People Counting Solutions For Recreation Centers, Parks, Off-Leash Parks and Trails

Similar documents
ISSUED: MAY 3, City of Dallas Park and Recreation Department

REQUEST FOR QUALIFICATIONS (RFQ) FOR PROFESSIONAL CONSULTING SERVICES CITY OF DALLAS PARK AND RECREATION DEPARTMENT

Consultant for the Development of Specifications Management and Operation of Dallas Fair Park Request for Proposals BBZ1702

CRAWFORD MEMORIAL PARK

THE CITY OF DALLAS. SPECIFICATIONS For REQUEST FOR COMPETITIVE SEALED PROPOSAL (RFCSP) BHZ1414

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES GRANT WRITING ASSISTANCE FOR THE ACTIVE TRANSPORTATION PROGRAM

REQUEST FOR PROPOSALS INTEGRITY SCREENING CONSULTANT

GRANT WRITING ASSISTANCE FOR THE HIGHWAY SAFETY IMPROVEMENT PROGRAM CYCLE 9

REQUEST FOR STATEMENTS OF QUALIFICATIONS CONSTRUCTION MANAGEMENT AND INSPECTION SERVICES FOR CSJ: PASS-THROUGH FINANCE PROJECT

REQUEST FOR QUALIFICATIONS G ELLUCIAN (Datatel) COLLEAGUE CONVERSION TO MS SQL AND RELATED UPGRADES PROJECT

Request for Proposals Ground Lease for the Development and Management of Recreation Facilities At the former Baker Hospital Site

Request for Proposals

REQUEST FOR PROPOSALS ACCOUNTING AND AUDITING SERVICES

REQUEST FOR QUALIFICATIONS AND PROPOSALS (RFQ/P) RFQ # ARCHITECTURAL SERVICES Bond Measure G

ARKANSAS STATE HIGHWAY AND TRANSPORTATION DEPARTMENT. Request for Proposals (RFP) INNOVATIVE FINANCING STUDY FOR THE INTERSTATE 69 CORRIDOR

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR INSTALLATION & UPGRADE OF BICYCLE FACILITIES (CLASS II & CLASS III) Issued by:

Lower Manhattan Development Corporation Avi Schick, Chairman David Emil, President. March 2, 2009

KDOT Procurement Guidelines for STP/CMAQ Funded Planning, Education, and Outreach Projects Effective 10/1/12

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSAL DESIGN BUILD PUBLIC WORKS BUILDING. March 2017

Request for Proposal for Digitizing Document Services and Document Management Solution RFP-DOCMANAGESOLUTION1

TOWN OF WINDERMERE REQUEST FOR PROPOSALS Race Timing & Event Services

The School Board of Polk County, Florida. Selection Process for Continuing Contract for Architectural & Engineering Services

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama 36104

REQUEST FOR PROPOSALS

PROPOSAL INSTRUCTIONS AND REQUIREMENTS

The School Board of Polk County, Florida. Selection Process for Architectural & Engineering Services

Proposals due May 18 th, 2018 at 4:30 PM. Indicate on the Sealed Envelope Do Not Open with Regular Mail.

REQUEST FOR PROPOSALS FOR REPLACEMENT OF GENERATOR AT LAKE HILLS 1860 BOOSTER PUMP STATION

REQUEST FOR PROPOSALS

REQUEST FOR QUALIFICATIONS (RFQ) FOR ARCHITECTURAL SERVICES FOR THE CONSTRUCTION OF A NEW PUBLIC SAFETY BUILDING/SUBSTATION

ST. JOSEPH COUNTY, INDIANA REQUEST FOR PROPOSALS ST. JOSEPH COUNTY ELECTION BOARD ELECTRONIC POLL-BOOKS. RELEASED January 19, 2016

REQUEST FOR PROPOSALS. For: As needed Plan Check and Building Inspection Services

REQUEST FOR PROPOSALS CHINATOWN TOURISM & MARKETING CAMPAIGN

Glenview School District Greenwood Rd Glenview IL Request for Qualifications For Architect Services

City of Malibu Request for Proposal

LEXINGTON-FAYETTE URBAN COUNTY AIRPORT BOARD REQUEST FOR PROPOSALS. to provide INVESTMENT MANAGEMENT SERVICES. for BLUE GRASS AIRPORT

REQUEST FOR PROPOSALS BUILDING MURAL DESIGN AND FABRICATION SERVICES

Plano Independent School District Request for Proposals

REQUEST FOR PROPOSALS (RFP) MARKETING AGENCY FOR LANE COUNTY FAIR

ADVERTISEMENT FOR THE CITY OF WAUPACA REQUEST FOR PROPASAL (RFP) RETAIL MARKET ANALYSIS AND DEVELOPMENT PLAN

Request for Proposal. Internet Access. Houston County Public Library System. Erate Funding Year. July 1, 2017 through June 30, 2018

REQUEST FOR PROPOSALS

RFP No. FY2017-ACES-02: Advancing Commonwealth Energy Storage Program Consultant

Agency of Record for Marketing and Advertising

Lyndon Township Broadband Implementation Committee Lyndon Township, Michigan

REQUEST FOR QUALIFICATIONS TO PROVIDE ON-CALL ENGINEERING SERVICES FOR CONSTRUCTION MANAGEMENT AND INSPECTION

REQUEST FOR PROPOSALS

REQUEST FOR PROPOSALS SELECTION OF EXECUTIVE SEARCH FIRM

1 INTERNAL AUDIT SERVICES RFP

Public Address System Norwalk Public Schools REQUEST FOR PROPOSAL 1/16/15 Proposal Response Date:

SACRAMENTO REGIONAL SOLID WASTE AUTHORITY REQUEST FOR PROPOSALS FOR CONSULTING SERVICES FOR A REGIONAL GREEN WASTE PROCESSING FACILITY

REQUEST FOR PROPOSALS For Design Services for New Fire Station

Page 1. Date: January 24, Housing Authority of Travis County REQUEST FOR QUALIFICATIONS FOR LEGAL SERVICES SOLICITATION NO.

Request for Qualifications. Professional Design and Construction Services as a Design-Builder. For. Delhi Township Fire Station

RESOLUTION NUMBER 2877

REQUEST FOR PROPOSALS. Uptown Main Street/US 25 Traffic Calming Analysis. Date Issued: June 5, 2018

RFP #7529 Dane County Comprehensive Plan Mail Survey

REQUEST FOR PROPOSALS. For BIKE SHARE PROGRAM. RFP No.: UCA Release Date: December 8, 2017

REQUEST FOR PROPOSAL FOR SECURITY CAMERA INSTALLATION: Stones River Baptist Church. 361 Sam Ridley Parkway East. Smyrna, Tennessee 37167

REQUEST FOR PROPOSALS For. Mobile Kitchen Consulting Services. for the. HOUSING AUTHORITY OF THE CITY of SAN BUENAVENTURA

REQUEST FOR ARCHITECTURAL SERVICES ACTIVITY CENTER

CITY OF GOLDEN, COLORADO Parks and Recreation Department

RFP # Request for Proposal Grant Writing Services. Date: May 11, Proposals must be submitted by 3:00 PM: June 10, 2016

REQUEST FOR QUALIFICATIONS. Design Professional Services

REQUEST FOR QUALIFICATIONS. Architectural/Engineering Design Services

Request for Proposals (RFP) for Electric Bicycle Manufacturers and Shops for the Intermountain Drives Electric Program and Live Electric Program

REQUEST FOR INFORMATION (RFI) AUTOMATED PARK ENTRY TECHNOLOGY SOLUTIONS DEP RFI Number: C

DISTRICT OF COLUMBIA WATER AND SEWER AUTHORITY (DC WATER) REQUEST FOR QUOTE RFQ 18-PR-DIT-27

WAYFINDING SYSTEM DESIGN & BRANDING INITIATIVE

Automated Airport Parking Project

Request for Proposals (RFP) Consulting and Design Services for Solar Photovoltaic Systems for Iowa City Facilities September 22, 2017

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR WALLA WALLA REGIONAL AIRPORT (ALW) WALLA WALLA, WASHINGTON. October 2, 2018

CHARLESTON COUNTY PARK AND RECREATION COMMISSION REQUEST FOR PROPOSAL ARCHITECT/ENGINEERING DESIGN BUILD TEAM HOLLYWOOD SWIMMING COMPLEX HOLLYWOOD SC

January 19, To Whom It May Concern:

SEALED PROPOSAL REQUEST FOR PROPOSAL. Professional Archaelogical Services

PIEDMONT TRIAD AIRPORT AUTHORITY

REQUEST FOR QUALIFICATIONS CONSULTING SERVICES FOR PULLMAN-MOSCOW REGIONAL AIRPORT PULLMAN, WA

Montgomery Housing Authority 525 South Lawrence Street Montgomery, Alabama REQUEST FOR PROPOSALS RFP WEBSITE DEVELOPMENT AND REDESIGN

Request for Proposal. Purchase of New Mobile Trailer Climbing Wall. No November 23, 2015

PUBLIC WORKS DEPARTMENT 22 E. Weber Avenue, Room 301 Stockton, CA (209) REQUEST FOR PROPOSALS PROFESSIONAL SERVICES FOR THE

WESTMINSTER SCHOOL DISTRICT NUTRITION SERVICES REQUEST FOR PROPOSAL FRESH PRODUCE 17/ For: July 1, 2018 to June 30, 2019

Ogden City Request for Proposals to Provide Market Study and Site Assessment Services

REQUEST FOR PROPOSALS. Design-Build of General Aviation Terminal Building. RFP# AIR/17-012, page 1

TRAFFIC DATA COLLECTION REQUEST FOR PROPOSALS

City of Gainesville State of Georgia

REQUEST FOR PROPOSALS: AUDIT SERVICES. Issue Date: February 13 th, Due Date: March 22 nd, 2017

MISSISISSIPPI STATE UNIVERSITY Request for Proposals (RFP) MSU #18 03 Communications as a Service Solution

Request for Proposal Number #512-11

Request for Qualifications No LEWIS AND CLARK HIGH SCHOOL Classroom Addition Project

REQUEST FOR PROPOSALS RFP NO.:

Request for Proposals

REQUEST FOR PROPOSALS

Caledonia Park Playground Equipment

REQUEST FOR PROPOSAL

HOME Investment Partnerships Program

REQUEST FOR QUALIFICATIONS FOR Energy Services Master Agreement

Request for Qualifications Construction Manager

Transcription:

SPECIFICATIONS People Counting Solutions For Recreation Centers, Parks, Off-Leash Parks and Trails Request for Competitive Sealed Proposals (RFCSP) BUZ1330 Park and Recreation Department City of Dallas Dallas, TX

TABLE OF CONTENTS SECTION I. GENERAL INFORMATION... 3 1. Project Scope and Overview... 3 2. List of Sites for People Counting Device(s)... 3 3. Site Specifics... 4 4. Goals for People Counting Solution... 5 SECTION II. CONTRACTOR REQUIREMENTS... 5 1. Insurance... 5 2. Business Inclusion and Development (BID)... 5 3. Contractor Qualifications... 6 SECTION III. SPECIFICATIONS... 6 1. Pedestrian Counters (outdoor)... 6 2. Pedestrian and Bicycle Counters... 7 3. Pedestrian Counters (indoor)... 7 4. Data Logging... 7 5. System Reporting... 8 6. Installation... 8 7. Training... 8 8. Yearly Support/Maintenance Agreements... 9 9. System Total... 9 SECTION IV. PROPOSAL PROCESS... 9 1. Specification Review and Clarification... 9 2. Proposal Submission... 10 3. Required Documentation...10 4. Proposal Format... 12 5. Oral Presentations... 12 6. Disqualificatioin of Proposer... 12 7. Due Date... 13 8. Public Information... 13 SECTION V. SELECTION PROCESS... 13 1. Request for Competitive Sealed Proposals... 13 2. Criteria for Review and Evaluation... 14 3. Evaluation of Proposals... 15 4. Best and Final Offer (BAFO)... 15 5. Contract Award... 15 SECTION VI. CONTRACT... 15 1. Award of Contract... 15 2. Assignment of Contract... 16 3. Miscellaneous... 16 PRICE SHEET... 18

I. GENERAL INFORMATION 1. Project Scope and Overview The City of Dallas Park and Recreation Department (City) is requesting competitive sealed proposals for the purchase, installation and maintenance/support of a People Counting solution for the Park and Recreation Department s recreation centers, parks, off-leash parks and hike and bike trails. This RFCSP involves all 43 recreation centers, White Rock Lake Park and Loop Trail, Kiest Trail and Northaven Trail. The awarded vendor shall be required to provide the People Counting equipment, onsite consultation on proper installation for maximum efficiency, and maintenance/support services for five years after installation. 2. List of Sites for People Counting Device(s) Name Address Type of Site Ingress / Egress Points Anita Martinez 3212 Winnetka 75212 Recreation center construction Arcadia 5420 N. Arcadia 75211 Recreation center 1X2X6 Arlington Park 1505 Record Crossing 75235 Recreation center 1X2X6 Bachman 2750 Bachman Dr 75220 Recreation center 2X2X6 Beckley-Saner 114 Hobson 75224 Recreation center 2X2X6 Campbell Green 16600 Parkhill Dr 75248 Recreation center 1X2X6 Churchill 6906 Churchill Dr 75230 Recreation center 1x1x6 Cummings 2976 Cummings 75216 Recreation center construction Eloise Lundy 1229 Sabine 75203 Recreation center 1x1x8 Exall 1355 Adair 75204 Recreation center 1X2X6 Exline 2525 Pine St 75215 Recreation center 1X2X6 Fireside 8601 Fireside 75217 Recreation center 1X2X6 Fretz 6994 Beltline 75240 Recreation center 2X2X6 Fruitdale 4408 Vandervort 75216 Recreation center 1X2X6 Grauwyler 7780 Harry Hines 75235 Recreation center 2X2X6 Janie C. Turner 6424 Elam 75217 Recreation center 1X2X6 Jaycee-Zaragoza 3114 Clymer 75212 Recreation center 2X2X6 J. C. Phelps 3030 Tips 75216 Recreation center 2X2X6 J. J. Craft 4500 Spring 75210 Recreation center 3X2X6 Harry Stone 2403 Millmar 75228 Recreation center 2X2X6 Kidd Springs 711 W. Canty 75208 Recreation center 2X2X6 Kiest 3080 S. Hampton 75224 Recreation center 2X2X6 Kleberg-Rylie 1515 Edd 75253 Recreation center 1X2X6 Lake Highlands 9940 White Rock Tr 75238 Recreation center 2X2X6 Larry Johnson 3700 Dixon 75210 Recreation center 2X2X6 Marcus 3003 Northhaven 75229 Recreation center 2X2X6 Marcus Annex 2910 Modella 75229 Recreation center 1X2X6 M. L. King Jr. 2922 M.L. King Blvd 75215 Recreation center 3X2X6

Martin Weiss 1111 Martindale 75211 Recreation center 1X2X6 Nash Davis 3710 N. Hampton 75229 Recreation center 1X2X6 Park In The Woods 6801 Mt. Creek Pkwy 75249 Recreation center 1X2X6 Pleasant Oaks 8701 Greenmound 75227 Recreation center 2X2X6 Polk 6801 Roper 75209 Recreation center 2X2X6 Reverchon 3505 Maple Ave 75219 Recreation center 1X2X6 RidgewoodBelcher 6818 Fisher 75214 Recreation center 1X2X6 Samuell Grand 6200 E. Grand 75223 Recreation center 1X2X6 Singing Hills 1909 Crouch 75241 Recreation center 1X2X6 Thurgood Marshall 5150 Mark Trail 75232 Recreation center 2X2X6 Timberglen 3810 Timberglen Rd 75287 Recreation center 1X2X6 Tommie Allen 7071 Bonnieview 75241 Recreation center 2X2X6 Umphress 7616 Umphress 75217 Recreation center 1X2X6 Walnut Hill 10011 Midway 75229 Recreation center 1X2X6 Willie B. Johnson 12225 Willowdell 75243 Recreation center 2X2X6 White Rock Lake Park See Exhibit A WR site map Park TBD by Contractor White Rock Lake Park Loop Trail Surrounds White Rock Lake (9.33 miles) Trail TBD by Contractor Kiest Park Loop Trail 3080 S. Hampton Rd. 3.25 mile loop inside 264 acre Kiest Park Northaven Trail Greenbelt N of Royal Ln between Preston Rd & US 75 Trail Trail TBD by Contractor TBD by Contractor *Legend: 2x2x6 = Two sets of public entrances, Two doors each and each 6 wide. 3. Site Specifics A. Recreation Centers: The Park and Recreation Department operates 43 recreation centers. The architecture, design and age of the buildings vary significantly. The number and general configuration of public ingress/egress points are listed in the table above. B. White Rock Lake Park: Includes approximately 1100 acres of parkland surrounding White Rock Lake. There are several parking lots for ingress/egress, and numerous ingress/egress points accessed by visitors on foot. Please see Exhibit A-WR site map for more detail. C. White Rock Lake Park Loop Trail: Located along the scenic shoreline of White Rock Lake, this 9.33 mile hike/bike trail is the City s most popular trail. The trail links many of the historic features of White Rock Lake Park including several Civilian Conservation Corps (CCC) era picnic structures and reservation facilities. The trail also links the Mockingbird Point Dog Park, several playgrounds, parking areas and the White Rock Creek Greenbelt Trail. There

are several parking lots for ingress/egress, and numerous ingress/egress points accessed by visitors on foot. Please see Exhibit A-WR site map for more detail. D. Kiest Park Loop Trail: Located in the Oak Cliff area of southwest Dallas, the 2.8 mile trail meanders through the 264-acre Kiest Park, connecting playgrounds, athletic fields, formal gardens, natural areas, a recreation center and a Civilian Conservation Corps (CCC) era picnic area. Please see Exhibit B-Kiest Trail map for more detail. E. Northaven Trail: A nearly two-mile trail located in an overhead utility corridor in north central Dallas, just north of Royal Ln. The trail currently extends between Preston Road on the west to just west of Central Expressway on the east. A future extension is planned to link this trail to the White Rock Creek and Cottonwood Creek Trails. Please see Exhibit C-Northaven Trail map for more detail. 4. Goals for People Counting Solution The goal of the People Counting Solution is to gather accurate, detailed, useable data on visitor ingress/egress activity at the City recreation centers, parks and trails listed above. The data will be used to analyze activity, traffic flows and trends at each facility and for each type of venue. The insight afforded by these analyses will enable Park Department staff to better serve the future recreation and leisure needs of the citizens of Dallas. The City intends to initiate a second and third phase of this project, as funding permits. Subsequent phases are planned to include up to nine additional hike/bike trails and as many as 100 additional parks yet to be identified. II. CONTRACTOR REQUIREMENTS 1. Insurance The successful proposer will be required to purchase and maintain, during the term of the contract, insurance as described in Exhibit D and agrees to the indemnification agreement therein. 2. Business Inclusion and Development (BID) The City encourages Proposers to consider utilization of subcontractors and to provide Minority Business Enterprise and Women Business Enterprise (MBE/WBE) subcontractors with a full and fair opportunity to submit proposals to participate on this contract. Proposers are encouraged to use the suggested voluntary outreach efforts by contacting the Buyer to obtain the necessary forms and instructions.

All proposers will complete and submit the Business Inclusion and Development (BID) forms attached to this RFCSP. The BID packet also includes an overview of the City's program and participation goals established by the Dallas City Council. Help in preparing the forms may be obtained by contacting a member of the ResourceLink team: 3. Contractor Qualifications Richard Carrizales 214-671-5010 Richard.carrizales@dallascityhall.com A. Contractor shall be an established company with a minimum of three (3) years successful experience providing the equipment, services, and support described in these specifications. B. Contractor shall be the manufacturer, or authorized by the manufacturer to sell, install and service the equipment provided in their proposal. Proposer shall provide documentation evidencing their authorization as an owner, dealer, or reseller for the products proposed. C. Proposers shall provide at least five (5) verifiable references, including addresses, contact names, and contact numbers, evidencing years of applicable business experience for which they have provided equipment, installation, and support similar in number, type and scope to that included in these specifications. These references shall reveal that the Contractor has the ability to begin and perform the project on schedule, has a history of quality workmanship, and has the ability and financial resources to successfully perform the job. The City will contact these references. III. SPECIFICATIONS PEOPLE COUNTING SOLUTIONS 1. Pedestrian Counters (outdoor): Y/N An all-inclusive, pedestrian counter with a counting range of at A least 50 feet. The counter should be battery powered, hold a minimum of 6 B months of data storage and should be waterproof and tamperproof. The counter should possess a 15-minute recording interval C capability. The device should be able to work in temperatures ranging D from -40 degrees Fahrenheit to 140 degrees Fahrenheit. E The counter should be accurate to + / - 5 % depending on the

F G H I type of flow and installations. The device should also include bi-directional detection. The device should be able to install in existing buildings or outdoor locations. All components should be self-contained within the unit in an environmentally and aesthetically suitable container. The device should have an IP Code, Ingress Protection Rating of 6.0 or better 2. Pedestrian and bicycle counters: Y/N An all-inclusive, bicycle and pedestrian counter which is able to A differentiate between cyclists, pedestrians and motorized vehicles utilizing both infrared and a loop counting system. The infrared counter should have a counting range of at least 12 B feet. The counter should be battery powered, hold a minimum of 6 C months of data storage. The counter should be waterproof. The counter should possess a 15-minute recording interval D capability. The counter should work in temperatures ranging from -40 E degrees Fahrenheit to 140 degrees Fahrenheit. F The counter should also include bidirectional detection. The counter should be sensitive enough to record every bike G traveling less than 35 km/hr (22 mph) and should be accurate to + / - 5 %, depending on type of flow and installations. H The device should have an IP Code, Ingress Protection Rating of 6.0 or better. 3. Pedestrian Counters (indoor): Y/N A device for counting people in the recreation centers at public A door(s) with a 95%+ accuracy rate. Intelligent counting algorithms (Feet shuffling, crowd mode, B etc.) able to count all visitors. C Traffic direction recognition. 4. Data Logging: Y/N Data should be stored locally (at the devices) and collected via A either Bluetooth or Global System for Mobile Communications (GSM) connection to a hosted database. If bidding GSM (cellular) then include a line item for the annual B cost of the service in the bid.

5. System Reporting: Y/N A Ability to create customized working space and edit reports. Ability to have custom-tailored templates created upon B request. C Centralized database D Ability to integrate several counting points: E In various data formats. F From a number of sites. G Share and manage data H Manage the access rights of different users and/or partners. I Create custom counting point views. J Identify, modify and delete anomalous data. K Make data available to all colleagues (department, GIS, etc.). The system should enable the data to be published on a L dedicated web page for easy access by website users. The system should be able to compare several counting sites M over time or during a specific event. The system shall have a small Widget Counter that can be integrated into the department s website or PC to communicate N the number of pedestrians or cyclists using locations, with daily updates. 6. Installation: Y/N OPTION 1: Park and Recreation staff will perform installation. Contractor pricing shall include training for Park and Recreation A staff on the proper placement and installation of each system component. OPTION 2: Contractor shall provide all labor, materials, B supplies and expertise to perform complete installation of all proposed equipment. Installation costs for Option 1 and Option 2 should each be C included in proposal as separate line items. Proposers should provide an estimated timeline for the D installation processes (Option 1 and Option 2) for each location. Installation shall begin within 30 days after award and contract E execution. 7. Training: Y/N Contractor shall provide on-site training of 12 Park and Recreation staff members on the various systems and proper A data collection procedures. Proposal should include detail on how initial training will be conducted, and how follow-up and train-the-trainer training will be provided.

B Contractor should provide training materials adequate for ongoing training and to aid in the development of in-house train-the-trainer programs. 8. Yearly Support/Maintenance Agreements: Y/N Contractor shall provide yearly support and maintenance at a A set cost. Proposers should provide a detailed description of the support and maintenance agreement offered to include roles and responsibilities. Include how post-implementation (after system acceptance) technical support will be provided to B selected personnel within the City structure to troubleshoot the system (i.e., will you be available via pager? Toll-free telephone? Email? Etc.). Also include types of support offered, response times, secondary/tertiary levels of service offered if problems are not resolved, etc. The cost of support and maintenance for the first year, commencing when the system goes live, should be provided with the pricing detail for the system. The cost of support and C maintenance for years two through five, commencing upon the expiration of the first year of support, should be provided on a price per year basis for each of the four subsequent years. The City of Dallas desires maintenance to include upgrades. 9. System Total: Y/N Proposers should provide documentation describing the proposed system configurations, types and number of system A components required, etc. for each site. Insight into the methodology used to accurately capture facility usage patterns should also be provided. Proposers should provide detailed descriptions of costs involved for providing the software, peripherals, installation, training, B and yearly support/maintenance agreement. These costs should be detailed on the Price Sheet included in these specifications. Additional pages should be used as necessary. IV. PROPOSAL PROCESS 1. Specification Review and Clarification A. Pre-Proposal Conference will be held at the date, time and location stated on the RFCSP Signature Page, or as updated by addendum. Attendance is strongly

encouraged but not mandatory. This conference is a scheduled time for proposers to ask questions pertaining to the proposal. Proposers are encouraged to attend the pre-proposal conference to provide input and comments regarding the specifications. All questions should be submitted to the Buyer in writing by September 29, 2013, or as extended by addendum. Please contact the Buyer, Kent Brown at kent.brown@dallascityhall.com or 214 670-3391 with any questions. B. Any adjustments to the Specifications shall be posted as an addendum on the Advantage Vendor Self Service Website, www.bids.dallascityhall.org, for prospective Proposers. C. No other informational meetings shall be held. In fairness to all potential Proposers, only the Buyer may discuss the terms of this solicitation. 2. Proposal Submission A. Sealed proposals are to be submitted by Proposers responding to People Counting Solutions for Recreation Centers, Parks, Off-Leash parks and Trails no later than 2:00 p.m. on the due date specified on the RFCSP Signature Page, or as revised by addendum. Proposals shall be delivered by mail or in person to the Business Development and Procurement Services office at Dallas City Hall, 1500 Marilla St, Room 3FN, Dallas, TX 75201. B. It may be necessary for the City to request supplemental information from individual respondents after proposals have been submitted and reviewed. Such information will be requested in writing by the Buyer to the specific respondent and will be used by the City in evaluating the proposal. This information will not be shared with other respondents during the evaluation and award process. 3. Required Documentation To simplify the review process and to obtain the maximum degree of comparability, the proposal shall follow the outline as set forth below and, at a minimum, contain the information as requested. Respondents are encouraged to include additional relevant information. A. Evidence of Qualifications: To provide information with regard to these minimum qualifications, the following shall be submitted with the proposal: (1) A cover page that indicates the following information: a) RFCSP Title and Number, and the date of the submission b) Proposer s entity name and mailing address c) Proposer s current legal status (corporation, partnership, sole

proprietor, etc.) d) Federal ID number e) Primary Contact Person and Alternate Contact Person s name, title, phone number, fax number and email address f) Signature of authorized corporate officer for each entity proposing individually or as a partnership or team (2) A one-page Statement of Interest that briefly describes the Proposer s unique qualifications as they pertain to this particular project. (3) A one-page Statement of Qualifications to include summary of relevant background and experience in providing people counting solutions similar to those described herein for comparable organizations. (4) An organizational chart, job descriptions and the qualifying experience of each person who will be involved in the project. Additionally, bios and resumes of key personnel who would be involved in the project should be included. (5) Provide the documentation requested in Section II, 3 (Contractor Qualifications) (6) Description of how your company intends to meet each of the requirements outlined in Section III People Counting Solutions above. Address each requirement in the order they appear in Section III above. If the proposed system does not possess the specific characteristics listed, describe how the functionality will be achieved with the proposed system. Identify specific sections of the Specifications that are to be performed by subcontractor(s). Include a Statement of Qualifications for each subcontractor. (7) Complete the Price Sheet included in these specifications. Itemize all costs associated with this project. Additional pages will be necessary. The Total price should represent the total cost to the City. B. Recommendations/Exceptions If there are exception(s) to the services requested or the terms stated in this RFCSP, please state the specific objection(s) within the proposal response. (1) The Proposer should enumerate any suggested upgrades and/or enhancements that would improve the overall effectiveness/efficiency of

the system. The City may, at its option, purchase recommended enhancements. (2) If the Proposer has any concerns regarding its ability or willingness to meet with any terms and conditions expressed in this RFP or in the attached sample contract, please include a statement that addresses the particular terms and any alternative language preferred by the Proposer. C. The City reserves the right to require additional information as deemed necessary to ascertain the qualifications of the Proposer. 4. Proposal Format A. Each Proposal shall be contained in one (1) three-ring binder with a maximum size of two (2) inches in diameter B. A cover letter and table of contents should be provided on the front of the binder C. Binder cover shall identify the name of the respondent and the name of the project for which the Proposal is submitted ( People Counting Solutions For Recreation Centers, Parks, Off-Leash Parks and Trails, RFCSP BUZ1330 ) D. Separate and identify each response to Specifications and BID Plan documents, using divider sheets with an integral tab for ready reference. E. Use vertical format on 8 ½ x 11 paper, double-sided if possible F. Number all the pages consecutively G. One (1) Original clearly marked ORIGINAL on the front. H. Seven (7) legible hard Copies each clearly marked COPY on the front. I. Seven (7) electronic copies on discs or flash drives of the entire submittal with the firm name, solicitation number and submittal name on the front. 5. Oral Presentations If deemed necessary, the City may, after the initial proposal evaluations, schedule oral presentations with any or all Proposers. 6. Disqualification of Proposer Proposer may be disqualified for any, but not limited to the following reasons: A. Reason to believe collusion exists among the Proposers B. The Proposer is involved in litigation against the City C. The Proposer is in arrears on an existing Contract or has failed to perform on a previous Contract with the City

D. Failure to complete RFCSP forms as requested E. Failure to meet Specifications F. The decision of the City as to the acceptability of the qualifications of the Proposer shall be final. 7. Due Date A. Sealed proposals are to be received at the Business Development and Procurement Services office at Dallas City Hall, 1500 Marilla St., Room 3FN, Dallas, TX 75201 by the time and date identified on the RFCSP Signature Page, or as updated by addendum. B. Follow the instructions in the official advertisement and City of Dallas website, www.bids.dallascityhall.org, from which the RFCSP Packet is downloaded for instructions to address any questions you may have concerning the RFCSP. 8. Public Information All information, documentation, and other materials submitted in response to this RFCSP are subject to public disclosure under the Texas Public Information Act after the solicitation is completed and contract is executed with the selected Proposer. V. SELECTION PROCESS 1. Request for Competitive Sealed Proposals This RFCSP shall serve to select a contractor for the purchase, installation and maintenance/support of a People Counting solution for the Park and Recreation Department s recreation centers, parks, off-leash parks and hike and bike trails. The RFCSP provides information necessary to prepare and submit a proposal for consideration and ranking by the City of Dallas. Based on the evaluation criteria established for this RFCSP, each properly submitted proposal will be reviewed, evaluated and ranked by the City. Based on this ranking, the City intends to select one firm to contract for the People Counting solution for the Park and Recreation Department s recreation centers, parks, off-leash parks and hike and bike trails. Acceptance of Evaluation Methodology: By submitting its proposal in response to this RFCSP, proposer accepts the evaluation process as outlined in this RFCSP and acknowledges and accepts that determination of the most qualified firm offering the best value to the City may require subjective judgments by those evaluating the proposals.

2. Criteria for Review and Evaluation A. Proposer s Experience and Qualifications (Max 25 %) (1) Past experience providing products and services similar to those described in these specifications (2) Quality of references satisfaction of past customers with Proposer s components, systems, services, and extended maintenance and support performance (3) Organizational structure and qualifications of key individuals B. Characteristics of Proposed Solution, Accessories, Maintenance and Support (Max 30 %) (1) Adherence to specified standards listed in the Specifications (2) Quality of data generated by proposed solution and its usefulness in achieving the City s goals for this project (3) Delivery timeline (4) User-friendliness and versatility of system and system reporting functions (5) Quality of proposed maintenance and support agreements C. Cost (Max. 30 %) (1) Total cost to the City for proposed software and hardware solution, accessories, installation, and first year of maintenance and support services (2) Total cost for annual support and maintenance in one year increments beginning upon completion of the first year and extending for four additional years D. Business Inclusion and Development (BID) Plan (Max 15 %) Demonstrated inclusion and commitment to and understanding of the City s Business Inclusion and Development (BID) Plan It is the policy of the City of Dallas to involve Minority and Women Business Enterprises (M/WBE) to the greatest extent feasible on the City s construction, procurement and professional services contracts. The following information shall be submitted with the proposal and shall include: Submission of an Affirmative Action Plan or Policy 1% Submission of the Ethnic Workforce Composition Report (BDPS-FRM-204) 1% Submission of the RFP/RFQ Contractors Affidavit History of M/WBE Utilization Form (BDPS-FRM-205) documenting the history of M/WBE utilization on previous contracts 4%

Submission of the RFP/RFQ Contractors Affidavit Type of Work by Prime and Sub-consultant Form (BDPS-FRM-206) which includes a significant number of diverse M/WBE firms in meaningful roles on the project 7% (1) The name, address and telephone number of each M/WBE (2) The description of the work to be performed by each M/WBE; and (3) The approximate dollar amount/percentage of the participation Submission of the Business Inclusion and Development Affidavit (BDPS- FRM-203) which demonstrates the intent to comply with the policy and evidence of M/WBE inclusion to meet the BID goal for the project. The BID Affidavit exhibits evidence of acknowledgement of the City of Dallas BID Plan 2% 3. Evaluation of Proposals The City will evaluate the proposals and submit a recommendation to the Park Board and City Council for approval. The City may, in its sole discretion, expand or reduce the criteria upon which it bases its final decision regarding the selection of a Proposer. The final selection, if any, will be the proposal which best meets the requirements set by the City. 4. Best and Final Offer (BAFO) The City may solicit BAFO s from the highest scoring Proposer(s) for consideration By the Evaluation Committees. In considering the BAFO s, the Evaluation Committees will make a consensus recommendation on which proposals provide the City of Dallas with the best value. The City of Dallas reserves the rights at its sole discretion to forego requesting BAFO s and enter into negotiations with one or more Proposers. 5. Contract Award Upon selection of a successful Proposer, the City and the Proposer will negotiate a final contract, based on the terms outlined in this RFCSP. A sample agreement, with the general terms for the final contract, is attached as Sample Contract for Services. By submitting a proposal, the Proposer agrees to be bound by these terms and conditions unless otherwise noted in the Submittal. VI. CONTRACT 1. Award of Contract A. The City intends to award this Contract in its entirety to the Proposer determined to be most advantageous to the City.

B. The City of Dallas reserves the right to reject any and all proposals and to waive any and all irregularities and formalities where it is in the best interest of the City. The City reserves the right to withhold the award of the Contract for a reasonable period of time and no award shall be made until investigations are completed as to the capabilities of Proposers. C. The Contract Documents shall be drafted by the City Attorney's Office and tailored for this overall service agreement. The Contractor shall be required to execute the Contract, and provide all documents required within fifteen (15) days after award of the Contract by City Council. The Contract shall be governed by and construed in accordance with the Charter and ordinances of the City, as amended, and all applicable State and Federal Laws. The obligations of the parties to the Contract shall be performable in the City of Dallas, Dallas County, Texas, and if legal action is necessary in connection therewith, exclusive venue shall lie in Dallas County, Texas. D. The City's Contract shall be with the successful Proposer only, and shall not include any third party arrangement. E. In the event that the successful Proposer does not fulfill the immediate obligations of the Contract (acquisition of proper insurance, etc) within fifteen (15) days following contract execution, the award of the Contract may then be made to the next most advantageous responsive and responsible Proposer, or the City of Dallas may, as its exclusive option, decide to request for new proposals. 2. Assignment of Contract A. No Assignment: Contractor shall not assign, transfer, sublet, convey or otherwise dispose of the Contract or any part therein or its right, title or interest therein or its power to execute the same to any other persons, firm, partnership, company or corporation without the prior written consent of the City. B. Sub-Contracting: The Contractor may sub-contract any portion of the Contract with prior City approval. Sub-contractors shall be identified in the proposal, or submitted to the City for prior approval, and shall meet the same guidelines and standards set forth in this specification. 3. Miscellaneous A. Contractor shall thoroughly familiarize itself with the provisions of these Specifications. After executing the Contract, no consideration shall be given to any claim of misunderstanding. B. In the event that either party hereto is prevented from completing its obligations under the Contract by act of God, strike, lockout, material or labor

restrictions by any governmental authority, civil riot, flood or any cause beyond the control of the parties hereto, then such party shall be excused from such performance for such period of time as is reasonably necessary after such occurrence to remedy the effects thereof. C. The section headings in these Specifications are for convenience in reference and are not intended to define or limit the scope of any of the conditions, terms or provisions of these Specifications. D. Should any question arise as to the proper interpretation of the terms and conditions of these Specifications, the decision of the City Attorney shall be final.

Price Sheet People Counting Solutions for Recreation Centers, Parks, Off-Leash Parks and Trails ITEM BRAND/MANUFACTURER PRICE 1. System Device(s) $ 2. $ 3. $ 4. $ 5. $ On a separate sheet, provide an itemized list of system devices to be provided at each location, or include with response to Section IV.3.A.6. 2. Additional Hardware $ (Attach an additional sheet detailing the list of peripherals needed or recommended, along with the associated costs for each piece.) 3a. Installation, Option 1 $ (Attach an additional sheet detailing the estimated timelines for the installation process for each location.) 3b. Installation, Option 2 $ (Attach an additional sheet detailing the estimated timelines for the installation process for each location.) 4. Training $ (Attach an additional sheet detailing the estimated total time for training, along with a detailed list of the associated costs.) 5. Annual Support/Maintenance First Year $ (Include cost of annual support/maintenance) 6. Annual Support/Maintenance 2 nd Year $ 7. Annual Support/Maintenance 3 rd Year $ 8. Annual Support/Maintenance 4 th Year $ 9. Annual Support/Maintenance 5 th Year $ TOTAL $ Note: Include all documentation to demonstrate that the items offered meet minimum requirements. The TOTAL cost listed on this Price Sheet represents the total cost to meet the requirements set forth in these specifications.