose those utilities indicated on the plans so that elevations may be determined before beginning
construction. This work shall be considered incidental to other items of work.
If the Contractor believes that additional costs have been incurred due to a utility being improperly located,
the resolution of the additional costs incurred shall be made between the contractor and the respective
utility company.
13. SAFETY OF WORKERS AND PUBLIC
The Contractor shall, at all times, take necessary precautions to protect the life and health of all persons
employed on this project and the public.
He / She shall provide necessary safety devices and safeguards in accordance with latest and best accident
prevention practices. All such protection shall be furnished to employees without cost.
No direct measurement of payment shall be made for this protection but shall be considered incidental to
other items of work. The public shall be kept outside of any work area.
62
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
14. WORKING ON SATURDAYS, SUNDAYS AND LEGAL HOLIDAYS
The Contractor shall notify the Airport Director in writing forty-eight (48) hours in advance if work on
Saturday is planned. By noon the Friday before the planned Saturday work, the Contractor shall confirm
the Saturday work schedule with the project inspector.
Work on Sunday requires prior approval of the Airport Director in accordance with the Waterloo Standard
Speci fications.
15. ACCESS TO SITE.
Access to the work shall be limited to those gates and routes indicated on the plans. All areas used by the
Contractor either for access or for construction operations shall be repaired by the Contractor after
completion of the Contract work to restore such areas to essentially their original condition.
All unsurfaced roads used by the Contractor shall be watered regularly by the Contractor to reduce dust.
All surfaced roads, streets, or airport pavement used by the Contractor for access or hauling shall be swept
at least daily or as directed by the Airport Director. All damage to surfaced roads used by the Contractor
shall be repaired to original condition or better at no cost to the Owner.
The Contractor shall be solely responsible for security at those airport property entrance gates assigned to
his use.
At all times, terminal security doors and gates are locked requiring the Contractor to ensure that they follow
airport procedures for ensuring the security of various areas sensitive areas of the airline passenger terminal
building.
I . Allow entry onto airport property of only those persons authorized, carrying proper identification, and
previously registered with the Airport Security Office as Contractor's personnel, supplier,
subcontractor or other party in connection with the work.
2. Keep a log of all vehicles and persons entering and leaving through the gate under his control.
3. Report immediately to the Airport Office any unauthorized entry into the airport.
16. INSPECTION OF THE SITE.
Contractor shall inspect the construction site and the area of work in general and familiarize himself with
existing conditions. Bidders shall arrange an individual site visit prior to Bidding by contacting the Airport
Director at (319) 291-4483.
17. WORK AREA.
The Contractor's operations, including storage of materials upon the site, shall be confined to authorized or
approved areas. No unauthorized or unwarranted entry upon, or passage through, or storage of materials
shall be made upon other airport premises.
Temporary buildings, storage sheds, shops and office, etc., may be erected by the Contractor only with the
prior approval of the Airport Director and shall be built with labor and materials furnished by the
Contractor without expense to the airport. Such temporary buildings and utilities shall remain the property
of the Contractor and shall be removed by him, at his expense, after the completion of the work.
63
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
18. CLEANUP OF PROJECT SITE.
The Contractor shall at all times keep the site of the work and adjacent premises as free from materials,
debris, rubbish and trash as practicable, and shall remove same from any portion of the site if, in the
opinion of the Owner, such materials, debris, rubbish or trash constitute a nuisance or are objectionable in
any way to the public.
The Contractor shall be responsible for the removal of dirt accumulation or any other debris on pavements
resulting from the Contractor's operations on the work.
At the completion of the work the Contractor shall remove all materials, implements, barricades,
equipment, staging, piling, false work, debris and rubbish connected with or caused by operations for such
work immediately upon the completion of that work and shall leave the premises in perfect condition
insofar as affected by the work under this Contract. Fires for disposal of rubbish on the site are prohibited.
At the end of each day, the project site shall be inspected and cleaned of construction debris and trash. The
project site shall be inspected by air operations prior to opening area to aircraft.
All cleaning shall be accomplished by a street sweeper or power broom to remove debris. Prior to
sweeping, the area shall be cleaned of large debris, concrete, mud, etc., with an end loader.
If the Contractor should fail to clean up the premises as required above, the Owner after giving the
Contractor one (1) hour notice, may do so and charge the cost thereof to the Contractor. The Airport and
the Contractor hereby agree that the cleanup charge will be $200.00 per hour.
19. TEMPORARY TOILETS.
The Contractor shall provide and maintain temporary sanitary facilities as necessary for use of workmen.
All facilities must be in compliance with statutory sanitation requirements.
20. CONTRACTOR COMMUNICATION.
The Contractor shall provide a telephone, pager, etc., on the project site to enable communication between
the Contractor and the Airport Director or Airport personnel. The Contractor shall have a 24-hour contact
person for after-construction-hours communication. This person shall be contacted in case of an
emergency on the project site.
21. CONVICT LABOR.
No convict labor may be employed under this contract.
22. CONSTRUCTION ACCESS ROUTE.
See Appendix.
23. SITE PLAN.
See Appendix.
64
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
No More Information This Page
65
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SPECIAL PROVISIONS
LIQUIDATED DAMAGES
Time is an essential element of this contract. It is important that the work be diligently pursued to
completion. If the work is not completed within the specified contract period, plus authorized extensions,
the Contractor shall pay to the City Liquidated Damages in the amount of $350100 per day, for each day, as
further described herein, in excess of the authorized time.
Days beyond the specified completion date for which Liquidated Damages will be charged will be working
days that the Contractor does, or could have worked from Monday through Saturday — adverse weather
conditions permitting.
Sundays will be counted only if work is performed. Partial working days will be considered as a full
working day. Days not chargeable for Liquidated Damages will include rain days, snow days, Sundays, if
no work is done, and legal holidays and/or Holidays recognized by the City of Waterloo.
Working days will cease to be charged when only punch list items remain to be completed. Punch list
items do not include contract bid items or approved change/extra work orders.
When the Contractor believes the project to be substantially completed, a written notice stating the same
shall be submitted to the Airport Director and a request made for a Punch List. If the work under the
Contract extends beyond the normal construction season for such work, the Contractor shall submit to the
Airport Director in writing a request that working days counted toward the project be suspended until work
is resumed the following construction season.
This amount is not construed as a penalty. These damages are for the cost to the City of providing the
required additional inspection, Airport Directoring and contract administration.
2. PERCENT OF CONTRACT TO BE PERFORMED BY PRIME CONTRACTOR
The prime contractor shall be required to perform at least 35 percent of the total contract amount of the
project.
3. SHOP DRAWINGS, CERTIFICATES, AND EQUIPMENT LISTS
A. Submission of Drawings:
1. The Contractor shall submit to the Airport Director all shop drawings and equipment
drawings or lists as called for in the contract documents or as requested by the Airport
Director. Drawings and listings shall be complete and shall contain all required detail
information conveyed according to the latest recommended standards for detailing.
2. The Contractor shall make any corrections required by the Airport Director and submit
the revised shop or equipment drawings or listings for review. After review by the
Airport Director, the shop or equipment drawings or listings will be so marked, dated,
signed by the Airport Director, and forwarded to the Contractor for reproduction and
distribution.
66
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
B. Submission of Equipment Lists:
If requested in the contract documents, as soon as practicable after award of contract and
before any items of material or equipment are purchased, the Contractor shall submit to
the Airport Director for review a complete list of the principal fixtures and equipment to
be incorporated into the work.
2. The Contractor shall also submit applicable brochures, technical data, catalogs, cuts,
diagrams, manufacturer's drawings and installation instructions, samples if required, and
other descriptive data including the complete description, trade name, model number,
type, size, and rating.
C. Airport Director's Review:
Review by the Airport Director shall not be construed as a complete check but will
indicate only that the general method of construction and detail is satisfactory. The
Airport Director assumes no responsibility for errors in dimensions in the shop drawings
and assumes the Contractor will use material complying with requirements of the contract
documents or, where not specified, those of sound and reasonable quality, and will erect
the subjects of such shop drawings according to recognized standards of first quality
work or, when specified, according to standards of the contract documents.
2. Any work done or material ordered by the Contractor prior to review by the Airport
Director shall be at the Contractor's risk.
D. Airport Director's Action on Submittals
1. General:
a. Except for submittals for record and similar purposes, where action and return on
submittals required or requested, AIRPORT DIRECTOR will review each submittal,
nark with appropriate action, and return. Where submittal must be held for coordination,
AIRPORT DIRECTOR will so advise CONTRACTOR without delay.
b. AIRPORT DIRECTOR will stamp each submittal with action stamp, appropriately
marked with submittal action.
2. Notification of Insufficient Information:
a. If information submitted is not sufficient to complete review of submittal, AIRPORT
DIRECTOR will send transmittal to CONTRACTOR notifying CONTRACTOR that
additional information is required.
b. Submittal will not be returned. Submittal will be placed in an "on hold" status until
CONTRACTOR provides additional information.
67
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
3. Action Stamp:
a. Marking: No Exceptions Taken.
I) Final Unrestricted Release: Where submittals are marked as "No Exceptions Taken,"
Work covered by submittal may proceed provided it complies with Contract
Documents. Acceptance of Work depends on that compliance.
b. Marking: Make Corrections Noted.
1) Final -But -Restricted Release: When submittals are marked as "Make Corrections
Noted," Work covered by submittal may proceed provided it complies with
AIRPORT DIRECTOR'S notations or corrections on submittal and with Contract
Documents. Acceptance of Work depends on that compliance. Resubmittal is not
required.
c. Marking: Rejected.
I) Submittal Not Accepted: When submittals are marked as "Rejected," do not proceed
with Work covered by submittal. Work covered by submittal does not comply with
Contract Documents.
2) Prepare new submittal for different material or equipment supplier or different
product line or material of sante supplier complying with Contract Documents.
d. Marking: Revise and Resubmit.
I) Returned for Resubmittal: When submittals are marked as "Revise and Resubmit," do
not proceed with Work covered by submittal. Do not permit Work covered by
submittals to be used at Project site or elsewhere where Work is in progress.
2) Revise submittal or prepare new submittal in accordance with AIRPORT
DIRECTOR'S notations. Resubmit without delay. Repeat if required to obtain
different action marking.
4. PROJECT RECORD DOCUMENTS
A. Maintain at the project site one record copy of the drawings, project manual, addenda, change orders,
and other modifications to contract, field orders or clarifications, shop drawings, field test records, and
associated permits.
B. Provide one marked up set of drawings to Airport Director at substantial completion for use in the
preparation of Record Drawings.
C. Maintain record documents in clean dry, legible condition and in good order. Do not use Record
Documents for construction purposes. Make record documents available for inspection by the City's
Airport Director.
68
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
5. BUILDING PERMITS
Contractor shall be required to obtain all necessary building permits from the City of Waterloo Building
Codes Department. All costs for permits shall be the responsibility of the Contractor.
6. STANDARD SPECIFICATIONS
The Standard Specifications, which are referenced in the contract document are designated as follows:
WATERLOO STANDARD SPECIFICATIONS - Standard Specifications for Municipal Public Works
Construction, City of Waterloo, Iowa.
7. SPECIAL PROVISIONS
Standard Specifications are amended by the following additions. These are Special Provisions and shall
prevail over those published in the Standard Specifications.
Section 117 — Concrete Pavement
Section 07 42 15 - Metal Roofing and Wall Panels
Section 07 59 00 - Roofing Restoration
Section 09 91 13 - Exterior Commercial Paints and Coatings
No More Information This Page
69
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
GENERAL SPECIFICATIONS FOR CONSTRUCTION
CITY OF WATERLOO, IOWA
Department of Airport Director
SECTION A - Definitions of Terms
SECTION B - Scope of work
SECTION C - Control of Materials and Work
SECTION D - Procedure and Progress
SECTION E - Measurements and Payments
SECTION F - Legal Relations and Responsibility
SECTION A - DEFINITIONS OF TERMS
CITY. The City of Waterloo, Iowa, which is the Party of the First Part of the accompanying
contract, acting through its authorized representative.
2. COUNCIL. The duly elected Council of the City of Waterloo, Iowa.
3. AIRPORT DIRECTOR. The City Airport Director of Waterloo, Iowa, or his authorized
representative.
4. INSPECTOR. The authorized representative of the Airport Director, assigned to the detailed
inspection of the work or materials therefor and to such other duties as may be delegated to him in these
specifications.
5. CONTRACTOR. The Party of the Second Part in the accompanying contract for the
improvement covered by these specifications, or his authorized representative.
6. SUBCONTRACTOR. Any person, firm, or corporation who has, with the approval of the
Council, contracted with the Contractor to execute and perform in his stead all or any part of the contract.
7. BIDDER. Any individual, firm, or corporation submitting a proposal for all or a part of the work
provided for in these specifications.
8. PROPOSAL GUARANTEE. The security designed in the Notice of Bidders or Proposal to be
furnished by the bidder as a guarantee of good faith to enter into a contract and furnish an acceptable bond for the
work contemplated if it be awarded him.
9. SURETY. The corporate body bound with and for the Contractor for the acceptable performance
of the contract.
10. PROPOSAL. The written Proposal, submitted by the bidder in the prescribed manner and on the
standard form, for the improvements covered by these specifications.
I I. SPECIFICATIONS. The documents that set forth the manner in which the proposed work is to
be accomplished which have been prepared by the Airport Director and approved by the City Council, official
copies of which are now on file with the City Clerk.
70
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
12. SPECIAL PROVISIONS. Clauses or memoranda not contained herein, applying to the contract
of which these specifications are a part, which change or supplement these specifications.
13. CONTRACT. The agreement entered into between the City and the Contractor, setting forth the
terms under which the work covered by the plans and specifications is to be performed. The contract includes all
conditions, definitions, and instructions set forth in the official publications relating to the work, the official contract
and specifications, the Proposal, official plans, and all supplemental agreements entered into by the parties to the
contract.
14. NOTICE TO BIDDERS. The notice called attention of bidders to the time and place for
receiving bids, containing a brief description of the work, and briefly setting forth the requirements and conditions
for submission of Proposals.
15. INSTRUCTIONS TO BIDDERS. The clauses setting forth in detail the information relative to
the proposed work and requirements for the submission of Proposals.
16. PLANS. The plans for the improvement covered by the specifications and approved by the
Council, official copies of which are on file with the City Clerk.
17. CONTRACT BOND. The bond executed by the Contractor and his surety in favor of the City of
Waterloo, Iowa, guaranteeing the complete execution of the contract in accordance with the plans and specifications,
the payment of all debts pertaining to the work, and maintenance of the work as provided by law or by the
specifications.
18. CONTRACT PERIOD. The period from the specified date for beginning the work to the
specified date of completion, both dates inclusive. The contract period may be extended by the Council, as provided
in these specifications, in which event the contract period includes the new date of completion.
19. OFFICIAL PUBLICATIONS. The official publications are the formal resolutions and notices
relative to the proposed improvement that are required by law to be published in a prescribed manner and that have
actually been published in accordance with the statutes relating thereto. Attention is directed to the fact that these
official publications are by statute vested with all of the force and effect of contract obligations.
20. A.S.T.M. Abbreviation for American Society for Testing Materials.
21. WORK. The terns "Work" of the Contractor and Subcontractor includes labor or materials or
both, equipment, transportation, or other facilities necessary to complete the contract.
22. TIME. All time limits stated in the contract documents are of the essence in the contract.
71
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SECTION B
SCOPE OF WORK
CORRELATION AND INTENT OF DOCUMENTS. The Contract documents are
complementary, and what is called for by any one shall be as binding as if called for by all. The intention of the
documents is to include all labor, materials, equipment, and transportation necessary for the proper execution of the
work. Materials or work described in words which, so applied, have a well-known technical or trade meaning shall
be held to refer to such recognized standard.
2. DRAWINGS AND SPECIFICATIONS. Unless otherwise provided in the contract documents,
the Airport Director shall furnish to the Contractor, free of charge, all copies of drawings and specifications
reasonably necessary for the execution of the work.
The Contractor shall keep one (I) copy of all drawings and specifications on the work available to the
Airport Director and to his representatives.
3. CONTRACTOR'S UNDERSTANDING. It is understood and agreed that the Contractor has,
by careful examination, satisfied himself as to the nature, character and location of the work, the conformance to the
ground, the character, quality, and quantity of the materials to be encountered, the character of the equipment and
facilities needed preliminary to and during the prosecution of the work, the general and local conditions, and all
other matters which can, in any way, affect the work under this contract. No verbal agreement or conversation with
any officer, agent, or employee of the City, either before or after the execution of the Contract, shall affect or modify
any of the terms or obligations herein contained.
4. REPORTING ERRORS AND DISCREPANCIES. If the Contractor, in the course of the work,
finds any discrepancies between the plans and the physical conditions of the locality, or any errors of omission in
plans or in the layout as given by said stakes and instructions, it shall be his duty to inform the Airport Director
immediately, in writing, and the Airport Director shall promptly correct the same.
5. ALTERATION OR CORRECTION OF PLANS. The plans are made up from surveys that are
presumably correct and represent the foreseen construction requirements. Any modification of the plans which may
be required by the exigencies of the construction or any corrections made necessary because of errors in the original
surveys, will be made by the Airport Director.
Should corrections or modifications of the plans or specifications require a different quality or class of work than
that upon which the unit prices in the Proposal are based, or if the modifications or corrections are required in parts
of the work partially completed and such modifications result in an increased cost to the Contractor, the amount to
be paid for work resulting from such changes shall be agreed upon in writing at the time the changes are ordered and
before the work is begun by the Contractor. No allowance will be made for anticipated profits on work not
performed.
6. CHANGES IN THE WORK. The City, without invalidating the contract, may order extra work
or make changes by altering, adding to, or deducting from the work, the contract sum being adjusted by agreement
or arbitration before such changed work is undertaken. All such work shall be executed under the conditions of the
original contract, except that any claim for extension of time caused thereby shall be adjusted at the time of ordering
such change.
72
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
7. INCREASED OR DECREASED QUANTITIES. The right is reserved without impairing the
contract, to order the performance of such work of a class not contemplated in the Proposal or to increase or
decrease the quantities as may be considered necessary to complete fully and satisfactorily the work included in the
contract.
However, when the work is completed without change in the plans, and the measured quantity of any item of work
varies by more than twenty percent (20%) from the estimated quantity specified in the contract, an adjustment in
price may be made for such item of work by agreement between the Airport Director and the Contractor, subject to
the approval of the City Council. Either party to the contract may request such an adjustment.
8. LANDS AND RIGHT OF WAY. The City shall provide the lands upon which the work under
this contract is to be done, except that the Contractor shall provide land required for the erection of temporary
construction facilities and storage of his material, together with the right of access to same.
9. CITY WATER. The Contractor shall be allowed to use City Water (if applicable for this project)
but before any water is used, he shall make application to the Waterloo Water Works (if necessary) for a temporary
water connection from a fire hydrant or by some other connection method.
Water usage will be charged at the rate for temporary water service. The rules, regulations, and water rates are
available at the Waterloo Water Works offices at 325 Sycamore Street or their telephone number is 319-232-6280.
10. RIGHTS OF VARIOUS INTERESTS. Whenever work being done by the City's personnel or
by other Contractors is contiguous to work covered by this contract, the respective rights of the various interests
involved shall be established by the Airport Director to secure the completion of the various portions of the work in
general harmony.
11. CLOSING STREETS TO TRAFFIC. The Airport Director shall be the judge of how many
streets or parts of streets it is necessary for the Contractor to close at any time and may refuse to permit the closing
of additional streets until such of the work is finished and opened to traffic as he niay direct.
12. OBSTRUCTION OF STREETS. The work is to be carried on in such manner as to obstruct the
streets, highways, and alleys as little as possible. The Contractor shall carry on the different parts of the work so as
to complete the whole, as nearly as practicable, at the same time. In doing the work, the Contractor shall follow the
directions of the Airport Director as to the place or places where work shall be started or be carried on and the
direction in which it shall be done.
13. SHANTIES AND BUILDINGS. Shanties or other buildings shall not be erected in or upon any
street, highway, or alley without permission of the Airport Director. if such permission be granted, it may be upon
any reasonable terms prescribed by the person or body granting such permission.
14. SANITARY CONVENIENCES. The Contractor shall furnish the necessary sanitary
conveniences, properly secluded, for the laborers on the work, and these shall be maintained in a manner that will be
inoffensive to the public.
15. CLEANING UP. The Contractor shall, as directed by the Airport Director, remove from the
City's property and from all public and private property, at his own expense, all temporary structures, rubbish, and
waste materials resulting from his operations before work can be considered completed. The Contractor shall also
renew or replace any and all fences, sidewalks, or other property damaged or disturbed by his work.
16. OMISSION OF PARTS OF GENERAL SPECIFICATIONS. Parts of the General
Specifications deemed not to apply to some particular work may be omitted by special reference in other parts of the
contract documents.
73
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SECTION C
CONTROL OF MATERIALS AND WORK
SUPERVISION AND INSPECTION. The Airport Director shall have supervision of the
construction provided for in this Contract and shall decide any and all questions which may arise as to the quality
and acceptability of materials furnished, work performed, manner of performance, rate of progress on the work, and
all questions regarding the acceptable fulfillment of the terms of the Contract. Materials and construction work
shall, at all times, be subject to the inspection of the Airport Director or his representatives. The Contractor shall be
held strictly to the true intent of these specifications as regards the quality of materials, workmanship, and the
diligent prosecution of the work.
The Airport Director and his representatives shall, at all tines, have access to the work wherever it is in
preparation of progress, and the Contractor shall provide proper facilities for such access and for inspection.
If the specifications, the Airport Director's instructions, law ordinances, or any public authority require any
work and/or materials to be especially tested or approved, the Contractor shall give the Airport Director timely
notice of readiness for inspection.
If the inspection is to be made by authority other than the Airport Director, the Contractor shall notify the
Airport Director of the date fixed for inspection. Inspections by the Airport Director will be promptly made and,
where practicable, at the source of supply. If any work should be covered up without the approval or consent of the
Airport Director, it must, if required by the Airport Director, be uncovered for examination at the Contractor's
expense.
Re-examination of questioned work may be ordered by the Airport Director, and, if so ordered, the work
must be uncovered by the Contractor. If such work be found in accordance with the Contract, the City shall pay the
cost of re-examination and replacement. If such work be found not in accordance with the Contract, the Contractor
shall pay such cost unless he shall show that the defect in the work was caused by another Contractor, and, in that
event, the City shall pay the cost.
2. AUTHORITIES AND DUTIES OF INSPECTORS. Inspectors may be stationed on the work
to report to the Airport Director as to the progress of the work and the manner in which it is being performed; also,
to report whenever it appears that materials furnished and work performed by the Contractor fail to fulfill the
requirements of the specifications and Contract, and to direct the attention of the Contractor to such failure or
infringement; but such inspection shall not relieve the Contractor from any obligations to furnish acceptable
materials or to provide completed construction that is satisfactory in every particular.
In case of any dispute arising between the Inspector and the Contractor as to materials furnished or the
manner of performing the work, the Inspector shall have the authority to reject materials or suspend the work until
the question at issue can be referred to and decided by the Airport Director.
Inspectors are not authorized to revoke, alter, enlarge, relax, or release any requirements of these
specifications. The Inspector shall, in no case, act as foreman or perform other duties for the Contractor, or interfere
with the management of the work by the latter.
74
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
3. STATUS OF THE AIRPORT DIRECTOR. The Airport Director shall have general
supervision and direction of the work. He has authority to stop the work whenever such stoppage niay be necessary
to insure the proper execution of the Contract. He shall also have authority to reject any work and/or materials
which do not conform to the specifications, to direct the application of forces to any portion of the work as, in his
judgment, is required, and to order the force increased or diminished, and to decide questions which arise in the
execution of the work.
4. AIRPORT DIRECTOR'S DECISIONS. The Airport Director shall, within a reasonable time,
make decisions on all claims of the Contractor and on all other natters relating to the execution and progress of the
work or the interpretation of the contract documents.
All such decisions of the Airport Director shall be final except as to the element of time and financial
consideration involved, which, if no agreement in regard thereto is reached, shall be subject to arbitration.
5. STAKES AND INSTRUCTIONS. The Contractor shall provide reasonable and necessary
opportunities and facilities for setting stakes and making measurements. The Contractor shall not furnish stakes or
men to set them. He shall not proceed until he has received from the Airport Director such stakes and instructions as
may be necessary to the progress of the work.
The Contractor shall carefully preserve bench marks, reference points, and stakes, and in case of willful or
careless destruction, he shall be charged with the resulting extra expense and shall be responsible for any mistakes
that may be caused, by their Toss or disturbance.
6. SUPERINTENDENCE. The Contractor shall keep on his work during its progress a competent
project Superintendent, Foreman, and any necessary assistants, all satisfactory to the Airport Director. The
Superintendent shall not be changed except with the consent of the Airport Director, unless the Superintendent
proves to be unsatisfactory to the Contractor and ceases to be in his employ.
The Superintendent shall represent the Contractor in his absence, and all directions given to him shall be as
binding as if given to the Contractor. Important decisions shall be confirmed in writing to the Contractor. Other
directions shall be so confirmed on written request in each case.
The Contractor shall give efficient supervision to the work using his best skill and attention. He shall
carefully study and compare all drawings, specifications, and other instructions, and shall report at once to the
Airport Director any error, inconsistency, or omission which he may discover.
7. REMOVAL OF UNAUTHORIZED WORK. Work done without lines and grade being give,
work done beyond lines shown on the plans or as given, except as herein provided, or any extra or additional work
done without authority, will be considered as unauthorized and at the expense of the Contractor and will not be paid
for under the provisions of the Contract. Work so done may be ordered removed and replaced at the Contractor's
expense.
8. REMOVAL OF DEFECTIVE MATERIALS OR WORK. The Contractor shall promptly
remove from the premises all materials condemned by the Airport Director as failing to conform to the Contract;
whether incorporated in the work or not, and the Contractor shall promptly replace and re -execute his own work in
accordance with the contract and without expense to the City, and shall bear the expense of making good all work of
other Contractors destroyed or damaged by such removal or replacement.
75
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
If the Contractor does not remove such condemned work and materials within a reasonable time, fixed by
written notice, the City may remove them and may store the material at the expense of the Contractor. If the
Contractor does not pay the expense of such removal within a reasonable time thereafter, the City may, upon ten
(10) days' written notice, sell such materials at auction or at private sale and shall account for the net proceeds
thereof, after deducting all the costs and expense that should have been borne by the Contractor; or, if the net
proceeds of such sale are insufficient to pay the expenses of removal, the City may deduct the balance from any
amounts due the Contractor.
9. MATERIALS, EQUIPMENT, APPLIANCES, AND FACILITIES. Unless otherwise
stipulated, the Contractor shall provide and pay for all materials, labor, water, tools, equipment, light, power,
transportation, and other facilities necessary for the execution and completion of the work. Materials shall be of the
quality specified for each particular part of the work.
Whenever, in construction of the work or in the manufacture of any article of appliance necessary for the
construction or operation of the work, it is necessary to use any material that is not fully specified in these
specifications, it shall be of good quality and shall meet with the approval of the Airport Director.
Any appliance that is necessary for the construction or operation of the work and is commonly recognized
as a part of the work, shall be furnished by the Contractor as part of the work, whether or not it is specifically called
for in the plans and specifications, and such appliance shall be of good quality and standard make and shall meet
with the approval of the Airport Director.
10. MATERIAL SAMPLES. Before the contract is awarded, the bidder may be required to furnish a
statement of the origin, composition, and manufacture of any and all materials proposed for use in the performance
of the Contract, together with samples of the material. These samples will be considered as representative and
typical of the material to be obtained from any particular source.
11. CHARACTER OF WORKMEN AND EQUIPMENT. The Contractor shall employ competent
and efficient workmen for every kind of work. Any person employed on the work who shall refuse or neglect to
obey the directions of the Airport Director or Inspector, or who shall be deemed incompetent or disorderly, or who
shall commit trespass upon public or private property in the vicinity of the work, shall be dismissed when the
Airport Director so orders, and shall not be re-employed unless express permission be given by the Airport Director.
The Contractor shall, at all times, enforce discipline and good order among his employees.
The methods, equipment, and appliances used on the work, and the labor employed, shall be such as will
produce a satisfactory quality of work and shall be adequate to complete the contract within the specified time limit.
12. HIRING CITY EMPLOYEES. The Contractor shall not employ and hire any of the City's
employees without the joint permission of the Airport Director and Director of Human Resources.
13. LABOR. Local labor shall be given preferences so far as practicable.
14. THE CITY'S RIGHT TO DO WORK. If the Contractor should neglect to prosecute the work
properly or fail to perform any provision of this Contract, the City of Waterloo, after three (3) days' written notice to
the Contractor may, without prejudice to any other remedy he may have, make good such deficiencies and may
deduct the cost thereof from the payment then or thereafter due the Contractor, provided, however, that the Airport
Director shall approve both such action and the amount charged to the Contractor.
76
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SECTION D
PROCEDURE AND PROGRESS
1. ORDER OF COMPLETION - USE OF COMPLETED PORTIONS. The Contractor shall
complete any portion or portions of the work in such order or time as the Airport Director may require. The City
shall have the right to take possession of and use completed or partially completed that portion of the work at any
time, but such taking possession and use shall not be deemed an acceptance of work so taken or used, or any part
thereof. If such prior use increases the cost of or delays the work, the Contractor shall be entitled to such extra
compensation or extension of time, or both, as the Airport Director may determine.
2. WEATHER. During stormy or inclement weather, all work shall be suspended, except such as
can be done in an acceptable manner. Permission to work during freezing, stormy, or inclement weather shall in no
way be construed as a release of the Contractor's responsibility regarding the quality of the finished work at such
time.
3. SUNDAYS AND LEGAL HOLIDAYS. Except for such work as may be required to properly
maintain or protect completed or partially completed construction, or to maintain lights and barricades, no work will
be permitted on Sundays or legal holidays without specific pennission of the Airport Director.
4. DELAYS AND EXTENSION OF TIME. If the Contractor should be delayed in the completion
of the work by an act of neglect of the City, or its employees; or, by any other Contractor employed by the City; or,
by changes ordered in the work; or, by strikes, lockouts, fire, unusual delays in transportation, unavoidable
casualties, or any cause beyond the Contractor's control; or, by delay authorized by the Airport Director pending
arbitration; or, by any cause which the Airport Director shall decide justifies the delay, then the time of completion
shall be extended for such reasonable time as the Airport Director may decide will compensate for such delay.
No such extension shall be made for delay occurring more than thirty (30) days before claim therefore is
made in writing to the Airport Director. In the case of a continuing cause of delay, only one claim is necessary.
This article does not exclude the recovery of damages for delay by either party under provisions in the
contract documents.
5. TEMPORARY SUSPENSION OF WORK. The Airport Director shall have authority to
suspend the work, wholly or in part, for such period or periods of time as he may deem necessary, due to unsuitable
weather or such other conditions as are considered unfavorable for the suitable prosecution of the work, or for such
time as is necessary due to the failure to the Contractor to carry out orders given or to perform any or all provisions
of the Contract.
77
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
6. NOTICES - HOW SERVED. Any notice to be given by the City to the Contractor under this
contract shall be deemed to be served if the same be delivered to the person in charge of any office used by the
Contractor or his foreman or agent at or near the work, or deposited in the post office, postpaid, addressed to the
Contractor at his last known place of business.
7. PROGRESS OF WORK. The progress of the work shall be such that, at the expiration of one-
fourth (1/4) of the contract period, one-eighth (1/8) of the work shall be completed; at the expiration of one-half
(1/2) of the contract period, three-eighths (3/8) of the work shall be completed; at the expiration of three-fourths
(3/4) of the contract period, the work shall be three-fourths (3/4) completed, and the whole work shall be completed
at the expiration of the contract period.
If, at any time the above schedule is not being maintained, the Council may give written notice to the
Contractor and his sureties that the specifications are not being complied with. Such notice shall state what action
on the part of the Contractor is required to bring the work within the requirements of the specifications. If the
Contractor fails, within ten (10) days, to proceed as directed in the said notice, then the Council shall have authority
to annul this contract without process or action at law and take over the prosecution and completion of the work, as
provided under the article covering City's right to terminate contract.
8. CITY'S RIGHT TO TERMINATE CONTRACT. If the Contractor should be adjudged a
bankrupt; or if he should make a general assignment for the benefit of this creditor; or if a Receiver should be
appointed on account of his insolvency; or if he should persistently or repeatedly refuse or should fail, except in
cases for which extension of time is provided, to supply enough skilled workmen or proper materials; or if he should
fail to make prompt payment to Subcontractors or for materials or labor; or if he should persistently disregard laws,
ordinances, or the instructions of the Airport Director; or if he should otherwise be guilty of a substantial violation
of any provision of the contract, then the City, upon the certificate of the Airport Director that sufficient cause exists
to justify such action, may, without prejudice to any other rights or remedy, and after giving the Contractor seven (7)
days' written notice, terminate the employment of the Contractor and take possession of the premises and of all
materials, tools and appliances thereon and finish the work by whatever method he may deem expedient. In such
cases, the Contractor shall not be entitled to receive any further payment until the work is finished.
If the unpaid balance of the contract price shall exceed the expenses of finishing the work, including
compensation for additional managerial and administration services, such excess shall be paid to the Contractor. If
such expense shall exceed such unpaid balance, the Contractor shall pay the difference to the City. The expense
incurred by the City as herein provided and the damage incurred through the Contractor's default shall be certified
by the Airport Director.
9. REMOVAL OF EQUIPMENT. In the case of annulment of this contract before completion,
from any cause whatsoever, the Contractor, if notified to do so by the City; shall promptly remove any part or all of
his equipment and supplies from the property of the City, failing which, the City shall have the right to remove such
equipment and supplies at the expense of the Contractor.
78
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SECTION E
MEASUREMENTS AND PAYMENT
I. STANDARD OF MEASUREMENT. All work completed under the contract shall be measured
by the Airport Director according to the United States standard measures.
2. SCOPE OF PAYMENTS. The Airport Director's measurements of quantities shall be the basis
for final payment for the work performed under this Contract. After the work is completed, the Airport Director will
make measurements and computations of the number of units of each of the various items of work completed, and
the Contractor will be paid for the actual amount of work performed at the rates specified in his Proposal.
Before final settlement is made, the Council may require the Contractor to submit a list of all persons furnishing
labor or materials, with evidence that such persons have been paid in full. Payment shall be made in the manner set
forth in official publications and Council Proceedings relative thereto. Payments are scheduled to be invoiced in the
following manner: 40% / 40% / 40%. Once the Notice to Proceed has been issued, an invoice by the bidder shall
be invoiced at Forty (40%) Percent; and, when the equipment is deemed ready for installation by the Airport
Director, another invoice shall be issued for an additional Forty (40%) Percent; and, the remaining Twenty (20%)
Percent shall be invoiced to the attention of the Airport Director as Final Retainage of the Project when all
submittals are received, training and orientation has been completed, and system is fully functional according to
project Scope of Work.
3. PAYMENT FOR EXTRA WORK. Such extra work as may have been ordered by the Airport
Director and performed by the Contractor shall be compensated for as provided herein. If work is to be done or
materials are to be furnished by the Contractor which cannot properly be classified under unit prices included in the
Proposal, the Contractor shall be paid therefor the actual reasonable cost of the labor and materials entering
permanently in such work, plus fifteen percent (15%) of the cost thereof. In computing the labor cost on such extra
work, the following items shall be included:
(a) Actual payroll expenditures for labor at the current rate therefor, and cost of materials.
(b) Pay of foreman and timekeepers for actual time required on the extra work.
(c) Liability insurance, prorated, for the extra work.
Labor cost items on extra work shall be furnished in duplicate by the Contractor to the Inspector daily. The
Inspector shall check the items, and if he finds them to be correct, he shall so certify on the statement of cost,
returning one copy to the Contractor and filing one copy with the Airport Director.
The Airport Director shall determine the cost of materials entering into extra work from the materials and
receipted freight bills for the same.
For any special machine, power tools, or equipment, including fuel and lubricants, but not including small
hand tools, which may be deemed necessary or desirable to use, the Contractor shall be allowed a reasonable rental
thereon, to be agreed upon in writing by the Airport Director before such work is begun, and to which sum no
percentage is to be added.
The item of cost shall not include repairs or replacement of equipment or overhead expenses of any
character. The fifteen percent (15%) allowed is considered to cover the use of hand tools and all overhead expenses
except liability insurance.
79
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
In no case will a claim for extra compensation be allowed unless the work upon which the claim is based
has been ordered in writing, except as provided hereinafter.
4. CLAIMS FOR EXTRA COST. If the Contractor claims that any instructions, by drawings or
otherwise, involved extra cost under this contract, he shall give the Airport Director written notice thereof within ten
(10) days after completion of the work. No such claim shall be valid unless so made.
5. CLAIMS FOR EXTRA COMPENSATION. If the Contractor deems that extra compensation is
due him for work and/or materials that he considered is not clearly covered in the items for which he submitted unit
prices in his bid and that were not ordered in writing by the Airport Director as extra work as heretofore provided,
the Contractor shall notify the Airport Director, in writing, of his intention to make claim for extra compensation for
work and/or material before starting construction.
If such written notification is not given or the Airport Director is not afforded proper facilities by the
Contractor for keeping strict account of actual cost as defined herein, then the Contractor hereby agrees to waive the
claim for extra compensation.
Such notice to the Airport Director and the fact that the Airport Director has kept account of cost as
aforesaid, shall not in any way be construed as proving the validity of the claim, which must be passed upon by the
Council. In the event that the Council finds the claim to be just, it shall be allowed and paid for as extra work as
provided herein.
6. COMPLETION REPORT AND OBJECTIONS THERETO. Within ten (10) days after the
full completion of the work to be done under this contract, the Airport Director shall make a written statement of all
the work done by the Contractor hereunder, stating the quantity of each item as found by him and including a
statement of all credits for extra work and all credits or debits for changes, alterations, omissions, and defects, and
shall forthwith deliver a copy of such statement to the Contractor.
The Contractor shall compare such statement with his own records and shall then, in writing, either approve
such statement or point out any claimed errors or omissions. If any of such claims are found correct, the Airport
Director shall, within ten (10) days, prepare a new statement, a copy of which shall in like manner be delivered unto
the Contractor. The Airport Director will not file a formal completion report with the City until the Contractor has
approved the same.
If the figures of the Airport Director and the Contractor cannot be reconciled, or there is a difference of
opinion regarding some item or items, then such difference of opinion shall be submitted to arbitration as hereinafter
provided, and the decision of the arbitrator or arbitrators shall be final, and the Airport Director shall, within a
period of five (5) days, file his completion report.
Before action by the City Council upon such completion report, the Contractor shall also file a written
statement of any claims he may have against the City, other than those shown by such completion report, growing
out of this contract or the work done hereunder. The City shall retain ten percent (10%) of the amount due the
Contractor on the completion report for a period of thirty (30) days. If no claims are filed against the Contractor
within thirty (30) days, the final ten percent (10%) shall then be paid to the Contractor.
7. WAIVER. By the execution of this contract ,the Contractor agrees that any objections he may
have to the statement of the amount of work done hereunder included by the Airport Director in this completion
report, and any claims of the Contractor against the City growing out of this contract and the work done hereunder
which are not stated in writing in the manner and within the time provided in Article 6, Section E hereof, shall be
waived, and no such claim shall thereafter be asserted against the City.
80
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SECTION F
LEGAL RELATIONS AND RESPONSIBILITIES
LAWS RELATING TO WORK. The Contractor is presumed to be familiar with all laws,
ordinances, and regulations which may, in any manner, affect those engaged or employed upon the work or the
materials or equipment used in or upon the work, and shall conduct the work so as not to conflict with such laws,
ordinances, and regulations.
2. PROTECTION OF WORK AND PROPERTY. The Contractor for any part of the
improvement shall be held responsible for the care of materials and of partially completed and completed work until
final acceptance of the same by the Council. He will be required to make good at his own expense any damage
which the work may sustain from any cause prior to the filing of the Airport Director's certificate of completion.
He shall take all risk from floods and casualties of every description and make no charge for delay due to such
cause. He may, however, be allowed a reasonable extension of time on account of such delays. He shall correct or
make good at his own expense all damages to adjacent property due to the acts or negligence of his employees of the
prosecution of his work, and save the City harmless therefor.
The Contractor shall be held liable and responsible for all damages done to water, sewer, drain, or other
underground pipes and structures, and to sidewalks and private property.
3. RESPONSIBILITY FOR ACCIDENTS. The Contractor shall assume full responsibility for all
damages sustained by persons or property due to the carrying on of his work until final acceptance thereof, or until
released by the Airport Director in writing.
4. LIABILITY INSURANCE. The Contractor shall carry liability insurance which shall save the
City harmless and protect the public and any person from injuiy sustained by the reason of the prosecution of the
work or the handling or storing of materials therefor, and said Contractor shall also carry liability insurance which
shall meet the requirements of the Iowa Worker's Compensation Law.
Before work shall be started on this contract, the Contractor shall furnish the City Clerk with proper
affidavit or Affidavits executed by representatives of duly qualified insurance companies, evidencing that said
insurance company or companies have issued liability insurance policies, effective during the life of the contract, or
for a period of a least ten (10) days following the filing of written notice of cancellation, protecting the public and
any person from injuries or damages sustained by reason of carrying on the work involved in the Contract. The
affidavit shall specifically evidence the following forms of insurance protection:
81
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
(a) Public liability insurance covering all operations performed by persons directly employed by the
Contractor.
(b) Public liability insurance covering all operations performed by any Subcontractor to whom a
portion of the work may have been assigned.
(c) Public liability insurance covering all work upon the project performed by any independent
Contractor working under the direction of either the principal Contractor or a Subcontractor.
(d) Motor vehicle bodily injury liability insurance and property damage liability insurance on all
motor vehicles employed on the work, whether owned by the Contractor or by other persons,
firms, or corporations.
(e) The minimum protection shall be as follows:
Comprehensive General Liability Insurance
General Aggregate Limit $ 2,000,000.00
Products—Completed Operations
Aggregate Limit $ 2,000,000.00
Each Occurrence Limit $ 2,000,000.00
Comprehensive Automobile Liability Insurance $ 1,000,000.00
The Contractor shall have the Owner, the City of Waterloo, Iowa, and the Airport Director, AECOM,
named as "Additional Named Insureds." A certificate, or a policy if requested, shall be filed with the Owner.
All certificates and/or policies of insurance furnished by the Contractor to be filed with the City Clerk shall
include the name and address of the agency issuing the same. It shall also be required that the City Clerk be notified
by registered mail of the cancellation or expiration of the above insurance.
5. BARRICADES AND SIGNS. The Contractor shall, at his own expense and without further or
other order, provide, erect, and maintain, at all times during the progress and suspension of the work and until
completion and final acceptance thereof, suitable and requisite barricades, signs, or other adequate protection, as
required by the latest edition of the 'Iowa Manual on Uniform Traffic Control Devices for Streets and Highways"
and shall provide, keep, and maintain such barricades, signs, etc., as may be required or as may be ordered by the
City Airport Director, to insure the safety of the public as well as those engaged on the work. All barricading plans
shall be approved by the City Airport Director.
6. ROYALTIES AND PATENTS. The Contractor shall pay all royalties and license fees. He shall
defend all suits or claims for infringement of any patent rights and shall save the City harmless from loss on account
thereof, except that the City shall be responsible for all such loss when a particular process or the product of a
particular manufacturer is specified.
82
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
7. PERMITS AND REGULATIONS. Permits and licenses of a temporary nature for the
prosecution of the work shall be secured and paid for by the Contractor. Permits, license, and easements for
permanent changes in existing facilities shall be secured and paid for by the City.
8. CLAIMS FOR DAMAGES. Any claim for damages arising under this Contract shall be made in
writing to the party liable within a reasonable time of the first observance of such damage and no later than the time
of final payment, except as expressly stipulated otherwise in the case of faulty work or materials, and shall be
adjusted by agreement or arbitration.
The Contractor shall be held for the payment of all just claims against him arising out of the prosecution of
this contract, and his bond will not be released until such claims are paid for dismissed.
9. ASSIGNMENT OF CONTRACT. The Contractor shall not sell or assign the contract or sublet
any portion of the work provided for therein without the written consent of the City Council.
10. SUBCONTRACTORS. The Contractor shall, as soon as practicable after the signature of the
contract, notify the Airport Director in writing of the names of the Subcontractors proposed for the work and shall
not employ any that the Airport Director may, within a reasonable time, object to as incompetent or unfit.
The Contractor agrees that he is as fully responsible to the City for the acts and omission of his
Subcontractors and of persons either directly or indirectly employed by them as he is for the acts and omissions of
persons directly employed by him. Nothing contained in the contract documents shall create any contractual
relation between any Subcontractor and the City.
11. ARBITRATION. All questions subject to arbitration under this Contract shall be submitted to
arbitration at the choice of either party to the dispute.
The Contractor shall not cause a delay of the work during any arbitration proceedings, except by agreement
with the Airport Director.
The demand for arbitration shall be filed in writing with the Airport Director, in the case of an appeal from
his decision, within ten (10) days of its receipt, and in any other case, within a reasonable time after cause thereof,
and in no case later than the time of final payment, except as otherwise expressly stipulated in the contract. If the
Airport Director fails to make a decision within a reasonable time, an appeal to arbitration may be taken as if his
decision had been rendered against the part appealing.
No one shall be nominated or act as an arbitrator who is in any way financially interested in the contract or
in the business affairs of either the City or the Contractor.
The general procedure shall conform to the laws of the State of Iowa. Unless otherwise provided by such
laws, the parties may agree upon one arbitrator; otherwise, there shall be three — one named in writing by each party
to this contract to the other party, and the third chosen by these two arbitrators, or, if they fail to select a third within
ten (10) days, then he shall be chosen by the Comptroller of the State of Iowa. Should either party refuse or neglect
to supply the arbitrators with any papers or information demanded in writing, the arbitrators are empowered by both
parties to proceed ex parte.
83
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
If there is one arbitrator, his decision shall be binding; if three, the decision of any two shall be binding.
Such decision shall be a condition precedent to any right of legal action, and, wherever permitted by law, it may be
filed in Court to carry it into effect.
The arbitrators, if they deem that the case demands it, are authorized to award to the party whose
contention is sustained such sums as they shall deem proper for the time, expense, and trouble incident to the appeal,
and, if the appeal was taken without reasonable cause, damages for delay, the arbitrators shall fix their own
compensation unless otherwise provided by agreement, and shall assess the costs and charges of the arbitration upon
either or both parties.
The award of the arbitrators must be in writing, and it shall not be open to objections on account of the
form of proceeding or the award, unless otherwise provided by the laws of Iowa.
In the event of such laws providing on any matter covered by this article otherwise than as hereinbefore
specified, the method of procedure throughout and the legal effect of the award shall be wholly in accordance with
the laws of the State of Iowa, it being intended hereby to lay down a principle of action to be followed, leaving its
local application to be adopted to the legal requirements of the place in which the work is to be done.
12. PERFORMANCE AND PAYMENT BONDS. The Contractor shall, at the time of execution
and delivery of this contract and before the taking effect of same, furnish and deliver to the City written bonds of
indemnity to the amount required by law in form and substance, and with surety thereon satisfactory and acceptable
to the City, to insure the faithful performance and payment by the Contractor of all the covenants and agreements on
the part of the Contractor contained in this contract. These bonds shall remain in force and effect for the full amount
of the Contract.
13. PERSONAL LIABILITY OF PUBLIC OFFICIALS. In carrying out any of the provisions of
the Contract or in exercising any power or authority granted him thereby, there shall be no liability upon the Airport
Director or his authorized assistants, either personally or as an official of the City, it being understood that in such
matters he acts as the agent and representative of the City.
14. JURISDICTION. Any action in Court against the Contractor or sureties on his bond because of
damages to property or individuals by said Contractor or his workmen, or because of the violation of any provisions
of the specifications, or on account of the failure of said Contractor to comply fully with these provisions, shall be
brought in the District Court of the State of Iowa in and for Black Hawk County.
15. TERMINATION OF RESPONSIBILITY. The Contract shall be considered as completed and
the Contractor released from further obligations except as to the requirements of his bond, after the work has been
completed and finally accepted and final estimates have been allowed and the completion report of the Airport
Director has been filed and approved by the Council.
84
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
16. CITY'S LEGAL RIGHTS. The City shall not be precluded by any measurements, estimate, or
certificate made, either before or after the completion and acceptance of the work and payment therefor, from
showing the true amount and character of the work performed and materials furnished by the Contractor, or from
showing that any such measurement, estimate, or certificate is untrue or incorrectly made, or the work or materials
do not, in fact, conform to the Contract.
The City shall not be precluded, notwithstanding any such measurements, estimate, or certificate and
payment in accordance therewith, from recovering from the Contractor and his surety such damages as it may
sustain by reason of his failure to comply with the terms of the Contract.
Neither the acceptance by the City or any of its representatives, nor any payment for or acceptance of the
whole or any part of the work, nor any extension of time, nor any possession taken by the City, shall operate as a
waiver on any portion of the contract or of any power herein reserved, or any right to damages herein provided. A
waiver of any breach of the contract shall not be held to be a waiver of any other or subsequent breach.
NO MORE INFORMATION THIS PAGE
85
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SUPPLEMENTAL GENERAL
SPECIFICATIONS FOR CONSTRUCTION
SUBCONTRACTS
The contractor shall cause appropriate provisions to be inserted in all subcontracts relative to the
work to require compliance by each subcontractor with the applicable provisions of the contract for
the improvements embraced in this contract.
2. REVIEW BY THE CITY OF WATERLOO
The City of Waterloo, its authorized representatives and agents, shall at all times have access to and be
permitted to observe and review all work, materials, equipment, payrolls, personnel records, employment
conditions, material invoices, and other relevant data and records pertaining to this contract, provided,
however, that all instructions and approval with respect to the work will be given to the contractor only by
the City of Waterloo through its authorized representative or agents.
3. INSPECTION
a. The contractor shall furnish promptly all materials reasonably necessary for any tests, which may be
required. All tests by the City of Waterloo will be performed in such manner as not to delay the work
unnecessarily and will be made in accordance with the provisions of the Technical Specifications.
b. Inspection of materials and appurtenances to be incorporated in the improvements embraced in this
contract may be made at the place of production, manufacture or shipment, whenever the quantity
justifies it, and such inspection and acceptance, unless otherwise stated in the Technical
Specifications, shall be final, except as regards (I) latent defects, (2) departures from specific
requirements of the contract, (3) damage or loss in transit, or (4) fraud or such gross mistakes as
amount to fraud. Subject to the requirements contained in the preceding sentence, the inspection of
materials as a whole or in part will be made at the project site.
4. WARRANTY OF TITLE
No material, supplies, or equipment to be installed or furnished under this contract shall be
purchased subject to any chattel mortgage or under a conditional sale, lease -purchase or other
agreement by which an interest therein or in any part thereof is retained by the sel ler or supplier.
The contractor shall warrant good title to all materials, supplies, and equipment installed or
incorporated in the work and upon completion of all work, shall deliver the same together with all
improvements and appurtenances constructed or placed thereon by him to the City of Waterloo free
from any claims, liens, or charges.
86
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
Neither the contractor nor any person, firm, or corporation furnishing any material or labor for any work
covered by this contract shall have any right to a lien upon any improvement or appurtenance thereon.
Nothing contained in this paragraph, however, shall defeat or impair the right of persons furnishing
materials or labor to recover under any bond given by the contractor for their protection or any rights under any
law permitting such persons to look to funds due the contractor in the hands of the City of Waterloo.
The provisions of this paragraph shall be inserted in all subcontracts and material contracts and notice of its
provisions shall be given to all persons furnishing materials for the work when no formal contract is entered into for
such materials.
No More Information This Page
87
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
FORM OF CONTRACT
CONTRACT FOR THE PURCHASE AND INSTALLATION OF
A PARKING ACCESS AND REVENUE CONTROL SYSTEM (PARCS)
AT THE WATERLOO REGIONAL AIRPORT - CITY OF WATERLOO, IOWA
This contract made and entered into this
day of , 2018, by and
between the City of Waterloo, Iowa, a Municipal Corporation, (hereinafter referred to as City), and
of (hereinafter
retenTed to as Contractor), WITNESSETH:
PAR. I
PAR. 2
PAR. 3
PAR. 4
PAR. 5
PAR. 6
Contractor agrees to build and construct the PURCHASE AND INSTALLATIONOF A
PARKING ACCESS AND REVENUE CONTROL SYSTEM (PARCS) AND RELATED
PARKING LOT IMPROVEMENTS and furnish all necessary tools, equipment, materials, and
labor necessary to do all the work called for in the plans and specifications in a workmanship -like
manner and for the prices set forth in Contractor's proposal, which was accepted by the City, and
which is understood and agreed to be a part of this contract.
It is understood and agreed that the resolution adopted by the City Council ordering the construction
of the improvement, the Notice to Contractors as published, the Instruction to Bidders, the Form of
Proposal, the Construction and Maintenance Bonds, the Council Proceedings relating to this matter,
and the Plans and Specifications shall all be considered as forming a part of the contract the same as
though they were each set out in said contract.
The Contractor agrees to furnish at its own cost and expense, all necessary materials and labor for said
work and to construct said improvements in a thorough, substantial, and workmanlike manner, and in
strict accordance with the requirements of this contract, and of the plans and specifications made a
part hereof by reference, and to the satisfaction and approval of the City and its Airport Director.
The Contractor agrees to perform said work and install said improvements on the terns set out in bid
or proposal to the City which has been accepted by the City and which is by reference made a part of
this contract.
The Contractor agrees to commence said work within ten (10) working days after receipt of
"Notice to Proceed" and complete it on or before July 1, 2018, unless an extension of time is
granted in writing by the City via the office of the Airport Director.
Should the Contractor fail to complete said improvements in strict accordance with the terms and
conditions of this contract, or the plans and specifications therefor promptly by the date herein
specified, the City may pay such additional sums as it may be required to pay by reason of the failure
of said contractor and deduct any and all such sums from any amount then due the Contractor.
88
(
0
PARKING -INC.
We have read the contract and agree with terms, Parking -Inc looks forward to working on a
contract that is both parties agree upon
:AII • A' :=► s 111 OINES IOWA 50309 USA • •arkin•-inc.com
PAR. 7
PAR. 8
PAR. 9
PAR. 10
PAR. 11
PAR. 12
PAR. 13
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
The Contractor agrees to comply with and obey all ordinances of the City of Waterloo, Iowa, relating
to the obstruction of streets and alleys, keeping open passage ways for water, traffic, and protecting
any excavations in any street or alley, and maintaining proper and sufficient barricades with lights and
signals during all hours of darkness, to see that the backfilling is properly done, and agrees to keep the
City whole and defend any and all suits that may be brought against the City by reason of any injuries
that may be sustained by any person or property allegedly caused by the Contractor, or his agents,
while work is done pursuant to this agreement.
The Contractor agrees that in the event a law suit is brought against the City for damages allegedly
sustained by reason of any act, omission or negligence of the Contractor or its agents, or on account of
any injuries allegedly sustained by reason of any obstruction, hole, depression or barrier placed or dug
by the defendant or its agents, in the doing of the work herein contracted for, that it will defend said
suit and save the City harmless therein, and in case judgment is rendered against the City, the
Contractor agrees to pay the same promptly.
The Contractor agrees to carry public liability insurance in a solvent company in a sufficient amount
to protect the City and those who use the streets of the City.
The City shall have the right to appoint one or more construction reviewers who shall review the
progress of the work in detail; also, to make any test or any material to be used in such work.
No material shall be used in any work until the same has first been approved by the construction
reviewer. Such construction reviewer shall have full authority to pass judgment upon all materials and
upon the manner of doing the work, and their judgment on rejecting any materials, substance, or
manner of work shall be final unless it is revoked or modified by the City Airport Director.
Any material, which has been rejected by the construction reviewer, shall be at once removed from the
line of work and shall not be again taken thereon or placed with the material proposed to be used
without the written consent of the City Airport Director.
The Contractor shall maintain no cause of action against the City on account of delays and prosecution
of work, but if said work is delayed by the City, the Contractor shall have such extra time for
completion of the job as was lost by reason of the delay caused by the City.
The Contractor agrees to pay punctually all just claims of labor, material, men, or subcontractors who
shall perform labor or furnish materials entering into this improvement. It is agreed that the City need
not pay the Contractor until all such claims are paid by the Contractor. It is agreed that the City shall
not be liable for said labor, material, or men under this contract.
The Contractor agrees to furnish the City, simultaneously with this contract, a bond on a form to be
provided by the City in the amount provided by law as stated in the Notice to Bidders, which shall be
for the benefit of the City, and any and all persons injured by the breach of any of the terms of this
contract.
Said bond shall be filed with the City Clerk and shall be subject to the approval of the City Council,
and is by reference made a part of this contract.
89
PAR 14
PAR. 15
PAR. 16
PAR. 17
PAR. 18
PAR. 19
PAR. 20
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
The Contractor agrees that should it abandon work under this contract or cease the prosecution thereof
for a period of thirty (30) consecutive days without reasonable cause, and should it fail to proceed with
said work within ten (10) days after a notice to continue or cavy it on has been mailed to it at the
address given herein by the City, or after such notice has been served on it, then the City may proceed
to complete said work, using any material, tools, or machinery found along said line of work, doing
the work either by contract or as it may elect, and the Contractor and the sureties on its bond shall be
liable to the City for the costs and expenses so paid out.
Said costs shall be retained by the City from any compensation due, or to become due the Contractor,
and may be recovered by the City in an action upon Contractor's bond.
In consideration of the full compliance on the part of the Contractor with all the provisions,
stipulations, and conditions hereof, or contained in the various instruments made a part of this contract
by reference, and upon completion and acceptance of said work, the City agrees to pay to the
Contractor, in the manner set out in the Notice to Contractors, the amount of money due the
Contractor for work performed and accepted, at the unit prices set out in the Contractor's proposal,
which has been accepted by the City.
The total amount of the contract, based on the Airport Director's estimates of quantities and the
Contractor's unit bid prices, and for which 100% surety bond is required, is $
After the completion of said work, the Contractor agrees to remove all debris and clean-up said streets,
and to save the City harmless from any damage allegedly resulting from a failure to clean up and
remove the debris or put the street back in a proper condition for travel.
This contract is not divisible, but in the event of a conflict between this contract and the various
instruments incorporated by reference, this contract shall govern.
Before the Contractor shall be entitled to receive final payment for work done under this contract, it
shall execute and file a bond in the penal sum of not less than 100% of the total amount of the
contract, same to be known as "Maintenance Bond," and which bond must be approved by the City
Council, and which bond is in addition to the bond given by the Contractor to guarantee the
completion of the work.
The Contractor shall maintain all work done hereunder in good order for the period of two (2) years
from and after the date it is accepted by the Council of the City of Waterloo, Iowa. Said maintenance
shall be made without expense to the City or the abutting property.
In the event of the failure or default of the Contractor to remedy any or all defects appearing in said
work within a period of two (2) years from the date of its acceptance by said Council, and after having
been given ten (10) days notice so to do by registered letter deposited in the United States Post Office
in said town, addressed to said contractor at the address herein given, then the City may proceed to
remedy such defects.
The costs and expenses thereof to be recovered from the Contractor and the sureties on its
maintenance bond by an action brought in any court of competent jurisdiction.
90
PAR. 21
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
The Contractor shall give notice to said City by registered tetter directed to the Mayor or City Clerk
thereof not more than four (4) and not less than three (3) months prior to the expiration of the term
during which the Contractor is required to maintain said improvements, in good repair by the terns of
its Contract.
The liability of the Contractor and of the sureties on its bond for maintenance of the said
improvements shall continue until three (3) months after such notice has been given to the City, and,
in any event, until two (2) years after the acceptance of the work.
CITY OF WATERLOO, IOWA
Quentin Hart, Mayor, City of Waterloo, Iowa
Kelley Felchle, City Clerk, City of Waterloo, Iowa
Contractor
By:
Title:
Approved by the City Council of the City of Waterloo, Iowa, this
ATTEST: , City Clerk
Waterloo, Iowa
91
day of 2018.
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
PERFORMANCE BOND
KNOW ALL MEN BY THESE PRESENTS:
That we of
(the"Principal") and of
(the "Surety"), are held and firmly bound unto the City of Waterloo, Iowa (the "Obligee"), in the penal sum of
Dollars ($ ), lawful money of
the United States, for the payment of said sum in connection with a contract (the "Contract") dated on or about
for the purpose of
. The Contract is incorporated herein by reference as though
fully set forth herein.
Whenever the Principal shall be and is declared by the Obligee to be in default under the Contract, with the Obligee
having performed its obligations in the Contract, then the Surety, acknowledging that time is of the essence, niay
promptly remedy the default, or shall promptly undertake to:
I. Complete the Contract in accordance with its terms and conditions; or,
2. Obtain one or more bids for completing the Contract in accordance with its terms and conditions, and upon
determination by the Surety of the lowest responsible bidder, or negotiated proposal, or, if the Obligee elects, upon
determination by the Obligee and the Surety jointly of the lowest responsible bidder, or negotiated proposal, arrange
for a contract between such party and the Obligee. The Surety will make available as work progresses sufficient
funds to pay the cost of completion less the balance of the Contract price. The cost of completion includes
responsibilities of the Principal for correction of defective work and completion of the Contract, the Obligee's legal
and design professional costs resulting directly from the Principal's default, and liquidated damages or actual
damages if no liquidated damages are specified in the Contract. The term "balance of the Contract price" means the
total amount payable by the Obligee to the Principal under the Contract and any amendments thereto, less the
amount properly paid by the Obligee to the Principal; or,
3. Determine the amount for which it is liable to the Obligee and pay the Obligee that amount as soon as
practicable.
In the event this bond is enforced, Principal and Surety agree to indemnify Obligee and hold Obligee harmless from and
against any and all costs of enforcement, including but not limited to reasonable attorneys' fees and expenses.
Every Surety on this bond shall be deemed and held, any contract to the contrary notwithstanding, to consent to each and
all of the following matters, without notice:
I. To any extension of time to the Contract in which to perform the Contract.
2. To any change in the plans, specifications, or Contract when such change does not involve an increase of more
than twenty percent (20%) of the total Contract price, and shall then be released only as to such excess increase.
3. That no provision of this bond or of any other contract shall be valid which limits to less than one (1) year from the
time of the acceptance of the work the right to sue on this bond for defect in workmanship or material not
discovered or known to the Obligee at the time such work was accepted.
92
Parking Inc has the ability to secure the Performance Bond and Payment Bond with in the 10
day time limit
515.314
0 401 =-GRAND AVE. D "S
01 ES IOWA 50309 USA •
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
If the Principal performs the Contract, then this bond shall be null and void; otherwise it shall remain in full force and
effect. In no event shall the Surety's total obligation exceed the penal amount of this bond.
Terms used herein shall include, as appropriate, the singular or plural number, or the masculine, feminine or neuter
gender.
IN WITNESS WHEREOF, the undersigned Principal and Surety have executed this Performance Bond as of
PRINCIPAL SURETY
Name Name
By:
Title:
By:
Title:
[attach Power of Attorney]
NOTE: Date of BOND must not be prior to date of Contract.
If CONTRACTOR is Partnership, all partners should execute BOND.
93
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
PAYMENT BOND
KNOW ALL MEN BY THESE PRESENTS: that
(Name of Contractor)
(Address of Contractor)
a hereinafter called Principal,
(Corporation, Partnership or Individual)
and
(Name of Surety)
(Address of Surety)
hereinafter called Surety, are held and firmly bound unto
(Name of Owner)
(Address of Owner)
hereinafter called OWNER, in the penal sum of
Dollars, ($ ) in lawful money of the United States, for the payment of which sum well and truly to be
made, we bind ourselves, successors, and assigns, jointly and severally, firmly by these presents.
THE CONDITION OF THIS OBLIGATION is such that whereas, the Principal entered into a certain contract with
the OWNER, dated the day of , 2018, a copy of which is
hereto attached and made a part hereof for the construction of:
PURCHASES AND INSTALLATON OF A PARKING ACCESS AND REVENUE CONTROL SYSTEM
(PARCS) AND RELATED IMPROVEMENTS'' AT THE WATERLOO REGIONAL AIRPORT, CITY OF
WATERLOO, IOWA.
NOW, THEREFORE, if the Principal shall promptly make payment to all persons, firms, SUBCONTRACTORS,
and corporations furnishing materials for or performing labor in the prosecution of the WORK provided for in such
contract, and any authorized extension or modification thereof, including all amounts due for materials, lubricants,
oil, gasoline, coal and coke, repairs on machinery, equipment and tools, consumed or used in connection with the
construction of such WORK, and all insurance premiums on said WORK, and for all labor, performed in such
WORK whether by SUBCONTRACTOR or otherwise, then this obligation shall be void; otherwise to remain in full
force and effect.
94
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
PROVIDED, FURTHER, that the said Surety for value received hereby stipulates and agrees that no change,
extension of time, alteration or addition to the terms of the contract or to the WORK to be performed thereunder or
the SPECIFICATIONS accompanying the same shall in any wise affect its obligation on this BOND, and it does
hereby waive notice of any such change, extension of time, alteration or addition to the terms of the contract or to
the WORK or to the SPECIFICATIONS.
PROVIDED, FURTHER, that no final settlement between the OWNER and the CONTRACTOR shall abridge the
right of any beneficiary hereunder, whose claim may be unsatisfied.
IN WITNESS HEREOF, this instrument is executed in counterparts, each one
(number)
of which shall be deemed an original, this the day of 2018.
ATTEST:
(Principal) Secretary
(SEAL)
Witness as to Principal
(Address)
Principal
By (s)
(Address)
Surety
ATTEST: By
Attorney -in -Fact
Witness as to Surety (Address)
(Address) (Address)
NOTE: Date of BOND must not be prior to date of Contract.
If CONTRACTOR is Partnership, all partners should execute BOND.
95
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
APPENDIX
TABLE OF CONTENTS
1. Scope of Work
2. Photographs of Current Equipment,
3. Photographs of Entrances / Exits
96
Specification Section
Reference
Clarification/Exception/Comment/Add
on provision
Proposed Alternate ,
Solution/Substitution
REQUEST FOR
REFERENCES
The City of Waterloo dba
Waterloo Regional Airport,
requires that all bidders submit
a minimum of ten (10) years of
references from similar PARCS
projects from airports or
aviation facilities, as the Airport
Director will be checking
references, prior to a
recommendation to award is
forwarded to the City Council.
TIBA Parking has been in business for
over 30 Years but only entered the
Airport segment in 2016. We are
currently installed at 14 Airports in the
USA and have provided contact and
reference information accordingly.
Columbus and Jacksonville Airport are
scheduled for completion this Summer
and Fall respectively .
I I. The PARCS (System) shall
include a separate computer
located in the Airport
Administration office at a
location to be determined by the
Airport Finance Manager /
Bookkeeper for the daily
management and administration
of the PARCS system.
This will be described as a
future Additive Bid Item as
described near the end of this
document. This laptop computer
shall include all software
uploads, programming, and the
completion of all wiring and
communication hardware.
This computer, shall include a
laptop with docking station that
shall allow airport
administration employees to, if
necessary, transport the laptop
to conduct any programming
updates to the Pay on Foot
Station located at the exit of
the parking lot.
The workstation for monitoring the
PARCS is not normally a laptop
computer. Any programming of field
devices will be conducted by TIBA
trained personnel
12. The PARCS (System) shall
include the ability to use the
above laptop computer as
described in No: 11, above, to
"Plug and Play" and make
functional the ability to use the
Parking Lot Exit Booth for the
ability to complete parking lot
transactions for the acceptance
of Cash / Credit / Debit cards to
complete the parking
The TIBA provided cashier workstation
will be installed in the booth for
processing of transactions. A laptop for
this function is not being provided
transaction.
6. Client Work Station options
for the PARCS management
shall include:
a. Standard PC for all
functionally, including remote
customer service interventions.
b. Browser -based UI for the
control and management of the
facility.
The TIBA application does not have a
browser based user interface.
Redundancy - Level 2: In case
of a total network failure, all
lane equipment shall be able to
operate off-line with limited
functionality.
Should a total network failure
occur, the management of the
lane devices will be done
independently by the device's
onboard local controller; ticket
dispensing, fee calculations,
cash and ticket transactions — in
addition to monthly entry & exit
shall perform normally.
Once connection to the parking
system main controller has
been re-established, all
transaction data shall pass to
the main controller and to the
FMS.
To meet the July 1 completion date for
the entire Project. TIBA plans to deliver
this function with an update to the
field device firmware in the third
quarter of 2018.
1. Reports can be scheduled to
run and emailed to specified
users.
2. Reports can be scheduled to
run automatically. For example,
on the first day of each quarter,
weekly, etc.
TIBA in the future will have the ability
to run and email reports based on a
scheduler with our SPARKS platform
automatically. TIBA is currently
finalizing the selection of the report
writing tool to allow our customers to
make their own reports.
External System
Integration
1. The FMS shall provide tools
to interface to external
platforms and systems.
2. System APIs shall provide
real-time XML interfaces.
Fields and data structures shall
TIBA provides API interfaces for 3rd Part
Integrations. Not all of them provide
realtime xml interface or based on
RESTFUL compliant web services
technology. TIBA would need a list of
all the requested interfaces to answer
the request fully describing the
interface for each required integration.
comply with a specified
schema.
3. APIs shall support security
authentication of all clients
invoking APIs so that each
individual client is identified for
each API call.
4. The EMS shall allow for
logging all requests and
responses to and from the APIs.
5. All interfaces where possible
shall be upon RESTfuI
compliant Web Services
technology.
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SECTION 1
General Information and Scope of Work
General Scope of Work and PARCS System Description
The City of Waterloo dba Waterloo Regional Airport is seeking, via this Request for Qualifications /
Request for Proposals, Contract Documents and Project Specifications, for the future removal of the
existing, and installation of a new Parking Access and Revenue Control System (PARCS) and Related
Improvements for the paid passenger parking lot at Waterloo Regional Airport, 2790 Livingston Lane,
Waterloo, Iowa 50703.
INFORMATION TO BIDDERS
The PARCS (System) bidding decisions shall not be awarded based solelv'on the lowest price as the bid
submitted. Dave Z, would you recommend that I can use that sentence above?
This PARCS (System) bid shall be awarded based on the following: THE LOWEST AND MOST
RESPONSIBLE BID 'THAT BEST MEETS THE NEEDS OF TILE CITY OF WATERLOO, AND THE USERS
AND PATRONS OF THE WATERLOO REGONAL AIRPORT FOR SIMPLICITY AND EASE OF USE,
AND TIIE AIRPORT ADMINISTRATION, FOR EASE OF TROUBLESHOOTING, MAINTENANCE OF
SYSTEM COMPONENTS, PROGRAMMING AND DAY-TO-DAY OPERATION. Dave Z, please check.
The installation of the new Parking Access and Revenue Control System (PARCS) shall meet the
following objectives:
I. Furnish and install a complete Parking Access and Revenue Control System (PARCS) for paid
parking facilities at the Waterloo Regional Airport.
2. This project, shall be a complete "Turn -Key" project at the airport, for removal of the existing, and
installation of the new system, while still retaining daily parking revenue from users of the parking
lot system.
3. The PARCS is being purchased by the City of Waterloo and Airport Department to not just sustain
but show increasing levels of day-to-day revenue for the benefit of maintaining airport department
financial self-sufficiency as required by the Federal Aviation Administration.
Note to All Bidders: No Federal or State Grant Funds shall be used for the completion' of this
protect.
4. The PARCS shall be a combination of equipment, subsystems, and supporting infrastructure that
allows the airport's parking facility operator to accurately calculate, collect, track, and report
revenues for parking within one or more facilities.
5. The PARCS shall also have the ability to monitor and control the entry and exit to and from those
facilities from multiple barrier entrance gates, and multiple controlled barrier exit lane devices.
6. The PARCS shall manage facilities that operate 24/7 for use and benefit of airport passengers,
contract personnel, transient parkers (users), guests for special events, whereas the airport grounds
may not be attended at various times of the calendar day by airport personnel.
97
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
7. The PARCS shall be sufficiently constructed to easily endure all types of weather in an all-
weather environment/s so as to be near maintenance and trouble-free.
8. The PARCS shall be expandable to other future parking lot configurations (Ex: Employee and Car
Rental) as may be constructed in the future.
9. The PARCS shall be provided that is a combination of Current and Next Generation of Parking
Technology, so as to ensure that system operating software, hardware and related components will
not expire or be considered outdated withiq. fifteen (15) years from the date of final acceptance,
however, provided, that future software downloads and hardware will be able to use existing
system equipment and components for Airport Staff to continue to utilize the PARCS without the
need to completely replace the entire system.
10. The PARCS shall be able to, and have the flexibility, to accommodate, if applicable in the future,
to mate with an Access Control System (ACS) that may include a Video Monitoring System for
the safety and security of parking lot patrons, users and their personally owned vehicles (POV's).
This ACS may include the installation of a proximity card for the use by employees, special
guests, Airport VIP's and other users and patrons of the Waterloo Regional Airport.
11. The PARCS (System) shall include a separate computer located in the Airport Administration
office at a location to be determined by the Airport Finance Manager / Bookkeeper for the daily
management and administration of the PARCS system.
This will be described as a future Additive Bid Item as described near the end of this document.
This laptop computer shall include all software uploads, programming, and the completion of all
wiring and communication hardware.
This computer, shall include a laptop with docking station that shall allow airport administration
employees to, if necessary, transport the laptop to conduct any programming updates to the Pay on
Foot Station located at the exit of the parking lot.
12. The PARCS (System) shall include the ability to use the above laptop computer as described in
No: 11, above, to "Plug and Play" and make functional the ability to use the Parking Lot Exit
Booth for the ability to complete parking lot transactions for the acceptance of Cash / Credit /
Debit cards to complete the parking transaction.
98
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
General Functionality of the PARCS System
The PARCS shall:
1. Account for all revenue, by facility, lane, passenger, employee (if applicable), customer, event,
program, payment method, and time period, with complete audit trails (any transaction shall be
completely auditable from start to finish).
2. Minimize any and all potential for the theft and loss of parking revenue, with accounting for the
Toss or stolen tickets from airport parking lot patrons. NOTE: Bidders shall specifically describe
how their system shall allow Airport Administration personnel, to manage these parking lot challenges.
3. Maintain a PCI/DSS-compliant environment, consistent with evolving standards and requirements.
4. Provide flexible rate structures capable of handling parking customers of all types, and with the
added ability to generate additional new parking programs at any time.
5. Accurately calculate appropriate fees for all manners of transactions.
6. Increase the efficiency for the operations, maintenance and troubleshooting of the system and all
components.
NOTE: Bidders shall specifically: describe how their system best complies with this No: 6 requirement.
7. Provide full reporting (revenue and statistics), with flexibility in content, formatting, and timing of
the pertinent operational and management reports.
8. Ensure flexibility for any future need to update, upgrade, and/or expand the system readily (either
additional lanes or additional facilities).
9. Provide an intuitive and user-friendly interface for customers and operating personnel.
10. Be fully protected against and not affected by weather/environmental conditions, including
temperature extremes, humidity, rain, dust, snow, ice, extreme cold and hot temperatures so as all
components shall remain operational, RFI/EMI, and static electricity.
NOTE: Bidder shall :describe any built-in or optional system components that are available to ensure
the PARCS system operability during periods of thunderstorms and lightning.
1 I . Not emit excessive heat, RFI/EMI, static electricity, or fumes.
12. Meet all ADA requirements (federal, state, local) as of the date of acceptance, along with any
other requirements that are published but due to be implemented at a later date.
13. All equipment shall be UL compliant or equivalent listed.
99
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
PARCS System Standards & Requirements
The design and installation of the proposed PARCS shall conform to the following referenced codes,
regulations, and standards as applicable:
1. All equipment shall be new, in current production, and the standard products of a manufacturer of
PARCS equipment. Manufacturer shall be certified as complying with the standards of ISO -9001
for quality control.
2. All PARCS equipment installed shall comply with: UL 60950-1 (for indoor usage) and UL60950-
22 (for outdoor usage), as required and are identified with the UL Mark or equivalent.
3. ALL PARCS equipment shall be certified with a FCC label as conforming to rigid EMC
requirements for electromagnetic emissions, immunity and harmonics.
4. Federal, State, and Local laws, regulations and codes.
5. ISO 9001 quality assurance standards.
6. Compliant with all ADA requirements.
7. National Electrical Code (NEC).
8. The PARCS shall comply with Payment Application Data Security Standard (PA DSS), V2.0
or later.
NOTE: Bidders shall describe the most current PA -DSS and the current version application.
9. The PARCS shall comply with standards effective at the time of implementation, including fully
compliant readers and back-office processing.
10. All PARCS outdoor equipment shall be rated at, or above, IP54.
I I. All PARCS equipment shall be operated with a self -conditioning power supply.
NOTE: Bidders shall describe what type and length of Uninterruptable Power Supply. (UPS) the
system is mated to, and shall describe any options for extended power outages from common power
outagesfrom the Airport's primary electrical service provider.
100
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
PARCS System Warranty
1. The PARCS shall include a factory warranty that equipment is free from defects in design,
material, manufacturing and operation.
2. The Installing PARCS vendor shall guarantee the equipment, wire, cable, and installation for 24
months from date of acceptance.
3. The PARCS Manufacturer shall guarantee availability of parts, for a minimum of seven (7) years
from date of shipment.
Acceptable PARCS Manufacturers
I. The PARCS System as described herein shall be based on a common everyday available Parking
Access and Revenue Control System from only major branded parking lot equipment providers,
and shall be considered as an acceptable Base Bid.
The City of Waterloo dba the Waterloo Regional Airport will not accept any PARCS system
prototypes, second hand, used, demonstration (demo) systems that have been displayed and/or
transported from parking conferences, etc.
The PARCS system for Waterloo Regional Airport shall be considered a brand new "out of the
box" system with all warranties implied or purchased as optional "Additive Bid Items" (ABI's) as
may be provided by the equipment provider / equipment installer.
2. Substitutions shall meet requirements of Prior Approval, as outlined in the contract documents.
3. Substitutions that meet Prior Approval requirements shall be listed as alternates by addendum, and
shall be shown separately on the bid forms. Consideration will be based on ability to comply with
all aspects of the specifications, the desired functional operation, quality, reliability, design, size,
and appearance of the equipment and the support capabilities of the manufacturer.
PARCS Project Addendums
1. As of the date of bid letting of this project, it shall not be the intent of the Director of Aviation for
the City of Waterloo dba Waterloo Regional Airport to issue and addendums / project addenda for
this project.
101
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SECTION 2
Definitions — Terms — Abbreviations
The following definitions apply to terms used within this specification.
Barrier Gate:
An automated gate utilized by the PARCS to control entry into and exit from a parking facility.
Cashier Station:
A computerized PARCS device located in a staffed cashier booth at an exit lane or at a centralized location that
facilitates multiple methods of exit from a parking facility; commonly referred to as: cashier terminal.
Contractor:
The individual, partnership, firm, or corporation in contract with the parking lot operator (if applicable) and
primarily liable for the acceptable performance of the Work contracted and for the payment of all legal debts
pertaining to the work who acts directly or through lawful agents or employees to complete the Work.
Crash:
A system failure in which the PARCS cannot properly process transactions.
Dynamic Signage:
Signage capable of displaying varying text and/or graphics to relay specific messages to customers via a matrix of
LED lights.
Dynamic signage can be used for various applications including displaying the method of payments accepted at a
specific lane, the number of available spaces in a facility/level, or providing guidance to customers.
Entry Station:
A computerized PARCS device located in an entry lane that facilitates multiple methods of entry including issuing a
parking ticket, reading an access card or credit card, reading an AVI transponder, reading a proximity access card,
reading a bar code or QR code from a cell phone or hard copy document.
Exit Station:
A computerized PARCS device located in an express exit lane that facilitates multiple methods of exit from a
parking facility including reading a parking ticket, reading an access card or credit card, reading an card, reading a
bar code from a cell phone or hard copy document, or reading a proximity access card or credit card fob via RFID
and work in conjunction with LPR system for transients and card holder transactions.
The exit station uses the data from the inserted or detected media to validate exit privileges or calculate and process
the associated parking fee; fees can be paid via credit card, debit card, or cell phone, or exit is granted via access
card or validated/pre-paid ticket.
CUI — Graphical User Interface:
A program interface that takes advantage of a computer's graphics capabilities in an attempt to make the program
user-friendly and intuitive to use.
102
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
IP — Internet Protocol:
IP is a network layer protocol in the Internet protocol suite and is encapsulated in a data link layer protocol (e.g.,
Ethernet).
As a lower layer protocol, IP provides the service of communicable unique global addressing amongst computers.
ISO — short for International Organization for Standardization:
An international organization comprised of national standards bodies from around the world. ISO is the world's
largest developer and publisher of standards.
LED — Light Emitting Diode:
A type of light commonly used for dynamic signage.
LPN:
License Plate Number.
License Plate Recognition (LPR):
A combination of cameras, software, infrastructure, and monitoring stations that allow for the automated recording
of a vehicle's license plate number upon entry using application software utilizing OCR.
The license plate number is linked to the vehicle's entry event within the PARCS. Upon exit, the license plate is
checked again by the LPR system to verify that the vehicle attempting to exit is the same vehicle that is linked with
the entry event of that transaction; a subsystem to a PARCS.
Optical Character Recognition (OCR):
A set of software algorithms that enable LPR application software to analyze a digital image of a license plate and
determine the digitized values of the license plate characters through an automated process.
PA DSS Payment Application Data Security Standard:
A set of comprehensive data security requirements and parameters for payment applications that process bank card
payments.
Parking Access and Revenue Control System (PARCS):
A combination of equipment, subsystems, and supporting infrastructure that allows an entity to accurately calculate,
collect, track, and report revenues for parking within one or more facilities. A PARCS also monitors and controls
ingress and egress to and from those facilities.
Pay -On -Foot Station (POE):
A computerized PARCS device that facilitates payment of parking fees prior to a customer returning to their vehicle.
PC — Personal Computer:
A microcomputer designed for individual use for such applications as word processing, data management, or
financial analysis.
PCI DSS — Payment Card Industry Data Security Standard:
A set of comprehensive requirements and parameters for enhancing payment card account data security to help
facilitate the broad adoption of consistent data security measures on a global basis.
103
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
Personal Identification Number (PIN):
A number selected by a user to gain access to certain areas of the PARCS or to associate with a chip embedded
credit card required by standards.
Representational State Transfer (REST):
Is an architectural style, and an approach to communications that is often used in the development of Web services.
RFI/EMI:
Radio Frequency Interference/Electromagnetic Interference: Radio Frequency and Electromagnetic Interference:
Are phenomena that occur when the radio frequency of electromagnetic field of one device disrupts, degrades, or
impedes another device.
REID:
Radio Frequency Identification: the technology utilized by proximity card systems, for identifying a customer's
credential.
A RFID system consists of an antenna, a transceiver (which reads the radio frequency and transfers the information
to a processing device), and a transponder, also called a tag (which is an integrated circuit containing the RF
circuitry and information to be transmitted).
Responsive Web Design (RWD):
Is an approach to web design aimed at crafting sites to provide an optimal viewing and interaction experience --easy
reading and navigation with a minimum of resizing, panning, and scrolling—across a wide range of devices (from
desktop computer monitors to mobile phones)
Swapped Ticket:
Occurs when a customer "swaps" the original parking ticket obtained upon entry to a parking facility with a second,
more current parking ticket and attempts to exit using the more current parking ticket.
TCP/IP:
Transmission Control Protocol/Internet Protocol: The Internet Protocol Suite (commonly known as TCP/IP) is the
set of communications protocols used for the Internet and other similar networks.
Uninterruptible Power Supply (UPS):
A UPS is a device that maintains a continuous supply of electric power to connected equipment by supplying power
from a separate source when utility power is not available; also known as a continuous power supply or a battery
backup.
Vendor:
See Contractor and Respondent.
Work:
Services or goods to be provided by the Contractor per the Contract.
104
Tickal
(-r
PARKING SYSTEMS
Project Approach
WATERLOO
IE(( 3NA1 Al!WIWI
f111.11111 A %UV A111111111
cTIBA
PARKING SYSTEMS
Project Approach — Executive Summary
As a PARCS provider and software developer with thirty years of industry experience,
TIBA is recommending a suite of products that will assist the Waterloo Regional Airport
team with its parking technology needs.
• Feature Rich Hardware Utilizing Bar Code Technology
• SmartPark Management Software with Robust Reporting Capabilities
• Access Control with Integrated LPR (License Plate Recognition)
• Facility Space Counting and Dynamic Sign Control
• Extensive Validation Solutions
• Pre -Paid Parking Reservations and Loyalty program
• Ease of third party integrations
• Thorough training program
What sets TIBA LLC apart from other parking component and technology manufacturers
is our continued belief in providing efficiency and profitability for our clients. We
combine industry leading hardware with our proprietary software and integrate each
module into our Central Management System. This solution provides our clients with
the real-time information they need to maximize efficiency and earnings potential.
When desired, third party systems can easily be added, creating a customized solution
that fits your operational needs. Our primary objective is to make your parking system
more efficient, which will result in a better parking experience for your users, heightened
customer loyalty and reduced operating costs.
TIBA LLC has worked closely with customers throughout the United States to develop
solutions for a variety of parking needs including Airports, Hospitals, Universities, Multi -
Use facilities, and Municipalities. In our 30 years of business, we have installed
thousands of lanes of equipment tailored to the end -user's needs. We have a strong
network of 40 authorized dealers across North America. By leveraging local dealers and
installers we combine the best of both worlds: world class software and hardware
solutions with strong business partners who know the market and have long-standing
relationships.
By assessing the needs of the end-users, we have successfully tailored solutions using
our proprietary solution, and can adapt our solutions, oftentimes integrating with third
party solutions. This approach bridges the gap from the existing, traditional PARCS
(Parking and Revenue Control System) processes to a broader business system,
anticipating and interfacing with emerging technologies, supporting automated facilities,
new payment methodologies and centralized operations.
VVATE R COO
QTIBA
PARKING SYSTEMS
Our automated systems can process multitudes of ticket rates, payment types,
validations and produce reports from many different angles, reducing labor costs by up
to 25%.
A unique feature of TIBA's system is its capability to integrate distinct separate
functionality provided by leading edge technology into one, single cohesive system.
With this key element in mind, we have fashioned a solution that utilizes the SmartPark
Facility Management System and associated lane devices, Automatic License Plate
Recognition, and License Plate Inventory.
In addition, the SmartPark FMS (Facility
Management System) provides count and
count control, reporting and data
import/export capabilities, complete
revenue control and auditing and central
credit card management through our
TIBApay system. The system provided to
Waterloo Regional Airport will maximize
vehicle throughput, revenue and access
control, data interchange, and provide full
accountability.
TIBA's robust, open architecture system is highly scalable and based on modern
software tools. Our system can quickly and easily address interface requirements,
whether LPR, general ledger, or emerging technologies such as online reservations
systems, mobile payments systems, EMV (Europay, Mastercard and Visa) chip & pin,
PCI 3.2 (Payment Card Industry) Compliance, and NFC (Near Field Communication).
Smart tools for easy integration mean lower cost and quicker time for implementation
and time -to -market.
In addition to accommodating the various types of system users and payment methods,
TIBA Parking Systems recognize and understand the importance of solid and
dependable Sub -Systems —all fully integrated — that complement the Facility
Management System. Together, they form a cohesive and harmonious system that
delivers the features, function and benefits desired by RDAA.
We are software development and integrated systems specialists and have aligned
ourselves with leaders from across the spectrum of the industry. Our vendor partners
are the leaders in the industry, and from the best partners arise the best solutions:
• Flexible and variable parking cost structure
• Parking Guidance
• License Plate Recognition
• Gateless employee nesting
TIBA's airport parking solutions have low pricing over the life of the equipment. With
state of the art equipment and scalable software, TIBA provides an intelligent and
WATERLOO
1:1 lilt ,\IRI'c 1121
(TIBA
PARKING SYSTEMS
flexible central management system, user friendly interface, third party integration
solutions and security/fraud protection.
Key features of the TIBA solution specifically for the include:
• The TIBA SmartPark Facility Management System (FMS) allows the operator to fully
control and monitor the facility, and receive reports for all Revenue, Access and Parking
activity.
• High speed transactions and extremely fast credit card processing from submittal to
gate vend.
• From SmartPark a user can program devices, send remote device commands, monitor the
facility, pull reports, track tickets, inventory license plates, and much more.
• TIBA server and main controller share management tasks.
• LPR system can be used to augment or replace AVI/RFID readers for monthlies.
• Reliable and Dependable Equipment & Service Support; Efficient and Meticulous
Installation & System Test; Effective Training for Operating and Administrative Personnel
Description of TIBA's Professional Approach
The Waterloo Regional Airport is seeking professional services from a qualified PARCS partner
to:
• Design, furnish and install a Parking Access and Revenue Control System in a
number of surface lots and garages to accommodate both transient and employee
parkers for Waterloo Regional Airport.
• Remove and dispose of existing equipment which is currently reaching "end of life".
• Install a proximity -based access control system
• Install a solution which minimizes computer equipment in the lot with a solution that
can be tied to one server or be delivered with cloud -based services.
• Provide a 3.2 PCI certified solution for credit card processing
• Implement an intercom solution
• Coordinate with other general contractors and install the PARCS solution within the
parameters identified in the construction schedule
• Provide a solution which meets the current and future needs of the Airport with
options for integration of a reservation and loyalty program.
The goal in implementing all these items is to:
• increase efficiency and reduce transaction times by utilizing the most recent technical
advancements in the Industry for both hardware and software.
• provide a more rewarding and gratifying experience for the customer as they visit the
Airport
• increase revenue by utilizing the latest payment technology while at the same time
reduce fraudulent activity.
IIj
_add
WATERLOO
I:I(d[>k.V AIRP(>IU
(TIBA
PARKIIIG SYSTEMS
• acquire a PARCS system that will meet the Airport needs at a minimum for the next
10 years
• acquire a PARCS system with lower cost of ownership over the optional 5 year
maintenance period
The remainder of this section is designed to provide details on TIBA's approach to
deliver the requirements as stated and outlined above. The focus is on our Project
Phasing, Implementation and Management Plan which provide details on the planned
management structure for the Project, planned resources and our operating plan to
deliver a high-quality performance-based operation for the purposes of supporting the
Airport and Airport Operations Team.
Parking- Inc will be the prime contractor and is the sole responsible entity for the
delivery of the Project which includes among other things, project management, system
design, integration, installation, commissioning, testing, and training. Parking -Inc will be
testing, installation and configuration. During the two-year warranty period, Parking —
Inc will support Waterloo Regional Airport with 24/7 support being provided based on an
on-call schedule with local resources consisting of technicians from Parking -Inc staff.
Service and service support for the optional maintenance period will be provided by our
staff.
Proactive Hands -On Management Structure
Parking -Inc planned Management structure for Waterloo Regional Airport has one
specific goal in mind, that goal is to provide honest, accurate and detailed information to
the customer during the design, testing, delivery, installation, warranty and service
portions of a PARCS project initiative.
Parking -Inc Point of Contact day to day
Parking -Inc plans a project with having one person who is responsible for the entire
Project from contract signature to beginning of warranty. This single point of contact is
responsible for ensuring the success of a Project. The person chosen in this case has
experience with installing a PARCS solution, completing acceptance testing procedures
and sign off from a client.
TIBA Point of Contact at the Executive Level
Experience has shown that it is important to identify a senior executive for higher level
communication between the parties. This line of communication becomes important if
the customer feels as if they are not receiving the information they need from the
assigned project Manager, or if a legal/technical dispute has arose requiring immediate
resolution. Bill Keck is the President of Parking -Inc
WATERLOO
I;F(A(lh,\I AIIZI.ORI
(TIBA
PARKING SYSTEMS
Local Presence & Resources
Parking -Inc plans to utilize our skills to provide a proven system. Factory Acceptance
testing, implementation, System Acceptance, warranty and maintenance services will all
be the responsibility of Parking -Inc. Parking -Inc staff are all factory authorized
technicians and will be utilized for the purposes installation, acceptance testing, service
through the Warranty and extended maintenance time periods. Parking Inc. resources
will be utilized for any and all civil/electrical/communication work such as removal of old
hardware, mounting of new hardware, cabling and civil infrastructure, Our organizations
have worked with TIBA and have passed on a number of PARCS implementations and
will be responsible for the deployment and installation of items, similar to the work that
they have previously contracted with Parking -Inc, The schedule and phasing plan
reflects working in multiple lanes at the same time.
Planned Schedule
The schedule reflects one approach and offers some flexibility in the order in which all
the lane equipment is implemented. All installation work is phased to allow for
ingress/egress at all lane locations. The current planned approach begins with
deployment of the new solution one entry and exit lane at a time. The schedule reflects
a phased approach for installation where lane work can be accomplished while the
current System remains operational. Parking -Inc plans on 4 levels of testing, Pre -Fat,
FAT, Lane Acceptance testing and Site Acceptance Testing to ensure all the contractual
required deliverables have been met and delivered. Both the test plan and transition are
discussed further below.
Based on our experience we begin mounting equipment as construction activities are
being completed. All equipment will be protected after implementation and testing to
allow for a more seamless transition. Our team has experience with working under the
supervision of a Owner/ Manager with submittals for additional insurance and liability
risk and we believe we can meet and exceed any completion targets identified.
Test Plan
Based on the review of the required testing identified in the RFP, Parking -Inc plans to
exceed the required testing requirements and provide the ability to have one start date
for the warranty for all the Lanes. In other words, the warranty will begin with the
completion of a 30day test for the entire project. A lane acceptance test for each lane
before it is opened to the public and a 30 -day operational demonstration test for the
entire facility. Testing will be for all components including lane equipment, IT
infrastructure and System integrations such as mobile payment interfaces.
The SAT and LAT tests will follow standards regarding the format and layout.
Test records take the form of `scenarios', each with clear specifications of the order in
which the various steps should be carried out and the expected results with which the
actual results should be compared. Each test record is a description of a finished test
LTIBA
PARKING SYSTEMS
`scenario' which is to be signed by the tester when it has been carried out successfully.
Once the record has been signed, this test scenario has been concluded.
Each test record is structured as follows:
Section 1:
• Number of sub -point and title of test scenario
• Description and background of the test
• Space for documentation:
- Deviations and causes (if known)
- Required measures
• Space for the documentation:
- Date
- Confirmation that no deviations had been found
- Documentation of the error class
- New test required / not required
- Tester's signature
Section 2, 3, 4 etc. (as required):
• Special conditions for conducting the test
• Required auxiliary resources
• Test procedure (step by step):
- Activities required on the part of the inspector
- Expected reactions of the Parking Logic System
- Check field for the OK documentation of the result for each step
In the case of a section, test, or item failure or deviation the following procedures will be
instituted.
The inspector will record the failure or deviation.
1. The deviation will receive a deviation code of A, B, or C.
2. "A" deviations will constitute the failure of the entire section and require
development intervention. Examples would be situations where required
functionality is missing such as the integration of the credit card server.
3. "B" deviations will constitute the failure of a test item and may be corrected and
repeated later in the process without any ramification to the section. Examples
would be validations not working, change not being provided by Pay Column.
Receipts not printing.
4. "C" deviations will constitute the failure of a test item that can be noted, fixed, and
re -tested. These Items are considered "minor". Examples would be text changes,
or rate changes.
The 30 -Day Site Acceptance, Operational demonstration test is designed to
CJI
WATERLOO
lil (.Il>NM AII:PORI
LTIBA
PARKING SYSTEMS
• Demonstrate the suitability and workability of the system design;
• Verify correct interconnectivity of all system components showing that hardware and
software are fully integrated as a system;
• Prove compliance with specifications, and confirm that all customer requirements
perform as specified;
• Verify that critical performance parameters operate as described in the functional
requirements and/or design specifications;
• Verify that import, export, backup operations function as required;
• Verify that third party interfaces are working correctly
Test documents will be submitted to the Airport according to the schedule for review
and so that we can also add any additional tests requested.
Transition and Coordination Plan
Parking -Inc understands the Waterloo Regional Airport intent and objectives for Parking
Access & Revenue Control System. We have outlined and addressed specific functions
that the PARCS solution must address based on the Waterloo Regional Airport
requirements.
Parking -Inc and our other team members feel that the most difficult task in migrating to
a new PARCS as identified above is transitioning into the new System. To address this
issue, we plan to design with Airport Staff a "Traffic Coordination Plan" that will keep
operational disruptions to a minimum.
Consideration for the coordination plan will be given to:
1. Coordination of all activities with Airport staff
2. Minimize lane closures during installation of new equipment
3. Prepare a work plan to schedule and minimize installation work around peak hours
of operation, Holidays and Weekends.
4. Implementation of complete electrical and communication infrastructure before work
in entry or exit lanes will occur
5. Phasing of equipment implementation so that 1 entry will be installed with 1 exit
conjointly.
Plan to import transient and monthly customer data.
To provide a seamless experience for the end customer as the transition is completed
and to ensure that the PARCS as installed provides accurate data with regards to
revenue and occupancy. TIBA would as part of the design meetings like to explore the
possibility of importing both the Access card holder data and transient ticket data form
the current vendors PARCS system. The goal would be to import this data
automatically.
This will reduce the number of exception transactions that the staff will need to address
in the lane and would allow better revenue management and reporting.
WATERLOO
RF(.I(11,AI AIAI ORl
(-ries
PARKING SYSTEMS
CITY OF WATERLOO, IOWA ORA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SECTION 3
System Operation
3.1 Main Features
I. The PARCS shall use barcode technology. NOTE: Those bidders submitting a proposal for a
magnetic stripe of ticket technology will be considered non-responsive.
2. All PARCS equipment shall be based on multi -slot technology. Credit card reader shall be a
non -motorized card -reader, and separated from the ticket issuing / reading device.
3. The management software of the PARCS shall be installed on a standard desktop PC
running a MS Windows 7 Operating System, or installed on a server running MS -Windows
server 2012.
4. The PARCS shall utilize a SQL server express 2012.
5. The PARCS equipment shall be a based on microprocessor controlled system, running an
embedded "real-time" firmware and shall be PC programmable. Programming to all equipment
will be done remotely from the PARCS management software.
6. Client Work Station options for the PARCS management shall include:
a. Standard PC for all functionally, including remote customer service interventions.
h. Browser -based UI for the control and management of the facility.
7. The PARCS shall be able to work in off-line node with no server.
8. The PARCS management software shall have the following built-in, fully integrated modules:
a. System Monitoring & Control.
b. Revenue Management.
c. Access Control.
d. Validations.
e. Reporting & Statistics.
9. The PARCS shall also be comprised of the following optional sub -systems:
a. Bankcard Processing.
b. License Plate Recognition.
c. Space Counting & Signage.
d. Parking Guidance.
3.2 Networking
1. All PARCS equipment can be located locally at the parking lot property or remotely connected via
a LAN (Local area network) or WAN (Wide area network / internet).
2. The communication protocol between PARCS equipment to other field devices shall be I pair of
RS485 communication or with a plug-in module to communicate in TCP/IP.
105
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
3.3 System Scalability
1. The PARCS shall be expandable by adding cashier terminals, entry lane terminals, exit lane
terminals, pay -on -foot stations, validation devices and management software workstations.
2. The PARCS shall be capable of adding optional features, equipment and interfaces listed in the
specifications, even if not initially included in the project specifications.
3.4 System Redundancy
1. The PARCS shall support 2 level -redundancy in order to provide ongoing operations in case of
network, equipment or electrical failure.
2. The PARCS shall have the flexibility to perform its redundancy workflow, as follows:
a. Normal Mode: PARCS field equipment are up and running and managed by the FMS.
All transactions and calculations are performed normally, including credit card(s)
acceptance.
Credit card(s) acceptance shall depend on an online connection with a credit card server and
credit card clearing house.
b. Redundancy - Level I: In case of FMS failure, PARCS field equipment will remain up and
running, and shall be managed by the local parking system main controller.
All transactions and calculations are performed normally, including credit card(s)
acceptance.
Credit card acceptance shall depend on an online connection with a credit card server and
credit card clearing house.
Once the connection between the FMS and the parking system main controller has been re-
established, all transaction data shall pass to the FMS.
a. Redundancy - Level 2: In case of a total network failure, all lane equipment shall be able
to operate off-line with limited functionality.
Should a total network failure occur, the management of the lane devices will be done
independently by the device's onboard local controller; ticket dispensing, fee calculations,
cash and ticket transactions — in addition to monthly entry & exit shall perforin normally.
Once connection to the parking system main controller has been re-established, all
transaction data shall pass to the main controller and to the FMS.
106
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
3.5 General Operations
3.5.1 Customer Management
I. The PARCS shall support an unlimited number of customer groups with an unlimited number of
customers per group.
2. User groups and individuals within the user groups shall each be assigned access privileges based
upon facilities, date, days of week, time of day, or any combination.
3.5.1.1 Transient Customers
I. Transient entry shall be granted by either:
a. Pressing and pulling a time/date stamped ticked from an entry lane terminal.
b. Presenting a I or 2 dimensional barcode issued from an external reservation system that has
been associated with a pre -payment transaction.
c. Pay at an automated non-cash entry lane terminal. Payments shall be made with credit card or
pin -less debit card.
d. Pay at an automated Pay -In -Lane (PIL) exit lane terminal. Payments shall be made with cash,
credit card or pin -less debit card.
e. Re -Entry shall be granted by presenting a valid registered pass.
2. Transient exit shall be granted by either:
a. Pay to a cashier on an exit lane (if applicable). Payments shall be made with credit card, cash
or validated ticket.
b. Pay to a cashier at a centralized location and then insert the paid ticked at an exit lane
terminal. Payments shall be made with credit card, pin -less debit card, cash or validated
ticket.
c. Pay at an automated Pay -On -Foot (POF) station and then insert the paid ticket at an exit lane
terminal. Payments shall be made with credit card, pin -less debit card, cash, chaser ticket or
validated ticket.
d. Pay at an automated non-cash exit lane terminal. Payments shall be made with credit card,
pin -less debit card or a validated ticket.
e. Pay at an automated Pay -In -Lane exit lane terminal. Payments shall be made with credit card,
cash or validated ticket.
f. Re -Exit shall be granted by presenting a valid registered pass.
3.5.1.2 Monthly Customers
I. Entries or Exits shall be granted by either:
a. Present a valid proximity card at a lane terminal;
b. Valid vehicle license plate number captured by LPR system (if applicable) upon entry or exit
lane.
107
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
3.5.1 Customer Credentials
3.5.2.1 Ticketless
For License Plate Recognition (LPR)— if applicable to this project, Customers who are
assigned LPR as the primary access credential, the PARCS shall have the ability to also
assign a backup or matching credential such as:
a. Bar Code (printed)
b. The PARCS shall use commercially available Proximity cards (Ex: HID) available through any
source.
c. All proximity cards shall have a mill thickness equal to that of a standard credit card.
d. Cards may be issued by other parties (such as employee IDs) or specific customer groups.
e. Each proximity card shall have a unique ID that allows the card to be administered remotely; e.g.,
with the card number, an airport administrator or customer service representative should be able to
access and change the account profile as necessary.
f Each proximity card shall be associated with an account, whereby the account's profile controls
the allowable use of the card.
Proximity cards shall be issued by the Airport Administration office and managed from the
PARCS computer in the same office.
h. The PARCS shall provide the appropriate tools to program and administer proximity cards from
any workstation that can access PARCS, assuming the user has the correct privileges.
Ticketed
g.
1. The PARCS shall be able to track an open or closed parking ticket. The tracked ticket shall
provide the payment information that is associated to that ticket.
2. The PARCS shall allow customer service personnel to submit single payment requests to Pay -on
Foot or Pay -In -Lane Stations.
3. The PARCS shall use on -the -fly printed tickets, with QR codes, bar codes, or other mechanism for
encoding information that can be photographed or otherwise viewed.
4. When a ticket is issued, it shall contain:
a. A unique serial number for the transaction.
b. Complete date and entry time.
c. Lane number or equipment ID (not printed on ticket).
d. The PARCS shall be able to generate multi -use (limited duration or quantity) bar-coded ticket
stickers or vouchers.
108
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
3.5.3 Operations Monitoring
The PARCS shall have real-time monitoring & control capabilities to manage the parking equipment
connected to the parking system network, such as:
I. Real Time Monitoring:
All transactions shall be displayed in real-time on the operator live screen.
This shall include, credit card transaction status monitoring and provide an explanation in case a
credit card was denied.
Other features shall be reprinting a copy of an entry ticket or receipt and changing settings for a
monthly parking lot patron from the real-time screen.
2. Barrier Control:
Open or close remotely a barrier gate connected to a lane device either temporarily (gate will close
if vehicle leaves the safety/closing loop at the gate) or until a new command is sent to the barrier.
The barrier shall change its position according to the user -programmed schedule of the
management software.
3. Equipment Status:
Display the equipment status in real-time and generate a pop-up window for select messages.
4. Income Monitoring:
Display in real-time detailed cash or credit card transactions of field devices.
5. Fee Change:
Send on real-time, a fee change command for a single parking transaction, from the management
software to either a vehicle pay station or a pay on foot terminal.
6. Lane Activity:
Activate/deactivate a terminal either entirely or for select user groups. The barrier shall change its
state according to the user programmed schedule of the management software.
109
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
3.5.4 Receipts
I. Shall be optional at time of transaction, with configurable default per payment device/station.
2. System shall offer ability to generate a receipt after the fact.
3. Only print last four numbers of all bankcards.
4. Information to be printed on receipt shall include:
a. Facility name and address.
b. Receipt Number and Transaction Number
c. Entry Ticket Number Associated with the Receipt.
d. Time, Date, and Lane In.
e. Time, Date, and Lane Out.
f. Type of Credential.
g. License Plate Number (LPN), if applicable for this project.
h. Length of Stay.
i. Parking Fee.
j. Total Amount.
k. Method of Payment.
I. Amount Paid.
m. Change Due
n. Breakdown of Charges by Time and Rate.
o. Discounts Applied (if applicable).
p. Tax Breakdown.
q. Signature Line.
r. Cashier ID#.
s. Printed Receipt. This project shall require off-the-shelf roll paper (2.25" paper width).
Receipt shall include Airport Logo (if able).
110
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
3.5.5 Grace Periods
I, The PARCS shall allow configurable grace periods for the following:
2. Between entry with a transient ticket and arrival at the exit gates; for example, if a customer enters
the facility and does not park.
This shall be customizable per facility, and shall have overrides for time of day, facility
occupancy, event in progress, etc.
3. Between fee payment, at a POF station and exit from the facility, to allow a customer time to get
to the vehicle and then proceed to the exit.
This shall be customizable per facility, and shall have ovenides for time of day, facility
occupancy, event in progress, etc.
4. Between the conclusion of an event and the exit from a facility, to give customers time to return to
their vehicles, but not to allow for additional parking time, such as to enjoy dinner and beverages
at the airport restaurant and beverage concessionaire, if applicable.
This shall be customizable per facility, and shall have overrides for time of day, facility
occupancy, and event in progress.
3.5.6 Non-Resettable Counters
1. All PARCS devices shall have non-resettable counters that increments each time the following
events occur:
a. When a ticket is dispensed;
b. AVI transponder is read;
c. Proximity card is read;
d. Credential is read;
e. A payment is received;
f. Validated or grace period ticket is processed;
g. A gate vend is generated;
h. Loop -based counts for the Space Count Sub -System increments in the PARCS when loops are
activated including directional logic for reverse [i.e, illegal parking facility entry and exit
lanes); and,
i. Loop counts shall continue when the FMS is offline or when a gate remains up.
111
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
3.5.7 System Auditing
The PARCS shall provide the following financial, transactional, and operational auditing abilities:
I. Trace any individual ticket from entry to exit.
2. See all transactions that occurred on any credential (such as a permit or license plate), even if the
transactions were submitted by an external system (such as an online prepayment).
3. Trace validations by individual merchant (If applicable, Ex: Food and Beverage Concessionaire).
4. Find a bankcard transaction via its last 4 digits of the card number.
5. Locate all transactions performed at any individual device.
6. Discover all transactions performed by any individual cardholder.
7. Isolate and examine all exception transactions.
8. Find by user all changes to configuration, rates, discount programs, customers, etc.
3.5.8 User and Administrator Access
I. Access to system functions shall be based upon the user's operational role.
2. The PARCS shall incorporate a password policy that shall include the following programmable
parameters:
a. Password Aging.
b. Minimum Password Length.
c. Enforce Password History.
d. Password Shall Meet Complexity Requirement(s).
3. The PARCS shall support maintenance of access level tables through a security administration
function.
These tables shall be used to establish employee and employee group access to PARCS devices,
Network, database and data.
4. Based on password/user ID security, any authorized user shall be able to download to any single
piece of PARCS equipment:
a. Security access codes.
b. Daily Rate changes.
c. Configuration files.
d. Operational parameters.
e. New and updated ticket layout and text.
f. New and updated customer display screen text.
g. View, create, modify or delete card holders or validation data.
h. Any other information necessary for the operation and maintenance of the PARCS equipment.
i. Authorized users shall be able to select the date and time when configuration data download is
to occur and to review and cancel any previously scheduled download.
112
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
3.6 System Performance
3.6.1 General Operations
I. The PARCS shall operate twenty-four (24) hours per day and seven (7) days per week.
2. The PARCS shall achieve availability of 99% during operations.
3. The PARCS shall be designed and implemented to facilitate prompt repair for all failed or
degraded PARCS components by providing subsystems and devices with easily available and
field -replaceable components.
4. Bankcard processing time shall be no longer than 5 seconds for transactions for most common
major credit cards, regardless the amount of equipment that resides on the parking system
network.
3.6.2 Device Accuracies
1. Ticket processing devices shall have a ticket read accuracy rate of 99.5%, assuming all unreadable
(mutilated, blank or foreign) tickets and/or damaged cards are excluded.
2. Fee calculation accuracy for all devices that perform fee calculations shall be 100%
3. Data transfer (data received, validated and accepted by the PARCS management software from
devices or Subsystems) accuracy shall be 100%.
4. Transaction count accuracy for each lane device (transactions processed compared to transactions
posted to the FMS} shall be 99.998% for all lane devices.
5. Exception count accuracy shall be 99.998% {exceptions noted at the device compared to
exceptions reported to the PARCS management software.
6. Revenue amount accuracy shall be 99.998% (amounts calculated at the device, and where
appropriate posted to a local audit trail, compared to amounts posted to the PARCS management
software).
7. Revenue reconciliation and data transfer for bankcards shall also be 99.5% accurate {assuming all
source data is complete and communications devices operate nominally).
8. Parking space counts for the airport paid passenger parking lot, and any future parking lot (Exs:
Employee, Rental Car, VIP, Other) shall be no less than 98% accurate (FMS count compared to
manual count).
113
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SECTION 4
Facility Management Software
The PARCS shall include a real-time Facility Management Software system that shall be designated as the
FMS.
1. The FMS shall have the capability to work in Server / Client architecture.
2. The FMS shall support web access at least, but not limited to the following [nodules:
a. Remote control of open/close gates, hold gate up, validate tickets or send a new rate to a
station with a transient customer requiring assistance.
b. Card Holder Management.
Gant individuals with permitted login credentials to manage their own card holders or any
card holders associated with their privileges.
c. eValidations.
Grant individuals with permitted login credentials to validate their own visitors parking ticket
or any visitors associated with their privileges. The eValidation system will support the ability
to validate the patrons parking ticket at a pre -determined rate.
3. FMS Clients can be added to the PARCS to support real- time monitoring & control from multiple
locations.
4. The PARCS shall be able to support an unlimited number of FMS clients regardless of their
location on the network.
5. The FMS shall have the capability to control multiple parking lots from the same workstation.
114
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.1 System Monitoring
4.1.1 Device Status
The FMS shall be capable of monitoring in real-time the status of the various lane devices and the
corresponding subcomponents and shall have the following capabilities:
I. Monitor and control the operational status of all open or closed entry lanes:
a. Device status: active or out of service.
b. Door status: open or closed - On cash enabled stations.
c. Gate up.
d. Low ticket / Out of ticket condition(s).
e. Jammed ticket.
f. Illegal exit - reverse direction through lane.
g. Stolen ticket.
h. Back -out ticket.
2. Monitor the operational status of all exit lanes:
a. Lane status: open or closed.
b. Device status: active or out of service.
c. Door status: open or closed.
d. Gate failure.
e. Gate up.
f. Low -receipt / Out of receipt condition.
g. Jammed receipt.
h. Illegal exit - reverse direction through lane.
i. Stolen ticket.
j. Back -out ticket.
3. Monitor and control the operational status of all pay -on -foot stations:
a. Low receipt / Out of receipt.
b. Jammed receipt.
c. Stuck credit card.
d. Door status: open or closed.
115
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
4.1.2 Transaction Counts
Each time a vehicle pass event occurs, the FMS shall increment or decrement a count, in order for
the FMS to provide the following data (In relevance to the hardware installed):
a. For Entry Stations:
I. Total counts as well as subtotals of tickets dispensed.
11. Credit cards used for entry.
III. Proximity card entries.
IV. Access credentials read in the entry lanes.
V. Valid LP read in the entry lanes.
b. For Exit Stations:
I. Total transactions processed and subtotals.
11. Proximity card entries.
III. Access credentials read in the entry lanes.
IV. Valid LP read in the entry lanes.
c. Cashier Stations:
1. Total counts as well as subtotals of tickets dispensed.
II. Total transactions processed and subtotals.
III. Proximity transactions.
IV. Access credentials transactions.
2. Exit Station transactions, and access credentials read in the exit lanes.
3. All entry and exit station transaction counts shall appear in lane activity reports and ticket
inventory/status reports.
4. The system shall provide a tool to assist the operator with remote vending of gates. The purpose of
the tool is to insure that all remote gate vends are tied properly to the counting system.
Example: If the exit station is not able to process a transient ticket and the operator needs to vend
the gate, it will be done in such a manner that the gate vend transaction will be tied to that specific
transient that will insure to update the counting system accordingly, that will differentiate between
the type of customers such as transients, card holders, guests, VIPs and reservations.
The same method should apply for registered card holders, guest, VIPs and reservations.
The tool will provide a snapshot to the operator of all data related to the credential / ticket /
reservation used by a customer requiring assistance at the remote station.
All gate vends shall prompt the operator to input the reason for the gate vend, which can thereafter
be tracked in an audit report.
116
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.1.3 System Alerts
The FMS shall have the following system alert capabilities:
I. An alarms function shall allow the user to select which events to alarm.
a. Alerts can be displayed on a workstation or sent to an authorized user via email notification.
b. Abnormal status conditions shall be flashed on monitor(s) and accompanied with an audible
alarm.
c. Display shall continue to flash until abnormal condition is corrected. Audible alarm shall
continue until it is turned off by a command issued from a PARCS monitoring workstation(s).
d. Acknowledgement of alarm condition shall be able to be performed at any workstation with
access to FMS.
e. It shall not be necessary to acknowledge an alarm condition at every workstation.
f. The FMS shall record abnormal status condition of an alarm condition by time.
g. Authorized users shall see and be able to manage all alarms.
h. Alarms shall be selectable as visual, audible, notification by email, or both.
4.1.4 Event Logs
The FMS shall have the following event log capabilities:
I. Record all system events, which can be viewed or printed.
a. Record the specific information and details for changes to system configurations including
type of change, date/time, and user ID.
b. Have the ability to sort events by activity type and/or device ID.
4.1.5 Users Access
1. The FMS shall provide individual access rights to users.
a. Each user shall be able to access the FMS with his individual password.
b. Users shall be able to access only the modules and options that have been set by the software
administrator.
117
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.2 Revenue Management
4.2.1 General Functionality
1. The FMS shall be able to set up at least 100 different price lists that each of them can be utilized
with conditions as — Early birds, Evening Specials, and weekend specials, or as may be
determined by the Airport Director or by his/her designee.
2. The rate structures shall be available to be utilized by either:
a. Transient Customers: Rate structure is assigned to regular transient parking tickets.
b. Discount Validations: Validated parking ticket that is assigned to a different rate structure
than the default rate.
c. Equipment Selection: Transient parkers entering the lot through specific entry lanes, shall be
associated to a different assigned rate structure for that specific lane.
d. Registered Passes: A temporary guest that has access media to the lot. Upon exit the guest
will be charged according to the associated weekly rate structure.
4.2.2 Payment Methods
The PARCS shall be able to handle the following payment methods:
1. Banknotes. (Banknotes shall be of U.S. currency)
2. Credit/debit bankcards (including contactless, and mag stripe).
3. Value payment cards.
4. Pay by Mobile Phone (If Applicable)
4.2.3 Rate Structures
I. The FMS shall allow the following rate structures:
a. Pay per use.
a. Flat rates.
b. Rate increments.
c. Flexible Rates which can be:
I. Set by credential.
II. Set by parking product.
III. Set by parking facility.
IV. Set by area of a parking facility.
V. Set by time of day, day of week.
VI. Daily rates.
VII. Weekly rates.
VIII. Monthly rates.
d. The rate structures shall be configurable by the Airport Director or his / her designee, without
the need for a programmer to modify code and accommodate the following on Page 119:
118
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
2. Unlimited number of rates.
a, Automatic adjustment for daylight savings time and leap year in fee calculations.
b. Twenty-four (24) hour maximums.
c. Grace periods.
Provide a configurable Grace Period that has a zero (0) amount charge for customers
exiting within the grace period. These transactions shall be coded in PARCS as grace
period transactions and shall be included in the transaction reports.
Lag time period. Provide a configurable Lag Time Period that has a zero (0) dollar
charge for customers exiting within the lag time period. Lag time is defined as the time
a ticket is paid at a POF station until the vehicle exits the parking facility.
4.2.4 Manual Fee Management
The PARCS shall provide the following remote fee management functionality:
a. Allows the following exception transactions occurring at Exit Stations to be processed at a
PARCS workstation and records each exception type uniquely.
b. Unreadable entry media.
c. Unreadable proximity cards.
d. Swapped tickets.
e. Stolen tickets.
f. Unreadable validations.
g. Lost prepaid tickets.
h. Be capable to find by an LPR system, a customer's entry date at all exit lanes, when license
plate is not matched to the parking ticket.
i. Allows customer service personnel to find an entry date based on the LPR data and/or by
entry media number.
Once the entry date is found the FMS automatically computes the parking fee, operator can
send the payment to the exit station display.
k. If an entry date is not found, customer service personnel shall be able to manually input an
entry date in order to compute the parking fee or to select a lost ticket fee. The fee is
automatically displayed at the exit lane device.
I. After successful completion of the transaction, the entry media is automatically marked as
'closed' in the system.
m. If a paper ticket paid at a POF unit is unreadable at exit, customer service personnel shall
allow the ticket sequence number to be input. The FMS shall locate the POF payment data to
complete the transaction and shall automatically compute and display any additional fees due
at exit, or print a copy of the entry ticket to the customer.
n. Allows customer service personnel to apply a discount to a parking transaction and input the
reason for the discount in an input field with drop down menu.
o. Records the different exception transaction types in the transaction database so that the type
of exception transaction is displayed in the FMS reports.
Provides reports and accountability features per cashier ID on a shift basis.
J.
P.
119
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.2.5 Exception Transactions
I . The FMS shall support the following exception transactions:
a. Lost tickets.
b. Stolen tickets.
c. Back out tickets,
d. Unreadable entry media.
e. Unreadable POF prepaid ticket.
f. Swapped ticket.
g. Insufficient funds transactions.
h. Towed and impounded vehicles
2. Each exception transaction type shall be recorded as a unique type in the FMS so that data by each
exception transaction type is available.
3. The FMS shall provide the capability to report on all exception transaction data for a selectable
time by transaction type and device ID.
4.3 Validations
The FMS shall include a fully integrated Validation Module to support the implementation and tracking of
discount programs and other special purpose parking fee reduction transactions.
The purpose of a validation system is to allow transients customers to change the default rate calculation of
their parking ticket by presenting the ticket to a validation device or by placing a physical stamp that is
electronically readable in the PARCS equipment.
4.3.1 Discount Generator Software
I. The FMS shall allow approved users to create barcoded Promotional Discounts that can be
printed, published in 3rd party materials, and/or transferred to an approved website.
a. Promotional discounts can be printed by the operator or transferred to an approved website.
b. Both the validation and ticket shall be voided after exit is complete.
2. If a transaction is cancelled in the exit lane, the ticket or a copy of the entry ticket shall be issued
to the user and shall not be voided.
a. After a successful exit, the validation amount and type is recorded in the PARCS database for
reporting purposes.
b. The FMS shall allow each type of promotional discount to be assigned a unique validation
account number so that the number of discounts generated and used at exit are recorded by the
unique account number and reported in the same manner as other PARCS validations.
c. The FMS shall have the ability to offer and track multiple promotions simultaneously.
120
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.3.2 General Functionality
The Validation Module shall have the following capabilities:
I. All transient parking transactions shall allow for the use of a validation and shall be able to be
associated to many different customer, airline passenger, or airport user groups.
a. Validations can be generated by different users or by the permitted user only.
b. Restrict the validations to certain dates & tines or to particular days of the week.
c. All parking devices in the lot shall recognize the validation, calculate the new parking fee and
update the balance accordingly.
2. Validations shall include the following:
a. Validations Encoded on Issued Paper Ticket Stock — shall be processed at Exit Stations,
Cashier Stations, or at Pay -on -Foot Stations.
b. Separate Validation Chaser Coupons — shall be processed at Exit Stations, Cashier Stations or
Pay -on -Foot Stations.
c. QR code validations processed at Exit Station:
i. Printed on paper.
ii. Presented on a smart phone.
4.3.3 Discounts & Promotions
The PARCS shall be capable of supporting the following discounts:
1. Full discount with no maximum.
2. Full discount with selectable maximums.
3. Fee discounts allowing a specified monetary amount (Ex: $1.00 per day) to be subtracted from:
a. The total calculated parking fee.
b. Monetary value discount per time increment (i.e. discount per minute, per day, per week,
etc.).
c. Percentage discount allowing a percentage to be deducted from the total fee amount.
d. Discounts that use a different rale structure to compute the parking fee.
e. Entry time discounts allowing an amount of time to be subtracted from the sequence of tine
intervals defined in the fee table, beginning with the entry time.
f. Exit time discounts allowing an amount of time to be subtracted from the sequence of time
intervals defined in the fee table, beginning with the exit time.
g. Surcharge fees allowing a fixed fee that is charged in addition to the parking fee.
h. Discounts can be issued with start and/or expiration dates.
i. Discounts can be valid based on time and location restrictions.
121
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4. PARCS shall accept, at a minimum, the following discount types at all PARCS point of sale
devices:
a. Encoded on dispensed paper tickets.
b. Validation label applied on ticket.
c. Each discount shall have a unique identification number to track activity and discount values
processed.
d. Chaser tickets
i. Each discount shall have a unique identification number to track activity and discount
values processed.
ii. Both the chaser coupon and ticket shall be voided after exit is complete.
iii. If a transaction is cancelled in the exit lane, the copy of the entry ticket shall be issued to
the user and shall not be voided.
d. Barcode and QR code printed on paper, or presented on a Smart Phone.
e. Manually processed discounts using a key or code on the Cashier Stations.
f. eValidations (and if applicable to the application at the airport) where a discount is applied via
a workstation or Smart Phone by entering the entry media number and discount code that is
sent to the FMS and applied to the entry media at exit.
4.3.4 Validation Types
The Validation Module shall be capable of supporting the following different types of validations:
I. Flat Rates.
a. Discounted rates.
b. Percentage discounts.
c. Hourly discounts.
d. Change price lists.
e. Change ticket to allow multiple entries and exits.
122
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
4.3.5 Validation Methods
The Validation Module shall support the following types of validation methods:
I. Discount Stickers
a. Validations stickers shall be a bar-coded serialized label and shall be printed on standard label
sheets
b. The validation label shall be able to be placed on the parking ticket,
c. Special equipment shall not be required to create validation labels.
d. Validation labels design shall be able to be modified by the operator for each event.
e. Chaser Tickets (Coupons). Chaser tickets shall be pre-printed from the management software.
The chaser ticket shall be used at a Pay -On -Foot or exit station.
f. Pre -Paid.
g.
h.
Off -Line Validations.
On -Line Validations.
i. E -Validations.
j. -: iValidations.
k. Prepaid eVouchers. NOTE: Bidder shall describe how the City of Waterloo / Airport
Administration Staff can purchase eVouchers for future use.
4.4 Access Control
The FMS shall include a fully integrated Access Module to manage monthly parking services.
4.4.1 General Functionality
The FMS shall provide the following tag management functionality:
I. Securely activate and personalize an Access Credential.
2. Handles an unlimited number of tag holders per local parking facility.
3. Allow authorized users to create accounts (companies & Sub -companies) and activate/deactivate
credentials.
4. Allow account settings to be changed for a credential.
5. Retain credential account and activity history after the credential is deactivated and re -issued to a
different user.
6. Shall be capable to distinguish between different parking zones and apply restrictions accordingly.
7. Provide ability to have master account (companies), sub -accounts (sub -companies).
8. Set access restrictions by facility, master account, sub -account, and individual credential for time
of day and day -of -week parameters.
123
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
9. Assign a pass -back setting by master account (companies), sub -accounts (sub -companies),
individual credential, and by facility.
10. Provide the ability to reset the access credential status for individual access credentials, by group
and by facility.
11. Be able to check credential validity at the time of entry.
12. Record all card usage including the lane ID, entry/exit date/time, credential number, and pass -back
status.
13. Generate a record of all activity related to a master account or an individual credential in the FMS
database for a selectable time.
14. Troubleshoot faulty credentials. Allow a quick look -up of the credential status, credential lane
activity, and payment history to determine if the gate is not vending due to pass -back violation,
inactive status, or payment issues.
15. The FMS shall have, the following data input fields available for each credential account:
a. Unique credential number.
b. Customer ID number.
c. Account number.
d. Credential holder name.
e. Credential validity period.
f. Credential holder organization.
g. Credential holder department.
h. Credential holder telephone number.
i. Credential holder email address.
j. Parking privilege code access profiles.
k. Credential fee/rate.
1. License plate number.
m. Driver's license number.
n. Vehicle make/model.
16. Capable of setting different access privileges for an entire group or for an individual tag holder.
17. Able to distinguishing between different parking zones and apply restrictions accordingly.
124
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
4.4.2 Daily Tag Management
The FMS shall provide the following tag management functionality:
1. New Tag Holder:
Record Tag holder details such as identification details, tag number, monthly fee, expiration date
and group or sub -group association.
2. Renew Tag:
The expiration date can be changed for an existing monthly tag holder or for a temporarily blocked
tag to allow access to the facility again.
3. Block a Tag:
Change the status of a tag to "blocked" without altering its associated lag details.
4. Unblock a Tag:
Change the status of a blocked tag to "normal" without altering its associated tag details
5. Cancel a Tag:
Cancelation of a tag in the system shall cancel the tag but not the tag history.
6. Be able to assign each tag a certain number of units. Once these units are used the tag shall not be
accepted at the entry/exit terminals.
7. Be able to assign each tag with a monetary amount. Once the amount has been exhausted, the tag
shall not be accepted at the entry/exit terminals.
4.4.3 Tag Restrictions
The FMS shall have the ability to add the following restrictions to individual tag holders:
I. Anti -Pass back:
In the event a tag is "passed back" to allow an additional vehicle entry into the facility the tag shall
be denied access.
2. Loop Presence:
Prevents a pedestrian to present a tag without a vehicle.
3. Access restriction:
Prevents the tag holder to pass through certain lanes
4. Company Full:
Prevents the tag holder to access a nested area of the open-air parking lot at the airport, when the
total available parking slots assigned to the particular tag holder group has been occupied.
5. Granting facility access by particular tag holder group who have been assigned special pricelist or
when certain rules apply.
125
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.4.4 Monitoring & Control
The Validation Module shall have the following monitoring & control abilities:
I. The ability to modify or terminate existing validations at any time.
2. Support the production of validation tickets directly from the FMS
3. Allow the encoding of various values of coupons.
4. Shall support a minimum of 10,000 validation accounts with unlimited validations associated with
each account.
5. The ability to generate and print validation reports from remote FMS work stations
6. Shall support a program to interface with VIP's, tenants, etc. that can validate parking tickets
without the need for chaser tickets, stamps, or punches.
7. Support a variety of online and off-line PARCS devices for the real-time validation of parking
tickets
4.5 External System Integration
I. The FMS shall provide tools to interface to external platforms and systems.
2. System APIs shall provide real-time XML interfaces. Fields and data structures shall comply with
a specified schema.
3. APIs shall support security authentication of all clients invoking APIs so that each individual
client is identified for each API call.
4. The FMS shall allow for logging all requests and responses to and from the APIs.
5. All interfaces where possible shall be upon RESTfuI compliant Web Services technology.
4.5.1 Prepaid eReservation
The FMS shall support interfacing to the following (but not limited to) on-line reservations platforms:
1. ParkWhiz
2 Spotllero
3. Parking Panda
4. Click &Park
5. LAZgo!
6. BestParking
4.5.2 Accounting & Revenue Control
The FMS shall support interfacing to parking focused account receivable platforms such as PARIS.
4.5.3 Building Systems
The FMS shall be able to interface with physical security access control solutions — to include video
monitoring systems.
126
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.6 Reports
The FMS shall include a fully integrated Reports Module with the following capabilities:
4.6.1 General Functionality
The FMS shall maintain data without limitation from system start -day for use by the Report Module.
I. Reports can be scheduled to run and emailed to specified users.
2. Reports can be scheduled to run automatically. For example, on the first day of each quarter,
weekly, etc.
3. The Reports Module provides real-time reporting.
4. Reports (manual and automated) can be run at any time and not impact the system performance.
5. Reports can be exported to Microsoft Word, Excel, PDF etc.
6. The Reports Module shall be able to provide ad-hoc reporting such as Crystal Reports Software
7. The database of the FMS shall contain sufficient `Views' to support external reporting tools such
as Crystal Reports.
8. Queries can minimally be run for transactions by day/date/time (or time range), station,
cashier/user ID, payment type, amount or amount range, access card number or by exception type.
9. Query results are sortable.
4.6.2 Revenue Reports
The Reports Module shall be able to generate the following Revenue Reports. These reports shall provide
financial information and detailed statistical data pertaining to the various revenue streams generated by a
parking facility.
1. The Z Report:
Is a daily income statement that shows payment totals, credit outlay totals, payment summaries
and till totals broken down by cashier station.
2. The X Report:
Provides a snapshot view of revenue, grouped by payment method that has been received since the
start of the current Z reporting period.
3. The Periodic Z Report:
Is a summarized daily revenue statement that shows payment totals, credit outlay totals, payment
summaries and financial totals for a specified calendar period.
4. The Detailed Receipts Report:
Is a detailed list of receipts, broken down by payment station that were issued over a specific time
period.
127
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
The Receipt by Rate Report:
Is a payment reconciliation statement, sorted by payment types that were received during a
specified time period.
5. The Detailed Payments Report:
Is a detailed listing of payments received during a specified time period. The report is broken
down by payment station and provides payment/validation transaction data by ticket ID number.
6. The Overstay Receipts Report:
Is a listing of overstay payment receipts including transaction statistics and revenue data that were
issued per specific daily revenue cycle.
7. The Receipts by Amount Report:
Lists the payment receipts, sorted by amounts that were issued during a specified time period. The
report provides transaction counts plus revenue totals by payment type.
8. The Total Revenue Report:
Provides the sub -total and aggregate totals of transactions and revenue amounts, sorted by payment
type during a selected time period
9. The Receipt by Rate Report:
Lists the payment receipts issued, broken down by rate type during a selected time period. The
report provides revenue totals by column plus sub -revenue totals by payment rate.
10. The Daily Receipt by Rate Report:
Lists the daily payment receipts, broken down by rate -type that were issued during a selected time
period. The report also provides gross revenue totals plus sub -revenue totals by payment date.
11. The Daily Revenue Summary Report:
Lists a consolidated daily income and activity statement for a selected time period.
12. The Daily Payments Report:
Chronologically lists the daily payments received during a selected time period. The report also
provides gross revenue totals plus sub -revenue totals by payment type.
13. The Detailed Change Shortage Transactions Report:
Lists the tickets that received a shortage slip due to malfunctioning coin or bill dispensers in the
automated payment machines during a particular time period.
The report identifies the faulty Exit/Pay station, the service agent that triggered the payout
transaction and the other pertinent details of each transaction.
14. The Credit Report:
Is a detailed list of credit card transactions, sorted by location and credit card type that occurred
during a particular time period.
128
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
15, The Detailed Credit Report:
Provides complete information regarding every credit card transaction that transpired during a
specific time period.
16. The Receipts by Date Report:
Is a detailed chronological list of payment receipts that were issued during a particular time period.
The reports identifies the ticket, traffic/occupancy statistics and revenue details of each transaction.
17, The Manual Charge Log Report:
Lists the manual parking fees sent to the payment stations and then subsequently paid by customers.
The reports identifies the ticket, time, location, value and description of each transaction.
18. The Monthly Renewal Receipts Report:
Lists, by Payment/Exit Station, the renewal payment receipts issued to monthly card holders during
a selected time period. The report identifies the customer, service type and revenue details of each
renewal.
19. The ePurse Credit & Debit Report:
Lists by customer the ePurse Credit & Debit transactions that transpired during a selectable time
period. The report provides relevant customer data and key financial details per transaction.
20. The ePurse Token Debit Report:
Is a detailed list of ePurse payment transactions, broken down by customer that occurred during a
selectable time period.
The report provides relevant customer data and detailed financial information per transaction.
4.6.3 System Reports
The Reports Module shall be able to generate the following System Events Reports, which provide
event log data about gate openings, equipment location counters and device alerts.
I. The Open Gates Report:
Is a list of gate openings, sorted by lane station, during a specific time period.
2. The Gate Activity Report:
Lists gate opening counts broken down by transaction type during a specific time period.
3. The System Alerts Report:
Lists the operation and maintenance alerts, broken down by location that were received during a
specified time period.
4. The Non-Resettable Counts Report:
Maintains loop and gate activity counts for each entry and exit lane during a specified time period.
129
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.6.4 Ticket Reports
The Reports Module shall be able to generate the following Ticket Reports.
These reports shall help to protect against the misappropriation or the misreporting of parking service
revenue through matching tickets against receipts and by comparing ticket status to specific equipment
location/s and customer transactions.
1. The Open Tickets Report:
Lists the parking tickets, sorted by entry station that have not exited the parking facility during a
particular time period.
2. The Short Exits Report:
Lists the tickets that have exited the parking lot without payment since their presence time did not
exceed the defined grace period over the course of a particular time interval.
3. The First/Last Ticket Report:
Summarizes the total daily quantity of issued tickets, sorted by entry station, during a specific time
period.
4. The Lost Tickets Report:
Is a list of lost tickets, sorted by status category for a specific time period.
5. The Manually Closed Tickets Report:
Lists the tickets that were manually closed by customer service personnel during a specific time
period.
6. The Tickets by Rate Report:
Lists tickets, sorted by rate category, for a specific time line.
7. The I/O Tickets Traffic Detailed Report:
Is a detailed list of all entries and exits, per registered vehicle with in and out privileges that
occurred during a specific time period.
130
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.6.5 Occupancy &Traffic Reports
The Reports Module shall be able to generate the following Occupancy &Traffic Reports that provide
statistical traffic and occupancy data including parking time counts, overflow area analysis in addition to
demand level assessments by customer type.
I. The Transients Occupancy Report:
Displays chronologically, transient customer occupancy statistics during a specific hour during the
day.
2. The Transients Parking Time Report:
Displays chronologically, parking time statistics of monthly customers, based on the amount of
hours of parking time.
3. The Monthlies Occupancy Report:
Displays chronologically, monthly customer occupancy statistics during a specific hour during the
day.
4. The Monthlies Parking Time Report:
Displays chronologically, parking time statistics of monthly customers, based on the amount of
hours of parking time.
5. The Daily Traffic Report:
Lists card holder entry/exit traffic transactions, grouped by calendar date during a specific time
period.
6. The Detailed Overflow Report:
Is a detailed listing of monthly card holder overflow transactions, grouped by company that
occurred during a specific time period.
7. The Monthlies & Transient Overflow Detailed Report:
Is a detailed listing of transient and monthly card holder overflow transactions, grouped by
company that occurred during a specific time period.
8. The Monthlies Occupancy Report:
Lists chronologically, employee hourly occupancy statistics over a specific time period.
9. The Company Parking Time Report:
Lists hourly employee counts, broken down by company during a selected time period.
131
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.6.6 Vehicle Identification Reports
The Reports Module shall be able to generate the following Vehicle Identification Reports that help protect
against car theft or ticket swapping. These reports should also provide customer access transaction data and
usage statistics when the vehicle's license plate number is used as a hands-free access credential.
I. The Detailed LPR Trans Report:
Provides in depth information about the LPR Transactions that transpired on a selected day or
during a specific time period.
2. The Car Black List Report:
Is a list of vehicles identified by their license plate number that are currently denied access into the
airport parking lot.
4.6.7 Validation Reports
The Reports Module shall be able to generate the following Validation Reports that provide financial and
qualitative data about the Discount, Validation and Employee programs that are in use.
I. The Company Summary Debit Report:
Is a summarized list of company validation debits, sorted by validation type, that were incurred
during a selected time period.
2. The Company Detailed Debit Report:
Is a chronological list of company validation debits, sorted by internal company issuer, that were
incurred during a selected time period. The report details the ticket, time, location, value and
description of each validation debit transaction.
3. The Company Validation Daily Report:
Is company validation reconciliation statement, broken down daily, for a selected time period. The
report also details tabulated debit totals by validation type.
4. The Detailed Sticker Use Report:
Is a detailed list of validation sticker usage, sorted by company and event that occurred during a
selected time period,
5. The Detailed eValidation Use Report:
Is a list of eValidation debit transactions, broken down by validation issuer that have occurred over
a selected time period.
6. The Company Permitted Detailed Validations Report:
Is a detailed list of completed company validation transactions, sorted by company agent (monthly
to transient user) that were incurred during a selected time period.
7. The Detailed eValidation Report:
Lists in detail of eValidation usage, sorted by company issuer event that occurred during a selected
time period.
132
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.6.8 Company Reports
The Reports Module shall be able to generate Company Reports that provide data about enterprise
customers and the way in which these organizations and/or their individual employees use the facility.
I. The Company Permitted Detailed Transaction Report
Chronologically lists all the traffic transactions, broken down by company agent (monthly to
transient user) that occurred over a selected time period.
The report provides daily and aggregated usage data statistics plus monetary tabulations of the
incurred parking fees.
2. The Entries / Exits Daily Quantity Report:
Chronologically lists daily parking lot entries and exits sorted by company over a selectable tine
period.
Additionally the report also shows aggregate exits and entries counts
3. The Companies List Report:
Is a detailed listing of the companies having accounts in the airport parking lot.
4. The Detailed Company List Report:
Provides personal profile information about each registered company with usage privileges of the
airport parking lot.
No More Information This Page
133
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
4.6.9 Monthly Reports
The Reports Module shall be able to generate the following Monthly Reports that provide data about
monthly customers and the way in which they use the parking facility.
1. The Access Control - Monthly Traffic Report:
Provides access card usage statistics of the parking lot, broken down by monthly customer(s)
during a specific time period.
2. The Monthlies Detailed Calculated Report:
Provides access card usage, occupancy and fee statistics, broken down by company during a
specific time period. The report also includes aggregate tallies for all of the relevant statistical
categories.
3. The Monthlies Detailed Calculated Report:
Is a summarized list of monthly customer traffic statistics, broken down by company during a
specific time period.
4. The Monthlies Month Price Report:
Lists the monthly assigned service fees including aggregate fee tallies broken down by company.
5. The Monthlies Monthly Price Report:
Lists the monthly customers with assigned service contracts. The report includes the length and
monthly price of each customer's contract.
6. The Monthlies Units Report:
Is a list of monthly customer usage statistics based on their entry units and broke down by company
for a specific month.
7. The Monthlies List Report:
Is a list of current monthly customers, sorted by access profile. The report also includes the
cardholder's assigned usage privileges and price rate details.
8. The Detailed Month Price Report:
is detailed list of monthly customers with service contracts. The report also details the customer's
personal profile information, monthly pricing data plus aggregate customer counts and revenue
tallies.
9. The Detailed Monthly Traffic Report:
Is a chronological listing of monthly customer traffic transactions, sorted by company over a
specific period of time.
10. The Monthly Exceeding Report:
Is a list of monthly customers who have exceeded their allotted airport parking lot usage allowance
during a specified time period. The report includes overstay statistics, plus the imposed overstay
charges.
134
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
I I. The Detailed Monthly's Traffic Location Report:
Lists monthly customer entry and exit traffic transactions, sorted by calendar date over a specific
time period.
12. The Monthlies Traffic Track Report:
Is a chronological list of monthly customer entry and exit transactions over a selected period of
time.
13. The Monthlies List with No Activity Report:
Lists monthly customers with no airport parking lot use / usage activity during a defined period of
time. The report is grouped by company and includes each customer's usage and pricing profile.
4.6.10 Guest Reports
The Reports Module shall be able to generate the following Guest Reports that provide information
pertaining to transient guests and the way in which they use the facility.
I. The Detailed Guests Traffic Report:
A time -stamped listing of the entry/exit transactions grouped by guest number that transpired over a
specific time period.
2. The Detailed Congress Payment Report:
A detailed listing of the guest payments collected during a selected work shift or throughout a
specific time period.
3. The eVoucher— Guest List Report:
A chronological listing of guest parkers that used prepaid eVouchers as payment during a specified
time period.
The report is grouped by voucher type; also includes parking lane and time use statistics for each
guest user of the airport parking lot.
4. The eVoucher — Closed Tickets Report:
A chronological listing of guest tickets that were paid with eVouchers during a specific time period.
The report is grouped by voucher type and includes parking lane time statistics for each guest user
of the airport parking lot.
135
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
4.6.11 Analytical Charts
The Reports Module shall provide the following statistical charts:
I. Entries & Exits:
Shows the amount of vehicles accessing or leaving the parking lot during the day. This statistic
chart shall provide information between two dates chosen by the operator.
2. Occupancy Distribution:
Displays vehicle occupancy by hours during the day. This statistic chart shall provide information
between two dates chosen by the operator.
3. Transients Parking Time Distribution:
Displays the amount of hours transients occupied the parking facility. The information shall be by
vehicle quantity and between two dates chosen by the operator.
4. Transient's Income Distribution:
Presents the income distribution of cash, credit cards and validations.
This statistic chart shall provide information between two dates chosen by the operator.
No More Information This Page
136
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SECTION 5
Bankcard Processing
The PARCS shall include a real-time Bankcard Card Processing System and shall be designated as the CCS.
5.1 General Functionality
I. The CCS shall provide online real-time authorization for bankcard payments made at all of the
airport parking lot's point of sale devices.
2. The PARCS and/or the CCS shall not retain any bank card sensitive CHD (Card Holder Data) in
accordance with PCI Security Standards guidelines for PCI certified applications.
3. The CCS shall comply with processing requirements for bankcard processing, including, but not
limited to, applicable requirements and operating regulations of card brand associations, card
issuers, and clearinghouses.
4. The PARCS equipment shall be integrated with the CCS, and shall comply with the PCI security
standard council regulations for payment applications PA -DSS 2.0 or later to process and handle
credit card data in effect at the time of the installation.
5. The CCS shall support acceptance (based on customer determination) of all bankcard types (i.e.
credit, debit and prepaid) and the following everyday card brands, for electronic forms of
payment, such as:
S. American Express,
➢ Discover,
➢ MasterCard; and,
➢ Visa for electronic forms payment.
6. For all approved bankcard authorization requests, the PARCS shall be capable of providing a
bankcard transaction receipt.
7. The CCS shall provide online real-time authorization for bankcard payments made at all of the
parking lot's point of sale devices.
8. For payments, bankcard data shall be read and transmitted to the CCS /acquirer ("clearinghouse").
The clearinghouse shall provide authorization for all bankcard purchase transaction requests.
5.2 Traditional Credit card processing system
I. The CCS shall be installed on a standard desktop PC running a Windows Version 7 Operating
System, that is separated from the PARCS server and shall be located locally at the parking lot
property. Credit card processing between the gateway and service provider / clearing house shall
be through a WAN (Wide Area Network) connection, utilizing secured TCP/IP protocol.
2. Bankcard processing time shall be no longer than five (5) seconds for transactions for most
common major credit cards, regardless the amount of equipment that resides on the parking
system network.
3. Magnetic -stripe bankcards shall be supported as an accepted method of payment media at all
point-of-sale devices for parking access and payment.
137
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
5.3 Communications
1. The CCS shall provide communication with credit card processing service provider /
clearinghouse for the purposes of obtaining authorization to complete a transaction with a
bankcard.
2. The CCS shall be able to simultaneously process bankcard transactions from all PARCS devices
to the clearinghouse.
3. The CCS shall support the logging, storage, backup, and retrieval of information regarding all data
transmissions, including timing of the transmission, data transmitted, and status of the
transmission, for both individual transactions and entire files, such as settlement files.
4. The future ability for the Airport Administration Staff to change clearinghouses, shall be
supported.
5. The PARCS shall include a notification method of communication failures at any point in the data
transmission from device to bankcard server to clearinghouse.
5.4 Funds Settlement
1. The CCS shall generate, on a daily basis, an electronic settlement data file and transmission with
the appropriate financial institution, or have the service provider / processor settle the transactions
for the merchant account.
2. The PARCS shall provide report data that displays:
a. Bankcard revenue by card type, amount, individual parking device and parking facility and
in total for a selectable time,
b. The data shall be able to be displayed by total for each card brand and grand total of all
brand subtotals.
No More Information This Page
138
1111111Wiliat pj
tt•ft-i
„AI ow
lett Dispenser
iGl-tsj�:
The MP -30's simple, modem device leaves a great first impression for your
customer's initial encounter with your PARCS system.
The Entry Terminal is programmable for button or automatic ticket issue.
Monthly customers can access the parking facility using a proximity card
reader located on the dispenser's front panel. The system supports other
customizable technologies upon request.
The interior device for the MP -30 is mounted on sturdy sliding tracks and glides
open with just a pull, allowing for ultra -convenient maintenance. The unit
can dispense up to 5,000 tickets and new consumables are easily reloaded.
Features*
• Heavy duty thermal printer
• Loop detector
• TFT Color hi-res display
• Magnetic card reader for hotel guests, value card payments
and credit card users
• Proximity Card Reader
• Stainless Steel housing
• Analog, digital or VOIP intercom
• Data line surge protector and heater
• Custom graphic panels
* Not all features are available or standard in all regions.
Check with your local sales person for availability.
•
t TIB/ t
Vat
•
PARKING SYSTEMS
COLUMBUS, OHIO U.S.A.
2228 Citygate Drive
Columbus, Ohio 43219
U.S.A.
770.491.7586 Phone
www.tibaparking.com
MP -30
Ticket
Dispenser
[ 35.3cm )
14in
=2 O°
®o
0
CURB
[47.6cm ]
18.71n
[ 37.9cm
14.9in
[10.2cm
4.0in
T.
[1.3cm)
00.5in
4PLC
TIBn
PARKING SYSTEMS
Features
Ticket issuing
Monthlies/Employees
Customer display
Intercom
Data -Line surge protection
Hotel or value card reader
Heater
Fast, on -the -fly barcode printing via heavy-duty
thermal printer
Access via proximity card, magnetic stripe cards,
AVI, barcode or keypad
TFT color hi-res display
Analog, digital or VOIP intercom
Built in
Supported
Supported
Operation
Processor
Communication & Network
Clock
Monitoring
Off -Line Operation
Embedded industrial controller
RS -485 industrial communication or TCP/IP
ethernet communication
Built in; backed up by lithium ion battery;
keeps clock and data for up to 10 years
Transaction and all events monitored on TMS
software in real time
Full off-line mode enabled
Housing - Stainless Steel
Measurements
Weight
Color (Housing)
Locks
Electrical
Voltage
Current
Power Consumption
Operating Voltage
14" (35.3 cm) Width; 18.7" (47.6 cm) Depth;
49.5" (125 cm) Height
127 lbs. (57 kg)
Standard: White RAL 9010
Optional: Custom colors available
Device lock
100-240V AC 50-60 HZ
5.3A max. with heater
650W with heater
24V DC
Environment Conditions
Operating Temperature
IP Rating
-4° to 122° F (-20° to 50° C) with heater
54
Regulatory
#1:0°: C E
FC
IECE
Safety • UL 60950-1:2007
• CAN/CSA-C22.2 No. 60950-1-07
EMC • FCC Part 15, Subpart B, Class B
• CE EMC
Subject to design and functionality changes until product shipping.
2228 Citygate Drive • Columbus, Ohio 43219 • U.S.A. • 770.491.7586 Phone • www.tibaparking.com
iii: 'a\1
1SW-30 4,
Exit Verifier °+
The Exit Verifier is your patron's final encounter with your parking facility,
so ease and reliability are of utmost importance. The SW -30 is the industry's
most reliable ticket processing device, allowing effortless exiting for your
customers while maintaining the security of your system. Customers can
either insert their tickets paid at an Automatic Pay Station or can Pay -at -Exit
via credit card. The system also recognizes validations by stickers and vouchers.
Patrons can print receipts from the built in printer for further ease of use.
The interior device is mounted on sturdy sliding tracks which glide open
with just a pull, allowing for easy maintenance and ticket retrieval.
The Exit Verifier also has an option for a built in intercom system and a
proximity card reader which permits monthly customers to exit with a simple
wave of their card. As most other TIBA devices, the SW -30 is constructed
from rugged stainless steel.
Features*
• Motorized Barcode reader to scan and process tickets
• TFT Color hi-res display
• Loop detector
• EMV compatible with dual interface for chip and magnetic
stripe cards for credit card payment
• Magnetic card reader for hotel guests, value cards and
credit card users
• Proximity card reader
• Analog, digital or VOIP intercom
• Stainless steel housing
• Dataline surge protector and heater
• Custom graphic panels
* Not all features are available or standard in all regions.
Check with your local sales person for availability.
•
•
TIEIA
PARKING SYSTEMS
COLUMBUS, OHIO U.S.A.
2228 Citygate Drive
Columbus, Ohio 43219
U.S.A.
770.491.7586 Phone
www.tibaparking.com
SW -30
Exit Verifier
[35.3cm
14in
CURB
[ 47.6cm ]
18.71n
E
go
[ 37.9cm ]
14.9in
[ 10.2cm ]
4.0in
Ec
1
(IBA
PARKING SYSTEMS
Features
Ticket Verifier
Monthlies/Employees
Credit Card Reader
Receipt Printer
Single Channel Loop Detector
Customer Display
Intercom
Surge Protection
Hotel or Congress Ticket
Motorized barcode scanner
Access via proximity card, magnetic stripe cards, AVI,
barcode or keypad
Supported
Supported
Supported
TFT Color hi-res display
Analog, digital or VOIP intercom
Built in data -line surge protector
Optional
Operation
Processor
Communication & Network
Clock
Off -Line Operation
Management Monitoring
Embedded industrial controller
RS -485 industrial communication or TCP/IP
ethernet communication
Built in, backed up by lithium ion battery;
keeps clock and data for up to 10 years
Full off-line mode enabled
Transaction and all events monitored on-line
Housing — Stainless Steel
Measurements
Weight
Color (Housing)
Locks
14" (35.3 cm) width; 18.7" (47.6 cm) depth;
493" (125 cm) height
127 Lbs. (57 KG)
Standard: White RAL 9010
Optional: Custom colors available
Two separate locks for maintenance and to empty •
ticket container
Electrical
Voltage
Current
Power Consumption
Operating Voltage
100-240V AC 50-60 HZ
5.3A max. with heater
650W with heater
24V DC
Environmental Conditions
Operating Temperature
IP Rating
—4° to 122° F (-20° to 50°C) with heater
54
Regulatory
CE
Safety • UL 60950-1:2007
• CAN/CSA-C22.2 No. 60950-1-07
EMC • FCC Part 15, Subpart B, Class B
• CE
Subject to design and functionality changes until product shipping.
2228 Citygate Drive • Columbus, Ohio 43219 • U.S.A. • 770.491.7586 Phone • www.tibaparking.com
k
e
ItEmi��VPS-30
im"*" ts'
Vehicle Pay Station
With TIBA's Vehicle Pay Station, patrons can scan or pay before exiting in a
simple and seamless automated parking experience. The VPS -30 has options
for an EMV-compatible chip terminal, contactless card reader and magnetic
card reader for easy credit card payment. Additionally, the device accepts and
dispenses bills and prints receipts. Maximize revenue with the option to pay
in lane and collect fees around the clock.
As with all TIBA equipment, maintaining VPS -30 is simple and straightforward.
Cash sits in a separate housing, so staff can perform routine maintenance
while only the manager has access to cash.
Features*
• Motorized Barcode reader to scan and process tickets
• 2 or 3 denomination bill dispenser
• EMV compatible with dual interface for chip and magnetic
stripe cards for credit card payment
• Receipt printer
• Proximity reader for monthly parkers
• TFT Color hi-res display
• Loop detector
• Analog, Digital or VOIP Intercom
• Stainless steel housing
• Data line surge protection and heater
* Not all features are available or standard in all regions.
Check with your local sales person for availability.
•
PARKING SYSTEMS
COLUMBUS, OHIO U.S.A.
2228 Citygate Drive
Columbus, Ohio 43219
U.S.A.
770.491.7586 Phone
www.tibaparking.com
VPS -30
Vehicle Pay
Station
Ec
ISI
®=
0 0
!ll
[47.7cm]
1$.81n
[ 10.2cm ]
4.0In
E
e; m
/iCURB/
24cm] (FOOTPRINT)
9.41n
TIB/
PARKING SYSTEMS
Features
Ticket Verifier
Monthlies/Employees
Credit Card Reader
Receipt Printer
Bill Acceptor
Bill Dispenser
Heater
Loop Detector
Customer Display
Intercom Substation
Surge Protection
Hotel or Congress Ticket
Motorized barcode scanner
Access via proximity card, magnetic stripe cards,
AVI, or key pad
Supported
Supported
Bills are read all four ways
Returns change in two or three different banknotes
Supported
Supported
TFT color hi-res display
Analog, digital or VOIP intercom
Built in data -line surge protector
Optional
Operation
Processor
Communication & Network
Clock
Off -Line Operation
Monitoring
Embedded industrial controller
RS -485 industrial communication or TCP/IP
ethernet communication
Built in; backed up by lithium ion battery;
keeps clock and data for up to 10 years
Full off-line operation capability
Transaction and all events monitored on
TMS software in real time
Housing - Stainless Steel
Measurements
Weight
Color (Housing)
Locks
25.6" (65 cm) width; 18.7" (47.4 cm) depth;
49.6" (126.1 cm) height
230 lbs. (104 kg)
Standard: White RAL 9010
Optional: Custom colors available
Individual locks for cash unit, verifier unit
and ticket retrieval door.
Electrical
Voltage
Current
Power Consumption
Operating Voltage
100-240V AC 50-60 HZ
12.5A max, with heater
1486W with heater
12V, 24V DC
Environment Conditions
Operating Temperature
-20° to 50°C (-4° to 122° F) with heater
Regulatory
#1. CE
TREE
H
Safety • UL 60950-1:2007
• CAN/CSA-C22.2 No. 60950-1-07
EMC • FCC Part 15, Subpart B, Class B
• CE
Subject to design and functionality changes until product shipping.
2228 Citygate Drive a Columbus, Ohio 43219 • U.S.A. • 770.491.7586 Phone • www.tibaparking.com
$pecification$ectitn
Reference
Clarification/Exception/Comment/Add
on provision ',
'; Proposed Alternate
Solution/Substitution #.
REQUEST FOR
REFERENCES
The City of Waterloo dba
Waterloo Regional Airport,
requires that all bidders submit
a minimum of ten (10) years of
references from similar PARCS
projects from airports or
aviation facilities, as the Airport
Director will be checking
references, prior to a
recommendation to award is
forwarded to the City Council.
TIBA Parking has been in business for
over 30 Years but only entered the
Airport segment in 2016. We are
currently installed at 14 Airports in the
USA and have provided contact and
reference information accordingly.
Columbus and Jacksonville Airport are
scheduled for completion this Summer
and Fall respectively .
11. The PARCS (System) shall
include a separate computer
located in the Airport
Administration office at a
location to be determined by the
Airport Finance Manager /
Bookkeeper for the daily
management and administration
of the PARCS system.
This will be described as a
future Additive Bid Item as
described near the end of this
document. This laptop computer
shall include all software
uploads, programming, and the
completion of all wiring and
communication hardware.
This computer, shall include a
laptop with docking station that
shall allow airport
administration employees to, if
necessary, transport the laptop
to conduct any programming
updates to the Pay on Foot
Station located at the exit of
the parking lot.
The workstation for monitoring the
PARCS is not normally a laptop
computer. Any programming of field
devices will be conducted by TIBA
trained personnel
12. The PARCS (System) shall
include the ability to use the
above laptop computer as
described in No: 11, above, to
"Plug and Play" and make
functional the ability to use the
Parking Lot Exit Booth for the
ability to complete parking lot
transactions for the acceptance
of Cash / Credit / Debit cards to
complete the parking
The TIBA provided cashier workstation
will be installed in the booth for
processing of transactions. A laptop for
this function is not being provided
transaction.
6. Client Work Station options
for the PARCS management
shall include:
a. Standard PC for all
functionally, including remote
customer service interventions.
b. Browser -based 131 for the
control and management of the
facility.
The TIBA application does not have a
browser based user interface.
Redundancy - Level 2: In case
of a total network failure, all
lane equipment shall be able to
operate off-line with limited
functionality.
Should a total network failure
occur, the management of the
lane devices will be done
independently by the device's
onboard local controller; ticket
dispensing, fee calculations,
cash and ticket transactions — in
addition to monthly entry & exit
shall perform normally,
Once connection to the parking
system main controller has
been re-established, all
transaction data shall pass to
the main controller and to the
FMS.
To meet the July 1 completion date for
the entire Project. TIBA plans to deliver
this function with an update to the
field device firmware in the third
quarter of 2018.
1. Reports can he scheduled to
run and emailed to specified
users.
2. Reports can be scheduled to
run automatically. For example,
on the first day of each quarter,
weekly, etc.
TIBA in the future will have the ability
to run and email reports based on a
scheduler with our SPARKS platform
automatically. TIBA is currently
finalizing the selection of the report
writing tool to allow our customers to
make their own reports.
External System
Integration
1. The FMS shall provide tools
to interface to external
platforms and systems.
2. System APIs shall provide
real-time XML interfaces.
Fields and data structures shall
TIBA provides API interfaces for 3'd Part
Integrations. Not all of them provide
realtime xml interface or based on
RESTFUL compliant web services
technology. TIBA would need a list of
all the requested interfaces to answer
the request fully describing the
interface for each required integration.
comply with a specified
schema.
3. APIs shall support security
authentication of all clients
invoking APIs so that each
individual client is identified for
each API call.
4. The FMS shall allow for
logging all requests and
responses to and from the APIs.
5. All interfaces where possible
shall be upon RESTfuI
compliant Web Services
technology.
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
SECTION 6
PARCS Facility Hardware
6.1 Entry Lane Stations
The Entry Lane Stations shall be a fully automated ticket dispenser and access reader and authorization
verifier that controls entry into the airport parking lot facility.
6.1.1 General Functionality
The Entry Lane Station shall have the following capabilities:
I. Push-button Issues a bar-coded parking ticket to each user / patron / passenger of the airport
parking lot.
a. No pre-printed bar-coded tickets shall be used.
b. Encoded on the bar-code shall be the entry date and time and a unique identification number
for each ticket. Also printed in human readable format shall be applicable ticket details.
c. Print license plate number on ticket when entry lane includes License Plate Recognition
(LPR) equipment.
d. The tickets barcoded data shall be sent to and saved by the FMS.
e. In rush-hour mode, the ticket dispenser automatically issues a ticket upon vehicle arrival
without the customer having to push the ticket issuing button.
f Supports fan -folded or roll paper tickets.
2. Grants entry into the facility to monthlies, prepaid transients that present valid transaction
authorizations from:
a. Proximity, mag -stripe or AVI cards.
b. QR/Bar-coded validations.
c. LPR pre or post capture.
3. Allows the use of the customer's bankcard as an alternative to the issuance of a barcoded parking
ticket.
4. Automatically sends all transaction data to the central controller and to the FMS for generating
reports.
5. Supports barrier gate devices (entrance and exit), vehicle presence loop detectors, lane status signs
and other I/O devices.
6. Provides analog, digital or VOID intercom stations options.
7. Switches automatically to operate in a STAND-ALONE mode when the network communication
is lost:
a. Have sufficient local memory storage to cache a minimum of at least 2,000 transactions.
b. Bankcard processing shall be disabled.
c. Automatically uploads all transaction data to the FMS and the central controller once communication is restored.
139
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
Alerts for all operational exception conditions, including "Ticket Stock Low" and "Ticket Stock Out"
conditions.
8. Network communication via an RS -485 or TCPIP Ethernet.
9. Integrated PCI Compliant PA -DSS Credit card processing software connection.
6.1.2 Customer Interface
The Entry Lane Station shall have a customer interface with the following features:
1. Illuminated ticket request push button.
2. Shall include the minimum of a High Resolution (HI-RES) 4.3 -inch color TFT display for
customer guidance that is visible in all lighting and weather conditions, and shall support the
usage of pictographs, custom logos and text.
3. Intercom sub -station with Emergency or After -Hours call button.
4. Visual customer instructions.
5. Integrated Voice annunciator with played messages in accordance to the different events occurring
at the station,
The Airport Administrative Staff shall have the ability to customize the voice messages.
6.1.3 Main Components
The Entry Lane Station shall be equipped with the following components:
1. Microprocessor based industrial controller, running embedded real time firmware that shall be
PC field programmable.
2. Unique machine identification number.
3. Direct motor ticket dispenser with retractable ticket mechanism (roll paper or fan fold stock).
4. Data line surge protector.
5. Two-way audio intercom station with call button (analog, digital or VOIP options).
6. Self -conditioning power supply.
7. Non -motorized Push/Pull Bankcard Reader.
8. Proximity and Mag -Stripe.
9. QR/Bar-code scanner to read paper, plastic cards, or smartphone displays.
10. A real-time clock (with battery backup) that is updated from the FMS.
140
CITY OF' WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— REP for an Airport Parking Lot Equipment Replacement Project
6.1.4 Remote Management
The Entry Lane Station(s) shall have the following remote management capabilities:
1. Sends equipment status, events & transactions data to the central controller and to the FMS.
2. Customer service personnel from a FMS workstation shall be able to open or close the barrier gate
connected to Entry Lane Station(s).
3. Customer service personnel from a FMS workstation shall be able to manually override the entry
lane terminal for monthly and transient customers.
4. Remote configuration shall be performed from the FMS.
6.1.5 Housing
The housing of the Entry Lane Station shall have the following features:
1. Stainless steel construction.
2. White RAL 9010, custom colors shall be optional.
3. IP -54 water rated type of construction to minimize entry of water or related adverse weather
elements.
4. Key components mounted on slide rails for easy access.
5. Front access panel & door with tamper-resistant locks.
6. Quilt in thermostat controlled heater.
7. Custom front panel graphics (Ex: Housing wrap with Airport Logo, Other)
8. Door OPEN / TAMPER Sensors
No More Information This Page
141
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ— RFP for an Airport Parking Lot Equipment Replacement Project
6.2 Exit Lane Stations
The Exit Lane Station(s) shall be a fully automated access reader, fee computation and verifier; payment
device that controls exits out of the parking facility.
6.2.1 General Functionality
The Exit Lane Station(s) shall have the following capabilities:
1. Accepts, validated roll or fanfold paper parking tickets and grant exit from the facility, if ticket
presentation is within the programmed `grace time' for exit after payment.
2. Accepts and reads barcoded roll or fanfold paper parking tickets.
3. Performs parking fee calculations based upon rate structure.
4. Accepts all major credit/debit bankcards for payment.
5. Processes discount validations for fee reduction purposes.
6. Sends all transaction data to the central controller and to the FMS for generating reports.
7. Supports the use of the customer's bankcard as an alternative to barcoded parking ticket, if the
card was presented at entry.
8. Prints customer receipts upon receipt of cash or bankcard payments.
9. Grants exit from the facility to monthlies, prepaid transients that present valid validated
authorizations from proximity and mag -stripe.
10. QR/Bar-coded validations.
11. LPR matching recognition.
12. Supports barrier gates, vehicle presence loops, lane status signs and other I/O devices.
13. Provides analog, digital or VOIP intercom station options.
14. Switches to stand-alone mode when network communication is lost:
a. Have sufficient local memory storage to cache at least 2,000 transactions.
b. Bankcard processing shall be disabled.
c. Automatically uploads all transaction data to the FMS and the central controller once
communication is restored.
15. Alerts all operational exceptions including "Receipt Stock Low" &"Receipt Stock Out"
conditions,
16. Supports network communication via an RS -485 or TCPIP Ethernet.
17 Integrated PCI Compliant PA -DSS Credit card processing software connection.
142
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
6.2.2 Customer Interface
The Exit Lane Station(s) shall have a customer interface with the following features:
1. Illuminated front panel ticket push-button and exit.
2. Receipt request push button.
3. A Minimum of a High Resolution (HI-RES) 4.3 -inch color TFT display for customer guidance
that is visible in all lighting conditions.
Supports the usage of pictographs, custom logos and text.
4. Intercom sub -station with the activation of an Emergency or After -Hous call button.
5. integrated Voice annunciator with played messages in accordance to the different events occurring
al the station. The Airport Administrative Staff shall have the ability to customize the voice
messages.
6.2.3 Main Components
The Exit Lane Station shall be equipped with the following components:
1. Microprocessor based industrial controller, running embedded real-time firmware that shall be
PC field programmable.
2. Unique machine identification number.
3. Motorized ticket reader/encoder (roll paper or fan fold stock).
4. Heavy duty thermal receipt printer.
5. Data line surge protector.
6. Two-way audio intercom station with call button (analog, digital or VOIP options).
7. Self -conditioning power supply.
S. Non -motorized Push/Pull Bankcard Reader.
9. Proximity and Mag -Stripe.
10. QR/Bar-code scanner to read paper, plastic cards, or smartphone displays.
11 A real-time clock (with battery backup) that is updated from the FMS.
143
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
6.2.4 Remote Management
The Exit Lane Station shall have the following remote management capabilities:
1. Sends equipment status, events & transactions data to the central controller and to the FMS.
2. Customer service personnel from a FMS workstation shall be able to open or close the barrier gate
connected to Exit Lane Station.
3. Customer service personnel from a FMS workstation shall be able to manually override the entry
lane terminal for monthly and transient customers.
4. Remote configuration shall be performed from the FMS.
6.2.5 Housing
The housing of the Exit Lane Station(s) shall have the following features:
1. Stainless steel construction.
2. White RAL 9010, custom colors shall be optional.
3. IP -54 water rated.
4. Key components mounted on sliding rails for ease of access.
5. Front access panel & door with tamper-resistant locks.
6. Built in thermostat controlled heater.
7. Optional custom front panel graphics.
8. Door OPEN / TAMPER Sensor/s.
144
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
6.1 Barrier Gates
6.1.1 Description
The barrier gate shall be a high speed and High Performance barrier gate operator.
6.1.2 Main Components & Features
The barrier gate shall have the following components & capabilities: -
1. Barrier open/close time 1.4-1.9 second, based on boom length of 8 to 12 feet.
2. Arni options shall be the following:
a. 8 to 12 foot octagonal aluminum arni with frangible coupling to minimize the damage to
the exit arm hardware and related components if a customer decides to drive through the
exit arm; and/or,
b. 8 to 12 foot swing -away round aluminum arm (with swing -away flange).
c. Either of the above exit arms, will include two-color red & white retro -reflective color.
3. Direct drive operation resulting in resistance to prevent all condensation and/or corrosion.
4. Operation in cold climate conditions and overall extended service life —
NOTE TO BIDDERS: (Belts, Pulleys or Chains will not be accepted).
5. Built-in position sensors (no limit switches) providing precise arm position status and a self -
learning control unit to guarantee optimum braking and no boom arm bouncing, sagging or
rotating out of position.
6. Automatic reversing mechanism that stops gate arm movement if arum hits an object, and
immediately reverses arm to the up position.
7. Power outage shall allow raising manually the gate arm.
8. Low power consumption and high MCBF (> 2,000,000 cycles).
9. 100% duty cycle spring -balanced AC torque providing 2,000,000 cycles;
10. Build in PLC Controller with LCD display and built-in dual channel vehicle loop detectors.
11. Build in adjustable timer for arm gate closing.
12. A minimum of five (5) potential free inputs.
13. Two 24V DC outputs.
145
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
6.1.3 Sub -components
The barrier gate shall have the following optional components & capabilities: -
1. Additional foam protection inserted on the bottom of octagonal aluminum boom for safety.
2. Swing away flange.
3. Supports at least 4 loop detectors.
4. Contact for release of barrier arm.
5. Additional I/O extension modules.
6. Boom arm lights with controller.
7. Optional network or serial connection module.
8. Optional heater for extremely cold environments.
9. Custom RAL color.
6.1.4 Remote Control & Monitoring
The barrier gate shall have the following control & monitor capabilities: -
1. Open arm command — momentary dry contact input.
2. Close arm command — momentary dry contact input.
3. Arm up output — continuously dry contact output or 24VDC output.
4. Arm lost output — continuously dry contact output or 24VDC output.
5. Shall have the ability to work with, or without, a pavement loop detector.
6.1.5 Housing
I. Modular construction with drive unit mounted to a heavy duty casting allowing for an easy access
door to be mounted on any side of the barrier device.
2. Left- or right-hand operation.
6.2 FMS Software Server
The FMS shall be installed on a standard desktop PC running either MS Windows 7 operating
system, or installed on a server running MS Windows server 2012.
A. The FMS shall utilize SQL Server 2012 / SQL server express 2012 or newer for database
management.
B. The FMS shall support the capability to work in Server / Client mode. Management software
clients can be added to the network to support real-time monitoring & control from multiple
locations on the network regardless of the amount of clients that are connected at the same
time to the system database.
C. The FMS shall have the capability to control multiple parking lots from one management
interface.
146
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
6.3 Bankcard Processing Server
1. The CCS shall be installed on a standard desktop PC running MS Windows 7 operating system,
and shall be located locally at the parking lot property. Bankcard processing gateway shall be
through a WAN (Wide Area Network) connection, utilizing secured TCP/IP protocol.
2. The CCS shall be a background application that runs on a different server from the FMS server.
All bankcard information shall be transmitted to this server directly from the PARCS equipment.
3. The payment request shall be submitted directly to the clearing house without this information
passing through any other machine except that of the machine where the CCS processing is
residing on.
4. The PARCS equipment shall be integrated with the CCS and shall comply at least with the PCI
security standard council regulations for payment applications PA -DSS 20 to process and handle
credit card data.
5. CCS processing time shall be no longer than FIVE (5) SECONDS for most common major
bankcards, regardless of the amount of equipment that resides on the parking network.
6. The CCS shall be capable to provide centralized credit card processing for multiple parking
facilities as defined in the FMS.
7. The FMS shall provide information about a transaction by entering the last 4 digits of a credit
card.
6.4 Security of Bankcard Data & FMS Network and Software
1. The Bidders shall describe their protocols for the security and protection of all airport parking
patrons credit card information.
2. Bidders shall describe how long the credit card data will remains in the FMS system, and how the
security of the credit card data can be permanently erased from the FMS system at TBD intervals,
so as to prohibit at all times the ability of any external user that has criminal intentions to gain
access to the FMS Software and Network and steal personal information and funds from parking
lot users.
3. Bidders shall describe how the Airport Administrative Staff can prohibit the entry or installation
by any person with criminal intent by the unknowing placement of the following;
A "Credit / Debit /i Bank Card Skimming Device" to steal personal credit card information from
users of the airport parking lot.
147
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SECTION 7
Execution
1. The PARCS shall be installed by a manufacturer certified dealer only, who shall coordinate all
work with other contractors and trades.
A. All necessary conduit, raceways, pull boxes, standard boxes, (and any special boxes provided
by the PARCS manufacturer), shall be installed by the manufacturer certified dealer only.
B. Installation of the PARCS equipment shall be coordinated with the installation of other related
systems such as: Networking, and CCTV video, switching and Intercoms.
C. PARCS authorized dealer personnel shall work closely with the Airport Administrative Staff
to ensure that while the construction is on-going, that PARCS dealer personnel works to
minimize the loss of revenue with the current outdated parking lot equipment, while the
process is underway to transition to this Next Generation of PARCS equipment.
D. NOTE TO BIDDERS: The City of Waterloo dba Waterloo Regional Airport will deem
the submission of any Demonstrator, Prototype,Second-Hand, Used, or Other Type of
Equipment Models as proposed, as a Non -Responsive Submission, with the Submission
to no longer be considered.
7.1 System Initializing and Programming
1. The PARCS shall include all software necessary for system configuration.
A. The PARCS shall be turned on and adjusted to meet specification requirements and on-site
conditions.
B. The PARCS shall be programmed to function as specified.
C. Any special programming required shall be documented, printed and made available to the
Airport Staff.
7.2 System Test Procedures
1. The PARCS shall be completely tested to assure that the PARCS equipment, servers, gates and all
components are hooked -up and in working order.
A. The PARCS shall be pre -tested by contractor and certified to function in accordance with
plans and specifications.
B. The PARCS shall be tested in presence of owners representative.
148
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
7.3 Documentation
I. The PARCS Authorized Contractor shall provide the Airport Director with (2) copies of the
manufacturer's operation, installation and maintenance manuals including typical wiring diagrams
for each of the installed products in both hardcopy and machine readable formats.
A. The PARCS Authorized Contractor shall provide the Airport Director with (2) copies of As
Built Drawings including all plans, elevations, sections, details, and attachments that include
detail equipment assemblies and dimensions, required clearances, and method of field
assembly, components, location, and size of each field connection.
B. The Contractor shall provide the Airport Director with (2) copies of any risers, layouts, and
special wiring diagrams showing any changes to standard drawings, as required by the
project.
7.4 On -Site Training
I. The Contractor shall conduct a seminar (to be delivered by factory trained personnel) for up to 10
persons employed by the CITY OF WATERLOO AND/OR AIRPORT STAFF dba airport
owner / operator.
The class duration shall be at least SIX (6) HOURS in length and shall include practical operation
and testing of installed equipment.
A. The contractor shall conduct at least FOUR (4) HOURS of instruction in use and operation of
the system to designated owner representatives, within TEN (10) DAYS of system startup.
B. The Contractor shall conduct at least TWO (2) HOURS of technical training, in
troubleshooting, and weekly preventive maintenance to the system, to the designated owner's
representatives within TEN (10) DAYS of system startup.
C. The Contractor shall conduct periodic technical training sessions and make them available to
those responsible for on-going system operations.
D. The Contractor shall provide, if applicable, training and familiarization aids to the attention of
the Airport Director, for the training and familiarization of the system to new personnel as
may be employed.
E. The Contractor shall provide, all manuals / components / spare -parts inventory / list of
common every day and readily accessible consumables, to continue the ease of operation,
troubleshooting and maintenance of the PARCS SYSTEM.
F. The Contractor shall provide, all Record Drawings in a paper (Binder) format, in addition to a
CD of all hardware and installation activities.
No More Information This Page
149
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
SECTION 8
Warranty Period
8.0 Initial Warranty Period
I. The Contractor shall provide to the City of Waterloo, and to the attention of the Airport Director,
A MINIMUM WARRANTY; PERIOD OF TWO (2) YEARS from the date of final
acceptance.
This warranty period shall cover a complete front to back, top to bottom, all of the equipment,
installation, workmanship and materials warranty.
SECTION 9
Additive Bid Items
9.0 Extended Warranty Periods (2)
A. The contractor shall provide a cost to extend the warranty period for an additional period of
THREE (3) YEARS to extend the initial warranty period for a total of five (5) years.
B. The contractor shall provide a cost for an extended Warranty Period of FIVE (5) additional
years, thereby providing a total warranty period of TEN (10) YEARS from the original date
of acceptance.
9.1 Replacement Face Plates (5)
A. The contractor shall provide a cost for the replacement of the Colored Face Plates for the Pay
in Lane (PIL) Exit Device.
B. The contractor shall provide FIVE (5) Extra Face Plates due to Natural Weathering or
Damage from any vandalism or other cause.
C. The Contractor shall advise the Director of Aviation on what credit card logos, Application of
Logos, as Follows: (City of Waterloo and Waterloo Regional Airport, Location for the
dispensing of a Receipt, Location for the Insertion of a Bar Coded Ticket, Location for the
Application of a Proximity Card (Prox Card), Speaker, Lighted Buttons for the Following:
(Cancel Transaction / Lost Ticket / Receipt / or Other.
150
Level of Service/Warranty Information
Parking Inc's experienced project management and sales staff understands that no matter how
sophisticated a parking system is, it is the ongoing service that will make the system functional
and effective. After the contract is signed, staff will stay involved throughout the life of the
equipment. The goal is to create customers for life.
Parking Inc is committed to provide Waterloo Airport with maximum service level to meet the
needs of the parking operations. Downtime for parking equipment could mean serious
inconvenience for parkers, loss of revenue, or hindrance of ingress. Our team along with our
partners will do everything possible to minimize any system downtime.
One method of achieving this goal is that Parking Inc's RFP Response comes with a Parts and
Labor Warranty period of two (2) years. Your warranty start date will begin upon substantial
completion of system. All work is warranted in its entirety to be free of mechanical or electrical
defects in design, material, and/or workmanship. Parking Inc. will repair or replace all work
delivered under the contract and correct any defect within the Warranty Period at no additional
cost. The maintenance service during the warranty period will include all parts, labor,
transportation, and support services to successfully perform maintenance, repair, and/or replace
any hardware, mechanical, electronic, programming, or software component, to ensure the
parking control system performs according to the requirements of the technical specifications.
This maintenance service includes all lane equipment, host computer system hardware,
operating system, software, and all associated communication sub -systems and peripheral
devices.
During this warranty period, work shall be performed during normal business hours Monday
through Friday from 8:00 AM to 4:30 PM. All other service calls shall be billed at cost of
services.
This warranty does not apply to situations where damage or malfunctions resulting from fire,
flood, earthquakes, elements of nature or acts of God, strikes, riots, collision, vandalism,
misuse, electrical surges, power failure, use of non -manufacturer approved parts or consumable
supplies, or any other similar cause beyond the reasonable control of Parking Inc.
Parking Inc. is confident that we will provide the highest level of warranty service and ongoing
maintenance support for the proposed parking control system. Our clients have high
expectations, and we continue to provide quick response and resolution to ever changing
service needs.
Provided on the next few pages is TIBA Manufacturing warranty statement.
e
TIBA Hardware and Software Warranty Statement
g_ WARRANTY AND LIABILITY
Section 0,1
Wall only Poi led of Iwohli: fddh' I herald: p reoe,1 bu Ike P;thfurll: lho date lect pdx!;.eh, oilier old 611 dlh I
aus'arnary roe „se at a cuslotnet taaalton Hompef, in no caul shad sato Aarranly exlend beyond o reaatadurn oft
tayinaryfivCflt mentos froan the date of dostivery ol title F. -apnoea lee Dealer. For any reltir bathed Fainerrand stippled, the
-Joint Only he/ od shag lea finitely I iiPIS (9n) 1<nr111 1101itFIiiIni TiftiA ishlred,hi!.elidlikldld thIlIldet Ode, HO
Eni24 du mIll?,{ caliode lhe whdee-,..y rtn:IW tt,A(`: ry(i”.1el;-
Section 0.2
HTie diAllAnHA, TWIA fan nailer ieitok men:load egilannoot 1h:invite nspianentaten nip int -down
eon ill anal a <nail la rill,' Oat". atallY Parod. Sall a lif ini d ;Yarn.; III ftr,Hpfrillni to a TINA 10:01A Alind be low Ili
DEALER TiBA ‘,0,Hi pay far Inc shippion of warranted or coplacomern pans Nom TI8A s IDiontc,,_ REAL LET5 ctcancf. As
dhlf•id-y time may he crra, BA, al its 'Ede dISCIellud. May cecnie Td Send replansonerot pada of optiipmem In
t)F.Fl trema A;HNIII,H11 ;Auk equi:ri g Real( AHT licoN(..3 01.1011y itr TINA
Section 9.3
No evaleades"wt be assurecd ler Preh.Thhis Whet! have Tl-zen ::...elered. of ler progitxthi rot ..JETivoted, cy ;IBA No
:an iniona1 HoglpirHel HRH coni;:f.%31W) nek dhehdiell di)hel did!" ell d ihaddrtily;R<i ly -via& No WOO ;Ply
IW! liart,1<071,1 by art? Pally Old/ and ddriThlarlde .01 fflrnl rt)EALFR.hei;jti'Vg
11`01 Ilhr tel to vet CelleilneS . ULALLII is rosponsitale nt onainientanoo, rope sersicono ary IP hire Ch5ei assrc-atownt
noentildA equipment.
Section 9,4
In no event shall other i;'arty Pc hatie lihr any TidireC.. Inc denial, spoon?0 nonsee,antinal hartiges inconod ny eltedf 13drly
ley Thiel Pally NFJHERP4RTYSFIAL 5F1.1AhiltE FOR ANYINCIDFNTAI tliNfORFCT,FiPFCIAI
flONSPOUPNTIAL EXEMPLARY 7P RELtANcE DAMAOFS, ossEa ExPEN5H3 fINCAT MING WITHOUT.
LIMI A I iON L0S H0FI ON uCi;fah itatocUREMLN I 0 liat-tha1 FIJIL GOODS ital{ SLI allela a, OR LC'
crFc;rA OR USE. LOSs 0F RERLITATIONj ISELA [INCi TO OR ARISING OUT 01, IHIS AGHLEMEN 1. HOWEVER
f:Mt SFE) ANda MCFTNFR 11AFFla ON hiONTI;tAtaT, TORY, FhillifY OR ANY OTHER TIIPORY OF I 15911 itY
WHAJSOEVaR, LVLN fi IIL[A WAt NO111 ILL:, OR 01HLI4AUL 10,,AIARE OF [4* 00alaild1014 0 a UGH DAIOAGL.Y.
Unaaaa 011 EXPLNsifs.
The fechainfa ltsIont Goliathllhd aol damages sJa nol apph, le dm; -..ddiro. 01 Cathie 01 30.8)11 hascid on 0 are troen
aro? oil the following in any gaass netalsaanco, rr v 5005 ur menlienal ITliKontol et I IdA. ito fraud, ein death 0
Waterloo Dual Lane Entry Layout
2'-6"
45' Concrete Island -
wnth embedded pylons
45°
15
Installation Notes
- Placement and dimensions are based on a typical LPR lane
layout. Field adjustment of camera locations due to site
conditions will affect loop placement geometry or duplication.
Call for layout geometry based on actual site dimensions.
- Cameras are shown ceiling mounted and the height of the
bottom of the cameras should be set at the height clearance
of the facility.
Royal Atlanta Once
Tucker, Georgia 30084 USA
ph -7706917586 f-770.934.3384
support@fihopoakingeum
GENERAL LAYOUT NOTES
Recommended minimum
width of drive island is 302
Length is field adjustable.
Recommended minimum
drive lane width is 9' and is
field adjustable.
Typical Barrier Gate
12.5" w x 14.5"d
Typical TIBA MP -30 / SW -30 Terminals
13.75"wx15"d
alto t4P
HO POMP&
Description Key
314' Conduit for ek[bical power.
3w" Conduit for comes and coned.
Ile Conduit for loop leads.
Vehicle Detevam Loops.
Waterloo Dual Lane Exit Layout
50' Outside Island -
with embedded pylons in concrete
Existing Center Island -
will remain as is 11' wide
x 29' long
LSE
EM
- 2 Conduit lines between islands q
S
50' Drive/Outside Island -
with embedded pylons in concrete
Installation Notes
- Placement and dimensions are based on a typical LPR lane
layout. Field adjustment of camera locations due to site
conditions will affect loop placement geometry or duplication.
Call for layout geometry based on actual site dimensions.
- Cameras are shown ceiling mounted and the height of the
bottom of the cameras should be set at the height clearance
of the facility.
51.26 S. Royal Atlanta Dave
Tucker Gmgia 30004 USA
46-77491750.1 3-770-954.3354
suppart@tibaparking.com
GENERAL LAYOUT NOTES
Recommended minimum
width of drive island Is 30".
Length is field adjustable.
Recommended minimum
drive lane width is 9' and is
field adjustable.
Typical Barrier Gate
12.5"w x14.5"d
Typical TIBA MP -30 / SW -30 Terminals
13.75"wx15"d
Asmara
Description Key
3i4" Conduit for electrical power.
3/4 Co d tI xrnms dw hd
1R' Conduit for loop leads.
Vehicle tletedor Loops.
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
9.2 Standard PARCS System Consumables
The PARCS Authorized Contractor shall provide to the City of Waterloo, the following
standard consumables:
A. Ticket Rolls (Ticket Stock)
Five (5) boxes of Ticket Rolls / Ticket Stock for the printing and dispensing of the bar-coded
tickets. Each box should contain a minimum of FIFTY (50) rolls.
The Director of Aviation shall provide Contract Language that shall be included once the
Contract Language is approved by the Office of the City Attorney.
B. Receipt Tape:
Five (5) boxes of receipt tape for the PIL and/or POF Stations. Each box should contain a
minimum of FIFTY (50) rolls.
The Director of Aviation shall provide Contract Language that shall be included once the
Contract Language is approved by the Office of the City Attorney.
C. Journal Tape: (If Applicable to the PARCS System)
Five (5) boxes of journal tape for the POF Station. Each box should contain a minimum of
FIFTY (50) rolls.
D. Receipt Printing Cartridges: (1f Applicable to the PARCS System)
The PARCS Authorized Contractor shall include Five (5) boxes of printing cartridges for the
printing of customer receipts. Each box should contain a minimum of FIVE (5) cartridges.
E. Journal Printing Cartridges: (If Applicable to the PARCS System)
The PARCS Authorized Contractor shall include (5) boxes of printing cartridges for the
printing of journal receipts. Each box should contain a minitnun of FIVE (5) cartridges.
9.3 Parking Management System Computer
I. The PARCS Authorized Contractor shall provide to the City of Waterloo, One (1) a
Parking Management System Computer located in the Airport Administration Office:
Parking Management System Computer
This computer terminal shall allow Airport Administration Staff to run a variety of
reports (as only one example) — of any frequency, with the programming, administration
and management of the PARCS Facility Management System located in the Airport
Administration Offices.
This computer shall have the ability to email reports to TBD email recipients on a pre-
determined frequency / schedule.
151
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
9.4 Spare Cash Cassettes
I . The PARCS Authorized Contractor shall provide to the City of Waterloo,
Two (2) Spare Sets of Cash Cassettes for each of the following:
2. One Dollar Bills; and,
3. Five Dollar Bills.
4. One Vault Cassette
9.5 License Plate Recognition System
1. The PARCS Authorized Contractor shall provide to the City of Waterloo, the cost to
include, as an option, and bid as an Alternate Bid Item (ABI), the cost to include a
License Plate Recognition (LPR) system, if applicable.
2. This request will allow the airport staff to use the LPR system as a safe -guard method of
monitoring the entrance and exit lanes of patrons using the airport parking lot facilities.
9.6 Second ParallelNorthside (45 -degree angle) Entrance
I. The PARCS Authorized Contractor shall provide to the City of Waterloo, the cost to
include, as an option, and bid as an Alternate Bid Item (ABI), the cost to install a Second
Parallel and Northside Entrance, with a 45 -degree angle, and adjacent to the existing
North entrance to the parking facilities.
2. This request would allow airport staff to have available a second entrance for the benefit
of the parking lot patrons of the airport parking lot facilities.
9.7 Automated Barrier Device for Future Overflow Parking
1. The PARCS Authorized Contractor shall provide to the City of Waterloo, the cost to
include, as an option, and bid as an Alternate Bid Item (ABI), the cost to install a barrier
gate system with pavement loop detectors on both sides of the barrier device.
2. This request would allow the airport staff to use the south -half of the current rental car
parking lot for future overflow parking for the benefit of the airport for special events,
and/or as passenger growth continues to see annual increases, and lastly, for the benefit of
future parking lot patrons of the airport parking lot facilities.
152
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — REP for an Airport Parking Lot Equipment Replacement Project
9.8 Proximity Card Reader — Entry & Exit Devices
1. The PARCS Authorized Contractor shall provide to the City of Waterloo, the cost to
include, as an option, and bid as an Alternate Bid Item (ABI), the cost to install Proximity
Card Readers at all Entrance Devices (Ticket Dispensers) and the Pay in Lane (PIL)
devices located in the right and left lanes of the reconfigured exit.
2. This request would allow the airport staff to issue Proximity Cards for the benefit of
officials attending VIP events, or for Frequent Flyers and/or Passengers that use the
future reconfigured parking lot facilities.
9.9 LED — Light Emitting Diode Entry and Exit Arm Devices
1. The PARCS Authorized Contractor shall provide to the City of Waterloo, the cost to
include, as an option, and bid as an Alternate Bid Item (ABI), the cost, per each, for entry
and exit device arms, that have LED colored lights to provide a contrast to the parking lot
patron entering or exiting the parking lot facilities.
153
CITY OF WATERLOO, IOWA DBA WATERLOO REGIONAL AIRPORT
RFQ — RFP for an Airport Parking Lot Equipment Replacement Project
BID FORM -ADDITIVE BID ITEMS
ADDITIVE BID ITEMS FOR THE
CITY OF WATERLOO DBA WATERLOO REGIONAL AIRPORT
Parking Access and Revenue Control System (PARCS)
Additive Bid Items
Additive
Bid Item
No:
Descriptive Item
Quantity of
Each Item
Unit of
Each Item
Extended
Cost
Total Cost
9.0-A
Extended SmartPark Software
3
Per year
$4,380.00
$13,140.00
9.0-B
Extended Service Agreement
5
Per year
$7,560.00
$37,800.00
9.1
Replacement Face Plaes
5
Each
$375.00
51,875.00
9.2-A
Ticket Stock 1 case / 8 rolls / 1800
tickets per case
5
Cases of 8
Rolls
$232.00
$1,160.00
9.2-B
Receipt paper 1 case / 32 rolls /
2,800 per roll
5
Cases of 32
Rolls
$263.00
$1,315.00
9.2-C
Journal Tape
N/A
N/A
N/A
N/A
9.2-0
Receipt Printer Cartridges
N/A
N/A
N/A
N/A
9.24
Journal Printer Cartridges
N/A
N/A
N/A
N/A
9 3
Parking Management System
Computer
1
Each
$2,860.00
$2,860.00
9 4
Spare Cash Cassettes One Dollar
Bills
2
Each
$590.00
$1,180.04
9 4
Spare Cash Cassettes Five Dollar
Bills
2
Each
$590.00
$1,180.00
9.4
Vault Cassette
2
Each
$260.00
$520.00
9.5
License Plate Recognition System
5
At Each
Entrance
and Exit
Locations
$8,576.00
$42,880.00
9.6
Second Parallel Northside (45
degree angle) Entrance
1
Each
Complete
Installation
538,180.00
$38,180.00
9.7
Automated Barrier Device for
Future Overflow Parking
1
Each
Complete
Installation
56,410.00
$6,410.00
9 8
Proximity Card reader Entry and
exit
5
Included
Included
Included
9 9
LED Light Emitting Diode Entry &
Exit Barrier
5
Each
$325.00
$1,625.00
154