Loading...
HomeMy WebLinkAboutC2016-351 - 7/26/2016 - NA CITY OF CORPUS CHRISTI CONTRACT FOR SERVICES CONTRACT NO.731 THIS PARKING MANAGEMENT STUDY AND STRATEGIC PLAN FOR DOWNTOWN COPRUS CHRISTI AGREEMENT("Agreement") is entered into by and between Walker Parking Consultants ("Contractor") and the City of Corpus Christi,a Texas home-rule municipal corporation ("City"), as the agent of the Corpus Christi Tax Increment Reinvestment Zone#3 ("TIRZ#3"). WHEREAS on December 16, 2008, the City Council of the City (the "City Council") approved Ordinance 027996,which established the TIRZ#3 in accordance with Texas Tax Code Chapter 311.TIRZ#3 promotes economic development and stimulates business and commercial activity in its downtown Corpus Christi area (the"Zone"); WHEREAS on August 25,2015,the City Council approved a Project and Financing Plan(the"Plan")for TIRZ #3; WHEREAS the Board of Directors of TIRZ#3 (the "Board") includes members of the City Council in a non- public-official capacity, as well as a representative from each Nueces County and Del Mar College, who have committed to contribute to TIRZ#3 through Interlocal Agreements created in 2009 and amended in 2012; WHEREAS the Corpus Christi Downtown Management District ("DMD") assists the City with administration of TIRZ#3, recommends projects and recommends a DMD representative to be appointed to the Board through an Interlocal Agreement; WHEREAS on November 10, 2015 the City Council approved Ordinance 030680, which amended Ordinance 027996 and authorized the Board to approve agreements in this form, to be entered into by the City, as the Board considers necessary or convenient to implement the Plan and achieve its purpose; WHEREAS the Plan contained certain programs designed to improve conditions and increase commerce within the Zone; WHEREAS any reference to"City"or"City Staff," is entirely in agency capacity for TIRZ#3,and further the City as a home-rule municipal corporation is not a party to this agreement; WHEREAS, Contractor has proposed to provide a parking management study and strategic plan for Downtown Corpus Christi in response to the City's Request for Proposals ("RFP Event No. 108") on behalf of the TIRZ#3; WHEREAS,the City has determined Contractor to be the best valued respondent; NOW,THEREFORE,Contractor and City enter into this Agreement and agree as follows: 1. Services. Contractor will provide services in managing parking and making strategic parking investments,which are vital in creating and maintaining a successful downtown.The Downtown Area Development Plan has inventoried 13,000 parking spaces in downtown which is a foundation to understanding our current parking supply. To ensure that parking is working for diverse users, residents, businesses, and visitors, now and in the future, Contractor will provide more macro and micro information and analysis of the Downtown parking situation. ("Services") in accordance with RFP Event No. 108("Exhibit A"),which exhibit is incorporated by reference into this Agreement. 2016-351 7/26/16 Walker Parking Consultants INDEXED 2. Term. This Agreement takes effect upon execution of the City Manager and continues until December 31, 2016. 3. Compensation and Payment.The total amount to be paid under this agreement shall not exceed $99,947.50. Fees will be paid after the completion of each task deliverable based on the percent shown for each task outlined in the "Attachment Fee schedule" attached and incorporated by Reference in this Agreement. Contractor shall submit invoices for all services rendered in accordance with this agreement.Payment will be made to Contractor within(30)days of receipt of proper invoice. 4. Contract Administrator. The contract administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement including deductions for non-performance and authorizations for payment. All of the Contractor's notices or communications regarding this Agreement must be directed to the contract administrator, who is the City's Business Liaison or her designee ("Contract Administrator"). 5. Independent Contractor. Contractor will perform the Services as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions may any agent,servant or employee of the Contractor be considered an employee of the City. 6.Insurance. Before activities can begin under this Agreement,the Contractor's insurance company, or companies, must deliver a Certificate of Insurance, as proof of the required insurance coverages, to the Contract Administrator and City's Risk Manager. Additionally,the Contract Administrator and Risk Manager must be given at least 30 days' advance notice, by certified mail, of cancellation, material change in the coverages or intent not to renew any of the policies. The City must be named as an Additional Insured. The City Attorney must be given copies of all insurance policies within 15 days of the City Manager's reasonable written request. 7. Assignment. No assignment of this Agreement or of any right or interest contained in this Agreement by the Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 8. Qualification. Consultant is fully capable and qualified to execute the services in this Agreement and does not require any training from the City. 9. Waiver. No waiver of any breach of any term or condition of this Agreement, Exhibit A, or the Consultant's response to RFP Event No. 108 ("Exhibit B"), which exhibit is incorporated into this Agreement,waives any subsequent breach of the same. 10. Compliance with Laws. This Agreement is subject to all applicable federal, state and local laws. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and such form and venue for such disputes is the appropriate district,county or justice court in and for Nueces County,Texas. 11. Subcontractors. The Contractor may use subcontractors in connection with the Services to be performed under this Agreement. When using subcontractors, however,the Contractor must obtain prior written approval from the Contract Administrator. In using subcontractors,the Contractor shall be responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the Services. 12. Amendments. This Agreement may be amended only in writing and upon execution by authorized representatives of both parties. 13. Termination.The City Manager may terminate this Agreement for Contractor's failure to perform the Services specified in Exhibit A. Failure to keep all insurance policies in force for the entire term of this Agreement is grounds for termination. The Contract Administrator must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. Alternatively,the City Manager may terminate this Agreement without cause upon 20 days' written notice to the Contractor. In the event of termination, the Contractor will be compensated for its services on all stages authorized based upon Contractor and City's estimate of the proportion of the total services actually completed at the time of termination. However, the City may terminate this Agreement upon three days'written notice to the Contractor for Contractor's failure to pay or provide proof of payment of taxes,as set out in this Agreement. 14.Taxes.The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes in accordance with Circular E, "Employer's Tax Guide", Publication 15,as it may be amended. Upon his request,the City Manager shall be provided proof of payment of one or more of these taxes within 15 days of such request. 15. Notice. Notice may be given by hand delivery or certified mail, postage prepaid, and is received on the day faxed or hand-delivered and on the third day after deposit in the U.S. mail if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Alyssa Michelle Barrera, Business Liaison 1201 Leopard Street Corpus Christi,Texas 78401 IF TO CONTRACTOR: Walker Parking Consultants Attention:Casey Wagner,Senior Vice President 2525 Bay Area Blvd,Suite 400 Houston,TX 77058 16.Severability. Each provision of this Agreement shall be considered to be severable and if,for any reason,any such provision or any part thereof,is determined to be invalid and contrary to any existing or future applicable law, such invalidity shall not impair the operation of or affect those portions of this Agreement that are valid, and this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part thereof had been omitted. 17.INDEMNIFICATION.Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees or other entity, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs,to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement.This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee,with counsel satisfactory to the City Attorney,from and against any and all claims,damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of,fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. SIGNED this 1/ day of J (L1 ,20 lb . Contractor: Walker Parking Consultants Name: r.,46(16 Title: 5'NIP - \Ia oz ENT CITY OF CORPUS CHRISTI Margie C. Rose Date e City Manager • As an agent of the TIRZ#3 ATTEST' ► �� �' -e." ti REB.CCA HUi=F9TA . APPROVED AS TO LEGAL FORM TV SECRETARY °WALL INC61, -Au} Aimee Alcorn-Reed Date Assistant City Attorney Attorney for TIRZ#3 Incorporated by Reference: I R,� AUIHOKILU Exhibit A: RFP 14 Exhibit B: Proposer's Response :Y COUNCIL.. SECRETARY Exhibit A: RFP REQUEST FOR PROPOSAL ADDENDUM CITY OF CORPUS CHRISTI PURCHASING DIVISION Request for Proposal No.: Event 108 Addendum No.: 1 April 28,2016 Prospective Proposers are hereby notified of the following modifications to Request for Proposal No. Event 108. All terms, conditions and specifications of the original Request for Proposal not in conflict with this addendum remain unchanged and continue in full force and effect. I. The Schedule of Events are revised as follows: 1.2 Schedule Date Activity April 11, 2016 Request for Proposal issued April 21, 2016 Requests for Clarification from Proposers are due April 28, 2016 Responses to Requests for Clarification will be posted via May 5, 2016 Addendum in the City's Supplier Portal May 9, 2016 DUE DATE FOR PROPOSALS: Proposals due before 12:00 p.m. May 23, 2016 Week fJune 1 0016 Finalists interviewed (tentative) Week of June 20, 2016 Week of June 20, 2016 Recommended/selected (tentative) Week of June 27, 2016 July, 2016 Projected Date Award of Contract (tentative) "ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED" Lydia Juarez Procurement Officer ADDENDUM NO. 2 REQUEST FOR PROPOSAL ADDENDUM CITY OF CORPUS CHRISTI PURCHASING DIVISION Reauest for Proposal No.: Event 108 Addendum No.:2 May 5.2016 Proposers must acknowledge the receipt of this Addendum in its PROPOSAL. Failure of the Proposer to acknowledge this Addendum may result in City's rejection for the Proposal for non- responsiveness. REQUEST FOR CLARIFICATION: The following proposers' questions and the City's corresponding responses thereto: REQUEST FOR CLARIFICATION No.1: RFC 1: "Will the City be able to provide a current land use database that includes gross floor area for all existing buildings?" Response 1: Yes, in the form of a Shapefile, which can be opened with ArcMap. REQUEST FOR CLARIFICATION No.2: RFC 2: "What parking inventory information exists (on-street, off-street public, off-street- private) and to what level of detail (regulations, rates, rates, etc.)?" Response 2: The City of Corpus Christi inventory is designed for on-street public parking with about 1100 meters located in in the downtown and uptown areas. The city also has two lots maintained by three pay stations that covers 125 private spaces and 87 off-street spaces. REQUEST FOR CLARIFICATION No.3: RFC 3: "If parking inventory information exists, is it in GIS" Response 3: It is not under the Geographic Information Systems. REQUEST FOR CLARIFICATION No.4: RFC 4: "What software or database is used for the city's current Parking Management System (as referenced in Task2)?" Response 4: The City of Corpus Christi Parking Control uses Parking Enterprise Management System (PEMS) through CivicSmart's Parking Enterprise Management System"'Software. Page 1 of 5 ADDENDUM NO.2 REQUEST FOR CLARIFICATION No.5: RFC 5: "Is there a budget range for this project?" Response 5: Yes REQUEST FOR CLARIFICATION No.6: RFC 6: "Does this contract require audited rates?" Response 6: Proposers are to submit pricing that covers the entire Scope of Work including each task. REQUEST FOR CLARIFICATION No.7: RFC 7: Do rates need to be based on raw direct pay rate times overhead? Response 7: Proposers are to submit pricing that covers the entire Scope of Work including each task. REQUEST FOR CLARIFICATION No.8: RFC 8: Can profit be applied to rate inclusive of overhead? Response 8: Proposers are to submit pricing that covers the entire Scope of Work including each task. REQUEST FOR CLARIFICATION No.9: RFC 9: "Please make the following change to Section 5. on page 16 of the RFP." 5. Insurance. Before activities can begin under this Agreement, the Contractor's insurance company, or companies, must deliver a Certificate of Insurance, as proof of the required insurance coverages, to the Contract Administrator and City's Risk Manager. Additionally, the Contract Administrator and Risk Manager must be given at least 30 days' advance notice, by certified mail, of cancellation, coverages or intent not to renew any of the policies. The City must be named as an Additional Insured. The City Attorney must be given copies of all insurance policies within 15 days of the City Manager's reasonable written request. Page 2 of 5 . .... .............._.... ADDENDUM NO. 2 Response 9: The City is not able to change this requirement. Either the insurance carrier or the Contractor is required to provide notice of cancellation, material change in the coverages or intent not to renew. REQUEST FOR CLARIFICATION No.10: RFC 10: "Please make the following change to Section 9. on page 17 of the RFP." 9. Compliance with Laws. This Agreement is subject to all applicable federal, state and local laws. All duties of the ee - e- _-•e ---_ - -- - e e- - _ . The applicable law for any legal disputes arising out of this Agreement is the law of Texas and such form and venue for such disputes is the appropriate district, county or justice court in and for Nueces County, Texas. Response 10: "This change is acceptable." (See attachment 2- Sample Contract Revised 5.5.16) REQUEST FOR CLARIFICATION No.11: RFC 11: "Please make the following change to Section 12. on page 17 of the RFP." 12. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the Services specified in Exhibit A. Failure to keep all insurance policies in force for the entire term of this Agreement is grounds for termination. The Contract Administrator must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. Alternatively, the City Manager may terminate this Agreement without cause upon 20 days' written notice to the Contractor. Contractor will be compensated for services performed in accordance with this Agreement prior to any such termination. However, the City may terminate this Agreement upon three days' written notice to the Contractor for Contractor's failure to pay or provide proof of payment of taxes, as set out in this Agreement. Response 11: The City can add the following language in place of the suggested language: "In the event of termination, the Contractor will be compensated for its services on all stages authorized based upon Contractor and City's estimate of the proportion of the total services Page 3 of 5 ADDENDUM NO.2 actually completed at the time of termination. (See attachment 2 - Sample Contract Revised 5.5.16) REQUEST FOR CLARIFICATION No.12: RFC 12: "Please make the following changes to Section 16. on page 18 of the RFP." 16. INDEMNIFICATION. CONTRACTOR SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF PERSONAL INJURIES, INCLUDING THOSE RESULTING IN WORKERS' COMPENSATION CLAIMS OR DEATH, PROPERTY LOSS OR DAMAGE, OR ANY OTHER KIND OF LOSS OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF e ' • e • • e • • - - AGREEMENT OR THE NEGLIGENT PERFORMANCE OF THIS AGREEMENT AND REGARDLESS OF WHETHER THE INJURIES, DEATH, LOSS, OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTORY NEGLIGENCE OF INDEMNITEES BUT NOT IF BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL NOTICES, CLAIMS, AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL REASONABLY SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. Response 12: The City is providing updated Indemnity language: "Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees or other entity, excluding the engineer or architect or that person's agent, employee or subconsultant,over which the City exercises control("Indemnitee")from and against any and all claims,damages,liabilities or costs,including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to Page 4 of 5 ADDENDUM NO.2 any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee,with counsel satisfactory to the City Attorney,from and against any and all claims,damages,liabilities or costs,including reasonable attorney fees and court costs, if the claim is not based wholly or partly on the negligence of, fault of or breach of contract by indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement." (See attachment 2-Sample Contract Revised 5.5.16) REQUEST FOR CLARIFICATION No.13: RFC13: Please make the following addition to the sample agreement on page 18 of the RFP. 17. Payment. Contractor will submit monthly invoices for payment based on a percentage of the services completed. City will pay all approved invoices within thirty (30) days. Response 13: Compensation and Payment. The total amount to be paid under this agreement shall not exceed $XX. Fees will be paid after the completion of each task deliverable based on the percent shown for each task outlined in the "Attachment Fee schedule" attached and incorporated by Reference in this Agreement. Contractor shall submit invoices for all services rendered in accordance with this agreement. Payment will be made to Contractor within (30) days of receipt of proper invoice. (See attachment 2- Sample Contract Revised 5.5.16) "ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED" Lis J arez Procurement Officer Page 5 of 5 Attachment 2-Sample Contract Revised 5.5.16 PARKING MANAGEMENT STUDY AND STRATEGIC PLAN FOR DOWNTOWN COPRUS CHRISTI Contract No. 731 THIS PARKING MANAGEMENT STUDY AND STRATEGIC PLAN FOR DOWNTOWN COPRUS CHRISTI ("Agreement") is entered into by and between Jinsert name of comaanvl ("Contractor") and the City of Corpus Christi, a Texas home-rule municipal corporation ("City"), as the agent of the Corpus Christi Tax Increment Reinvestment Zone #3 ("TIRZ#3"). WHEREAS on December 16, 2008, the City Council of the City (the "City Council") approved Ordinance 027996,which established the TIRZ#3 in accordance with Texas Tax Code Chapter 311. TIRZ #3 promotes economic development and stimulates business and commercial activity in its downtown Corpus Christi area (the "Zone"); WHEREAS on August 25, 2015, the City Council approved a Project and Financing Plan (the "Plan") for TIRZ#3; WHEREAS the Board of Directors of TIRZ #3 (the "Board") includes members of the City Council in a non-public-official capacity, as well as a representative from each Nueces County and Del Mar College, who have committed to contribute to TIRZ #3 through Interlocal Agreements created in 2009 and amended in 2012; WHEREAS the Corpus Christi Downtown Management District ("DMD") assists the City with administration of TIRZ#3, recommends projects and recommends a DMD representative to be appointed to the Board through an Interlocal Agreement; WHEREAS on November 10, 2015 the City Council approved Ordinance 030680, which amended Ordinance 027996 and authorized the Board to approve agreements in this form, to be entered into by the City, as the Board considers necessary or convenient to implement the Plan and achieve its purpose; WHEREAS the Plan contained certain programs designed to improve conditions and increase commerce within the Zone; WHEREAS any reference to "City" or "City Staff," is entirely in agency capacity for TIRZ#3, and further the City as a home-rule municipal corporation is not a party to this agreement; WHEREAS, Contractor has proposed to provide an assessment of the efficiency and effectiveness of the Financial Services Department in response to the City's Request for Proposals ("RFP Event No. 108") on behalf of the TIRZ #3; WHEREAS, the City has determined Contractor to be the best valued respondent; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 15 1 1. Services. Contractor will provide services in managing parking and making strategic parking investments,which are vital in creating and maintaining a successful downtown. The Downtown Area Development Plan has inventoried 13,000 parking spaces in downtown which is a foundation to understanding our current parking supply. To ensure that parking is working for diverse users residents, businesses, and visitors now and in the future, Contractor will provide more macro and micro information and analysis of the Downtown parking situation. ("Services") in accordance with RFP Event No. 108 ("Exhibit A"), which exhibit is incorporated by reference into this Agreement. 2. Term. This Agreement takes effect upon execution of the City Manager and continues until (TERM OF SERVICE IS MUTUALLY AGREED UPON). 3. Compensation and Payment. The total amount to be paid under this agreement shall not exceed $XX. Fees will be paid after the completion of each task deliverable based on the percent shown for each task outlined in the "Attachment Fee schedule" attached and incorporated by Reference in this Agreement. Contractor shall submit invoices for all services rendered in accordance with this agreement. Payment will be made to Contractor within (30) days of receipt of proper invoice. 4. Contract Administrator. The contract administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement including deductions for non-performance and authorizations for payment. All of the Contractor's notices or communications regarding this Agreement must be directed to the contract administrator, who is the City's Business Liaison or her designee ("Contract Administrator"). 5. Independent Contractor.Contractor will perform the Services as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions may any agent, servant or employee of the Contractor be considered an employee of the City. 6. Insurance. Before activities can begin under this Agreement, the Contractor's insurance company, or companies, must deliver a Certificate of Insurance, as proof of the required insurance coverages, to the Contract Administrator and City's Risk Manager. Additionally, the Contract Administrator and Risk Manager must be given at least 30 days' advance notice, by certified mail, of cancellation, material change in the coverages or intent not to renew any of the policies. The City must be named as an Additional Insured. The City Attorney must be given copies of all insurance policies within 15 days of the City Manager's reasonable written request. 7. Assignment. No assignment of this Agreement or of any right or interest contained in this Agreement by the Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 16 8. Qualification. Consultant is fully capable and qualified to execute the services in this Agreement and does not require any training from the City. 9. Waiver. No waiver of any breach of any term or condition of this Agreement, Exhibit A, or the Consultant's response to RFP Event No. 108 ("Exhibit B"), which exhibit is incorporated into this Agreement, waives any subsequent breach of the same. 10. Compliance with Laws. This Agreement is subject to all applicable federal, state and local laws. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and such form and venue for such disputes is the appropriate district, county or justice court in and for Nueces County, Texas. 11. Subcontractors. The Contractor may use subcontractors in connection with the Services to be performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator. In using subcontractors, the Contractor shall be responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the Services. 12. Amendments. This Agreement may be amended only in writing and upon execution by authorized representatives of both parties. 13. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the Services specified in Exhibit A. Failure to keep all insurance policies in force for the entire term of this Agreement is grounds for termination. The Contract Administrator must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. Alternatively, the City Manager may terminate this Agreement without cause upon 20 days' written notice to the Contractor. In the event of termination, the Contractor will i be compensated for its services on all stages authorized based upon Contractor and City's estimate of the proportion of the total services actually completed at the time of termination. However, the City may terminate this Agreement upon three days' written notice to the Contractor for Contractor's failure to pay or provide proof of payment of taxes, as set out in this Agreement. 14. Taxes.The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes in accordance with Circular E, "Employer's Tax Guide", Publication 15, as it may be amended. Upon his request, the City Manager shall be provided proof of payment of one or more of these taxes within 15 days of such request. -- 17 15. Notice. Notice may be given by hand delivery or certified mail, postage prepaid, and is received on the day faxed or hand-delivered and on the third day after deposit in the U.S. mail if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Alyssa Michelle Barrera, Business Liaison 1201 Leopard Street Corpus Christi, Texas 78401 IF TO CONTRACTOR: Contractor [insert contractor company name] Contact [insert contractor contact name' Address: [insert contractor street address] City, State, [insert contractor city, 16.Severability. Each provision of this Agreement shall be considered to be severable and if, for any reason, any such provision or any part thereof, is determined to be invalid and contrary to any existing or future applicable law, such invalidity shall not impair the operation of or affect those portions of this Agreement that are valid, and this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part thereof had been omitted. 17. INDEMNIFICATION. Consultant shall fully indemnify and hold harmless the City of Corpus Christi and its officials, officers, agents, employees or other entity, excluding the engineer or architect or that person's agent, employee or subconsultant, over which the City exercises control ("Indemnitee") from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, to the extent that the damage is caused by or results from an act of negligence, intentional tort, intellectual property infringement or failure to pay a subcontractor or supplier committed by Consultant or its agent, Consultant under contract or another entity over which Consultant exercises control while in the exercise of rights or performance of the duties under this agreement. This indemnification does not apply to any liability resulting from the negligent acts or omissions of the City or its employees, to the extent of such negligence. Consultant shall defend Indemnitee, with counsel satisfactory to the City Attorney, from and against any and all claims, damages, liabilities or costs, including reasonable attorney fees and court costs, if the claim is L 18 not based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee. If a claim is based wholly or partly on the negligence of, fault of or breach of contract by Indemnitee, the Consultant shall reimburse the City's reasonable attorney's fees in proportion to the Consultant's liability. Consultant must advise City in writing within 24 hours of any claim or demand against City or Consultant known to Consultant related to or arising out of Consultant's activities under this Agreement. SIGNED this day of , 20 Contractor: 'insert company namel Name: Title: CITY OF CORPUS CHRISTI Ron Olson Date City Manager As an agent of the TIRZ#3 Incorporated by Reference: Exhibit A: RFP Exhibit B: Proposer's Response 19 ADDENDUM NO. 3 REQUEST FOR PROPOSAL ADDENDUM CITY OF CORPUS CHRISTI PURCHASING DIVISION Request for Proposal No.: Event 108 Addendum No.: 3 May 9, 2016 Proposers must acknowledge the receipt of this Addendum in its PROPOSAL. Failure of the Proposer to acknowledge this Addendum may result in City's rejection for the Proposal for non- responsiveness. Section 3.2 Evaluation Criteria, letter C. Fee: Revised and now reads as follows: C. Fee: Proposers are to submit pricing that covers the entire Scope of Work including each task in a separate sealed envelope. "ALL OTHER TERMS AND CONDITIONS REMAIN UNCHANGED" Lydia Juarez Procurement Officer Page 1 of 1 CITY OF CORPUS CHRISTI PURCHASING DIVISION FOR TAX INCREMENT REINVESTMENT ZONE # 3 (TIRZ #3) REQUEST FOR PROPOSAL ("RFP") PARKING MANAGEMENT STUDY AND STRATEGIC PLAN RFP No. 108 Table of Contents Section 1 Notice of Request for Proposal Section 2 Scope of Work Section 3 Proposal Evaluation Section 4 Proposal Format and Organization Section 5 Conditions Governing the Procurement Attachments ATTACHMENT 1 - TIRZ # 3 ZONE BOUNDARIES ATTACHMENT 2 - SAMPLE SERVICE AGREEMENT (Contract) ATTACHMENT 3 - DISCLOSURE OF INTEREST ATTACHMENT 4 - BUSINESS DESIGNATION FORM Section 1 Notice of Request for Proposal Date Issued: April 11, 2016 1.1 Request for Proposal The City of Corpus Christi ("City") on the behalf of the Tax Increment Reinvestment Zone # 3 (TIRZ #3) seeks qualified professional firms (proposers/consultants) to develop a Parking Management Study and Strategic Plan for Downtown Corpus Christi. 1.2 Schedule: The following is the schedule for this procurement: Date Activity April 11, 2016 Request for Proposal issued April 21, 2016 Requests for Clarification from Proposers are due April 28, 2016 Responses to Requests for Clarification will be posted via Addendum in the City's Supplier Portal May 9, 2016 DUE DATE FOR PROPOSALS: Proposals due before 12:00 p.m. Week of June 13, 2016 Finalists interviewed (tentative) Week of June 20, 2016 Recommended/selected (tentative) July, 2016 Projected Date Award of Contract (tentative) 1.3 Delivery Address: City of Corpus Christi (1 original & 7 copies) Purchasing Division 4th Floor, City Hall 1201 Leopard St. Corpus Christi, Texas 78401-2825 1.4 Procurement Officer PROCUREMENT OFFICER: Lydia Juarez Phone: (361) 826-3664 Fax: (361) 826-3174 lydiaj@cctexas.com Section 2 Scope of Work 2.1 General/Background Information In 2015, Tax Increment Reinvestment Zone #3 (TIRZ #3, or Zone) adopted a Project & Financing Plan that calls for a parking analysis to be conducted within the Zone's boundaries. The need for this plan was identified through the Downtown Area Development Plan (DADP) process, which is still underway. TIRZ #3 intends to hire a firm to prepare a parking strategic plan that will create a long-term strategy for City's parking operations and engage private sector parking supply to support the downtown residents, businesses, and visitors; stimulate economic development; and integrate best management practices. The Zone is comprised of 4 neighborhoods; the SEA District, Uptown, Marina Arts District (Downtown Management District) and Bayshore Park Neighborhood. The TIRZ # 3 Zone Boundaries are shown in Attachment 1. Managing parking and making strategic parking investments is vital in creating and maintaining a successful downtown. The DADP has inventoried 13,000 parking spaces in downtown, which is a foundation to understanding our current parking supply. In order to ensure that parking is working for diverse users residents, businesses, and visitors now and in the future, macro and micro information and analysis is needed. The Parking Management Study and Strategic Plan will analyze the opportunities and needs for parking in Downtown Corpus Christi. 2.2 Scope of Work & Deliverables The consultant will be required undertake the following tasks, which would each be finalized by the deliverable identified or a mutually agreed upon equivalent. Due date of each deliverable will be specified in Proposal. Task 1- Conduct Public and Internal Stakeholder Outreach, through public meeting (or an equally transparent method) and staff meetings, and assess best practices in comparable markets as a baseline. Deliverable 1- A report of information gathered from outreach and benchmarked best practices for comparison. Payment- 5% of cost will be allowed when report has been accepted. Task 2- Develop Downtown Parking Supply Database with capabilities to interface with current parking supply database (including overall supply by geographic clusters) and produce the inventory in a GIS database to include: (a) Number of public parking spaces • metered, unmetered, • parking lots and garages, • loading zones, etc. (b) Number of private parking spaces 3 • Lots • Garages (c) Rates (hourly, daily, monthly) • Public • Private • Special Event (d)Average occupancy (workday, evening, weekend) • On- Street • Off-Street Deliverable 2 - GIS Database, which can interface with the current Parking Management System and can be updated to maintain accuracy. Additional hard copy Inventory Report and Map. Payment - 20% of cost will be allowed when database is completed and report accepted. Task 3-Develop a Parking Demand Assessment to analyze users and address unmet and future demand. Assessment will estimate the current unmet demand through interviews with employers, office building managers and other stakeholders, as well as estimate future demand based on projected build out by neighborhood. Specifically, this portion shall include: (a)Make up of occupancy • Transient, • Office Worker • Resident (b)Identify usage generators • Office Centers, • Housing, • Special Event Venues • Retail • Government Centers (c) Project Future Parking Demand based on planned development list. Deliverable 3- Parking Demand Assessment Report. Payment-15% of cost will be allowed when report is accepted. Task 4- Develop a Strategic Implementation Plan Specifically, the Implementation Plan should include the following recommendations: (a) Code and policy changes (b) Parking management strategy (for public) and promotion plan (for private) (c) Strategic development of parking to aid development goals: 1. Unlocking the existing development potential of a site/sites 2. Public parking for retail or entertainment areas 3. District or area-based parking strategies (e.g. SEA District, Bayshore Park, and Marina Arts District) 4. Parcels to acquire or preserve for parking or circulation 5. Recommendations for automated parking systems (what are the right conditions to use them?) 4 (d) Organizational Recommendations (e) Technology improvements (f) Pilot projects, new programs and potential partnerships (g) Marketing Strategies (h) 10 Year Capital Improvement and Maintenance Plan (i) 10 Year Parking Fund ProForma with Recommend Parking Rates The Plan must be developed and reviewed with key City Staff, including a full day workshop on the subject matter being recommended. Deliverable 4 -Finalized plan, including 20 professionally produced copies and an electronic version. Payment-50%of cost will be allowed when Implementation Plan is completed and accepted. Task 5- Presentations of Final Products to the City and Prepare an Executive Summary of Findings. Deliverable 5-, At least 2 of presentations to Parking Advisory Committee and delivery of the Executive Summary report to the TIRZ #3 Board. Payment- 10% of cost will be allowed when all required meetings have occurred and presentations completed. 5 Section 3 Proposal Evaluation The City will conduct a comprehensive, fair and impartial evaluation of all proposals received in response to this RFP. Each proposal will first be analyzed to determine overall responsiveness and completeness as defined in the Proposal Format and Organization Section, and the Evaluation Criteria Section of this RFP. 3.1 Evaluation Committee An Evaluation Committee ("Committee") will be established to assist the City to select a qualified Proposer. The Committee will be comprised of representatives from various City departments. 3.2 Evaluation Criteria Each cualified proposer will then be ranked on the basis of the following: Criteria Description Criteria Weight Compliance with Administrative Requirements Pass/Fail Technical Proposal 60 Points Understanding of Project Scope(30 points) • Demonstrated understanding of scope of services, Firms'Experience (15 points) • Experience on projects of similar scope and complexity; • Demonstrated capability of timely completion of comparable projects; • Demonstrated capability of on-budget completion of comparable projects; • Past Performance and References. Team Identification(15 points) • Team members with experience and qualifications; Interview 15 Points Timeline/Schedule of Work 15 Points Fee 10 Points C. FEE: Proposers are to submit the ALL PRICING and cost per phase of their plan for accomplished Scope of Work with timeline, in a separately sealed envelope. All costs, both direct and indirect, necessary to effect the work described herein shall be included in the Proposer's proposal. Such costs include, but are not limited to: salaries, supplies, the cost of the proposal itself, postage, travel, per diem, transportation costs, etc. The proposer shall not invoice and City shall not pay any costs other than those set out by the Proposer in its proposal and agreed to by the City. D. The Proposer's failure to provide information relative to the above criteria may result in the City deeming such proposal non-responsive and may, at the sole discretion of the Committee, result in elimination of said proposal from further consideration. The Committee reserves the right to conduct other evaluation and measurements of the proposals as may be necessary to make an informed decision. 6 Section 4 Proposal Format and Organization This section provides specific instructions on format and organization of the proposal to be submitted by the Proposer. Each Proposer may submit only one proposal in a totally self-supporting format without reference to any other proposal(s). 4.1 General Instructions A. To provide for ease and uniformity and to aid in the evaluation of proposals, Proposers shall comply with the sequence outlined herein. IN NUMBERING PROPOSALS, THE PROPOSER SHALL USE THE SAME SECTION NUMBERS AND TITLES AND SHALL PROVIDE ITS RESPONSES IN THE SAME ORDER AS EACH QUESTION IS NUMBERED AND ORDERED HEREIN. Failure to comply may result in rejection of the proposal. The proposal shall be completed in sections, which are described below. B. Proposers should be aware that all technical and operational specifications, equipment descriptions and marketing material submitted or made available will be incorporated by reference into any contract(s). The City discourages the inclusion of general marketing material or equipment manuals unless they are used to provide specific information or specifically requested by the City. C. The Proposer shall provide one electronic copy of the proposal not including the Fee Proposal, via flash drive or compact disk, along with one original and seven (7) identical bound hard copies of the proposal not including the fee proposal, before the DUE DATE FOR PROPOSALS. D. The Proposer shall provide the fee proposal with the one original hard copy response, in a sealed envelope which will not be opened until the qualification stage has been met. 4.2 Proposal Format A. This section outlines the minimum requirements for preparation and presentation of a proposal. B. The Proposer shall define the capabilities of their organization to supply and maintain the services as requested in this RFP. The response should be specific and complete in every detail and prepared in a simple and straightforward manner. C. Proposers are expected to examine the entire RFP including all specifications, standard provisions, instructions and attachments. Failure to do so will be at the Proposer's risk. Proposers should provide their best pricing for the services set out herein. D. Proposals shall be in at least 1 1 pt. easily readable font and bound in a manner that allows the proposals to be disassembled. 7 4.3 Proposal Contents A. Proposal Cover letter B. The transmittal letter shall be the first item in your proposal and shall indicate the intention of the Proposer to adhere to the provisions described in the RFP. The transmittal letter SHALL: 1 . Be presented on company letterhead; 2. Identify the submitting organization; 3. Acknowledge receipt of any addenda to this RFP 4. Identify, by name and title, and be signed by the person authorized by the organization to obligate the organization contractually. 5. Statement indicating willingness to sign Service Agreement as written. C. The second item in your proposal shall be a table of contents listing titles, sections and major sub-sections. All pages shall have a unique identifier and be numbered sequentially. 1 . Plan to accomplish Scope of Work with timeline and with any suggestions for modifications of Scope. 2. Experience on projects of similar scope and complexity. 3. Demonstrated capability of timely completion of comparable projects. 4. Demonstrated capability of on-budget completion of comparable projects. 5. Past Performance and References The below associated documents should be accompany after the Proposal as Exhibits: D. The third item in your proposal shall be the City of Corpus Christi's Disclosure of Interest. E. The fourth item in your proposal shall be the City of Corpus Christi's Business Designation Form. F. The fifth item is your proposal shall be Form 1295. The form must be electronically filed with the Texas Ethics Commission at https://www.ethics.state.tx.us/whatsnew/elf info form 1295.htm. The form must then be printed, signed, notarized and filed with the City. For more information, please review the Texas Ethics Commission Rules at https://www.ethics.state.tx.us/legal/ch46.html. 4.4 Service Agreement A sample SERVICE AGREEMENT is attached to the RFP that the successful Proposer will be required to sign a similar agreement. With the exception of certain terms and conditions which may be modified by the City to conform the Contract prior to final execution of the Contract. 8 Section 5 Conditions Governing the Procurement 5.1 Submission of Proposal A. PROPOSER SHALL SUBMIT ITS PROPOSAL, AS INSTRUCTED HEREIN. All proposals must be complete and accurate and in the City-approved format specified herein. All inquiries or requests regarding this RFP must be submitted to the Procurement Officer indicated above, or designee as specified in writing, in writing and online, via the City's Supplier Portal (http://www.cctexas.com/business/supplierportal) using the electronic question submission feature specific to this RFP. Such inquiries or requests must be submitted by the due date and time provided in this RFP. Other employees do not have the authority to respond for the City in writing and any attempt to question other employees regarding this RFP may result in the City disqualifying that Proposer. Only written responses from the Procurement Officer or designee will be binding with regard to inquiries requesting clarification or additional information. The Procurement Officer's written responses will be released simultaneously to all prospective Proposers. B. The City's Charter and the City's Procurement Policy require that all proposals submitted be sealed, secret, unopened through the DUE DATE FOR PROPOSALS specified in this REP. Therefore, proposals submitted directly to the City by facsimile machine, e-mail will be considered non-responsive and will be eliminated from consideration. C. Proposals will be received, before the date and time specified in this RFP. Without exception, proposals received on or after this deadline are late, shall be deemed non- responsive and shall not be considered. 5.2 RFP Procedural and Content Questions A. Any Proposer requiring further clarification of the RFP procedures should submit specific requests for clarification to the Procurement Officer as described in this RFP. B. During a review of this RFP and preparation of the proposal, certain errors, omissions or ambiguities may be discovered. If so, or if there are doubts or concerns about the meaning of any part of this RFP, questions should be submitted to the Procurement Officer as described in this RFP. C. Addenda will be issued to address the questions and answers along with any changes to the documents as a result of these clarifications. 9 5.3 Basis for Proposal Only the information contained in this RFP, questions and answers, addenda hereto and information supplied by the City in writing through the Procurement Officer should be used in the preparation of the Proposer's proposal(s). 5.4 Proposal Terms and Conditions With its proposal, the Proposer is committing to the terms and conditions proposed for inclusion in the final Agreement. Any concerns over the terms and conditions must be resolved during the proposal stage through the question and answer process. 5.5 Disclosure of Proposal Contents Proposals will be opened in a manner that avoids disclosure of the contents to competing Proposers and keeps the proposals secret during negotiations. All proposals are open for public inspection after the contract(s) are awarded; however, trade secrets and confidential information in the proposals are not open for public inspection. It is specifically provided, however, that each Proposer must identify any information contained in its proposal which it asserts is either a trade secret or confidential information. Such material must be conspicuously identified by marking each page containing such information as "confidential" or "proprietary". If such material is not conspicuously identified, then by submitting its proposal, a Proposer agrees that such material is considered public information. 5.6 Signing of Proposals By submitting and signing a proposal, the Proposer indicates its intention to adhere to the provisions described in this RFP. Proposals signed for a partnership shall be signed in the Proposer's name by at least one general partner or in the Proposer's name by an attorney-in-fact. If signed by an attorney-in-fact, there should be attached to the proposal a Power-of-Attorney evidencing authority to sign proposals, dated the same date as the proposal, and executed in accordance with the legal requirements of the Proposer. Proposals signed for a corporation shall have the correct corporate name thereon and shall bear the president's or vice president's original signature with the name and title written below the corporate name. Any other signature must be accompanied by a resolution of the board of directors authorizing such signature to contract in the corporation's name. The title of the office held by the person signing for the corporation shall appear below the signature of the officer. 5.7 Cost of Proposal This RFP does not commit the City to pay any costs incurred by a Proposer for preparation and submission of a proposal or for procuring or contracting for the items to be furnished under this RFP. All costs directly or indirectly related to preparing and responding to this RFP, including all costs incurred for supplementary documentation, shall be borne solely by the Proposer. 5.8 Disclosure of Interest The City of Corpus Christi's Code of Ordinances, Section 2-349, as amended, requires all persons and Proposers seeking to do business with the City to provide the Disclosure of Interest information on the City-supplied form included herewith. Every question must be 10 answered. If the question is not applicable, answer with N/A. Proposers are obligated to provide updated information concerning the Disclosure of Interest, as warranted, for the duration of time the proposals are under consideration. 5.9 Ownership of Proposals All documents submitted in response to this RFP shall become the property of the City. 5.10 Disqualification or Rejection of Proposals Proposers may be disqualified for any of the following reasons: 1 . There is reason to believe that collusion exists among the Proposers; 2. The Proposer is involved in any litigation against the City; 3. The Proposer is in arrears on an existing contract or has defaulted on previous contracts with the City; 4. Lacks financial stability; 5. Has failed to perform under previous or present contracts with the City; 6. Has failed to use the City's approved forms; 7. Has failed to adhere to one or more of the provisions established in this RFP; 8. Has failed to submit its Proposal in the format specified herein; 9. Has failed to submit its Proposal before the deadline established herein; 10. Has failed to adhere to generally accepted ethical and professional principles during the proposal process; or, 11 . Has failed to provide a detailed cost summary in the proposal if required. 5.11 Right to Waive Irregularities Proposals shall be considered "irregular" if they show any admissions, alterations of form, additions or conditions not called for, unauthorized alternate proposals or irregularities of any kind. The Procurement Officer reserves the right to waive minor irregularities and mandatory requirements, provided that all responsive proposals failed to meet the same mandatory requirements and the failure to do so does not otherwise materially affect the procurement. This right shall be exercised at the sole discretion of the Procurement Officer. 5.12 Withdrawal & Amendment of Proposals Proposals may be withdrawn or amended prior to the exact hour and DUE DATE FOR PROPOSALS. 5.13 Proposal Offer Firm By submission of its proposal, the Proposer affirms that its proposal is firm for one hundred eighty (180) days after the DUE DATE FOR PROPOSALS and if awarded a contract the proposal then remains firm for the duration of the contract. 5.14 Proposer's Qualifications The City may make such investigations as necessary to determine the ability of the Proposer to adhere to the requirements specified herein. The Procurement Officer will reject the proposal of any Proposer who is not a responsible Proposer. 11 5.15 Exceptions to RFP Specifications Although the specifications in the following sections represent the City's anticipated needs, there may be instances in which it is in the City's best interest to permit exceptions to specifications and evaluate alternatives. It is vital that the Proposer make very clear where exceptions are taken to the specifications and how the Proposer will provide alternatives. Therefore, exceptions, conditions or qualifications to the provisions of the City's specifications must be clearly identified as such, together with reasons for taking exception and submitted as a request for clarification during the proposal process. If the Proposer does not make clear that an exception is being taken, the City will assume the Proposer is, in its proposal, responding to and will meet the specifications and requirements of this RFP. 5.16 Clarification of Proposals Should the City require clarification from the Proposer, the City shall contact the individual named as the organization's contact person in the City's Supplier Portal. Evaluation of the proposal is the first step in a series of evaluation steps that will be conducted by the Committee. The City may elect to conduct post-submission reference checks, or best and final offers with any Proposers that are not eliminated based on their proposal. 5.17 Termination of RFP The City reserves the right to cancel this RFP at any time. The City reserves the right to reject any or all proposals submitted in response to this RFP. 5.18 Order of Precedence In case of a conflict in the contract documents, first precedence shall be given to the fully executed Contract, as amended; second precedence will be given to the RFP, including questions, answers and addenda; and third precedence will be given to the proposal, including as may be clarified in writing. 5.19 No Obligation In no manner does this RFP obligate the City or any of its agencies to the eventual services offered until confirmed by an executed written Contract. 5.20 Award of Contract The City reserves the right to withhold final action on proposals for a reasonable time not to exceed one hundred eighty (180) days subsequent to the deadline for receipt of proposals. The award of a Contract(s), if an award is made,will be to the most responsible and responsive Proposer(s) that gives the City the "Best Value" and whose proposal meets the requirements and criteria set forth in this RFP. 5.21 Execution of Contract The City Manager shall authorize award of the Contract to the successful Proposer(s) and shall designate the successful Proposer(s) ("Contractor") as the City's Provider(s). The City will require the Contractor(s) to sign the documents necessary to enter into the required Contract with the City and to provide the necessary evidence of insurance as required 12 in the Contract documents. No Contract for this project may be signed by the City without the authorization of the City Manager and no Contract shall be binding on the City unless and until it has been approved as to form by the City Attorney's Office and executed by the City Manager or designee. 5.22 Disputes In the case of any doubt or difference of opinion with regard to the items to be furnished by a Proposer or the interpretation of the provisions of this RFP, the decisions of the City shall be final and binding upon all parties. 5.23 Change in Proposer's Representative The City reserves the right to require a change in Proposer's representatives if the assigned representatives are not, in the sole opinion of the City, adequately meeting the needs of the City. 5.24 Right to Publish Throughout the duration of the procurement process and resulting Contract term, Proposer must secure from the City written approval prior to the release of any information that pertains to the potential work or activities covered by the RFP or the resulting Contract. Failure to adhere to this requirement may result in disqualification of the Proposer's proposal or termination of the Contract. 5.25 Proposer's Ethical Behavior By submission of its proposal, the Proposer promises that Proposer's officers, employees, or agents will not attempt to lobby or influence a vote or recommendation related to the Proposer's proposal submitted in response to this RFP, directly or indirectly, through any contact with City Council members or other City officials between the date this RFP is released to the public and the date a contract is awarded by the City Manager. Such behavior will be cause for rejection of the Proposer's proposal at the discretion of the City Manager or designee. 5.26 Use of Subcontractors The Proposer may use subcontractors in connection with the work performed under this Agreement. When using subcontractors, however, if not listed in the proposal at the time of selection, the Proposer must obtain prior written approval from the Contract Administrator. In using subcontractors, the Proposer is responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Proposer. All requirements set forth as part of the Contract are applicable to all subcontractors and their employees to the same extent as if the Proposer and its employees had performed the services. 13 Attachment 1 - TIRZ # 3 Zone Boundaries • TIRZ Boundary 1-1 ------ • SEA District I 1 • Uptown 1 ,$ • Marina Arts District (DMD) 4 • Bayshore Park 4 L.1 0 , 4 ,..,, ,,, ,,,,,,,,,#.„ i „ ,,, \''3'! '1'.; \\\$\:::::,',`,,,- s f { A ''lifts-***4, a.Y k ,..-0:. 1 0 4 F i yy 4 - ., *,-,-.1"- V 14 Attachment 2 -Sample Contract PARKING MANAGEMENT STUDY AND STRATEGIC PLAN FOR DOWNTOWN COPRUS CHRISTI Contract No. 731 THIS PARKING MANAGEMENT STUDY AND STRATEGIC PLAN FOR DOWNTOWN COPRUS CHRISTI ("Agreement") is entered into by and between 'insert name of company] ("Contractor") and the City of Corpus Christi, a Texas home-rule municipal corporation ("City"), as the agent of the Corpus Christi Tax Increment Reinvestment Zone #3 ("TIRZ #3"). WHEREAS on December 16, 2008, the City Council of the City (the "City Council") approved Ordinance 027996, which established the TIRZ#3 in accordance with Texas Tax Code Chapter 311. TIRZ #3 promotes economic development and stimulates business and commercial activity in its downtown Corpus Christi area (the "Zone"); WHEREAS on August 25, 2015, the City Council approved a Project and Financing Plan (the "Plan") for TIRZ #3; WHEREAS the Board of Directors of TIRZ #3 (the "Board") includes members of the City Council in a non-public-official capacity, as well as a representative from each Nueces County and Del Mar College, who have committed to contribute to TIRZ #3 through Interlocal Agreements created in 2009 and amended in 2012; WHEREAS the Corpus Christi Downtown Management District ("DMD") assists the City with administration of TIRZ #3, recommends projects and recommends a DMD representative to be appointed to the Board through an Interlocal Agreement; WHEREAS on November 10, 2015 the City Council approved Ordinance 030680, which amended Ordinance 027996 and authorized the Board to approve agreements in this form, to be entered into by the City, as the Board considers necessary or convenient to implement the Plan and achieve its purpose; WHEREAS the Plan contained certain programs designed to improve conditions and increase commerce within the Zone; WHEREAS any reference to "City" or "City Staff," is entirely in agency capacity for TIRZ#3, and further the City as a home-rule municipal corporation is not a party to this agreement; WHEREAS, Contractor has proposed to provide an assessment of the efficiency and effectiveness of the Financial Services Department in response to the City's Request for Proposals ("RFP Event No. 108") on behalf of the TIRZ #3; WHEREAS, the City has determined Contractor to be the best valued respondent; NOW, THEREFORE, Contractor and City enter into this Agreement and agree as follows: 15 1. Services. Contractor will provide services in managing parking and making strategic parking investments, which are vital in creating and maintaining a successful downtown. The Downtown Area Development Plan has inventoried 13,000 parking spaces in downtown which is a foundation to understanding our current parking supply. To ensure that parking is working for diverse users residents, businesses, and visitors now and in the future, Contractor will provide more macro and micro information and analysis of the Downtown parking situation. ("Services") in accordance with RFP Event No. 108 ("Exhibit A"), which exhibit is incorporated by reference into this Agreement. 2. Term. This Agreement takes effect upon execution of the City Manager and continues until (TERM OF SERVICE IS MUTUALLY AGREED UPON). 3. Contract Administrator. The contract administrator designated by the City is responsible for approval of all phases of performance and operations under this Agreement including deductions for non-performance and authorizations for payment. All of the Contractor's notices or communications regarding this Agreement must be directed to the contract administrator, who is the City's Business Liaison or her designee ("Contract Administrator"). 4. Independent Contractor.Contractor will perform the Services as an independent contractor and will furnish such Services in its own manner and method, and under no circumstances or conditions may any agent, servant or employee of the Contractor be considered an employee of the City. 5. Insurance. Before activities can begin under this Agreement, the Contractor's insurance company, or companies, must deliver a Certificate of Insurance, as proof of the required insurance coverages, to the Contract Administrator and City's Risk Manager. Additionally, the Contract Administrator and Risk Manager must be given at least 30 days' advance notice, by certified mail, of cancellation, material change in the coverages or intent not to renew any of the policies. The City must be named as an Additional Insured. The City Attorney must be given copies of all insurance policies within 15 days of the City Manager's reasonable written request. 6. Assignment. No assignment of this Agreement or of any right or interest contained in this Agreement by the Contractor is effective unless the City first gives its written consent to such assignment. The performance of this Agreement by the Contractor is of the essence of this Agreement, and the City's right to withhold consent to such assignment is within the sole discretion of the City on any ground whatsoever. 7. Qualification. Consultant is fully capable and qualified to execute the services in this Agreement and does not require any training from the City. 8. Waiver. No waiver of any breach of any term or condition of this Agreement, Exhibit A, or the Consultant's response to RFP Event No. 108 ("Exhibit B"), which exhibit is incorporated into this Agreement, waives any subsequent breach of the same. 16 9. Compliance with Laws. This Agreement is subject to all applicable federal, state and local laws. All duties of the parties will be performed in the City of Corpus Christi, Texas. The applicable law for any legal disputes arising out of this Agreement is the law of Texas and such form and venue for such disputes is the appropriate district, county or justice court in and for Nueces County, Texas. 10. Subcontractors. The Contractor may use subcontractors in connection with the Services to be performed under this Agreement. When using subcontractors, however, the Contractor must obtain prior written approval from the Contract Administrator. In using subcontractors, the Contractor shall be responsible for all their acts and omissions to the same extent as if the subcontractor and its employees were employees of the Contractor. All requirements set forth as part of this Agreement are applicable to all subcontractors and their employees to the same extent as if the Contractor and its employees had performed the Services. 11. Amendments. This Agreement may be amended only in writing and upon execution by authorized representatives of both parties. 12. Termination. The City Manager may terminate this Agreement for Contractor's failure to perform the Services specified in Exhibit A. Failure to keep all insurance policies in force for the entire term of this Agreement is grounds for termination. The Contract Administrator must give the Contractor written notice of the breach and set out a reasonable opportunity to cure. If the Contractor has not cured within the cure period, the City Manager may terminate this Agreement immediately thereafter. Alternatively, the City Manager may terminate this Agreement without cause upon 20 days' written notice to the Contractor. However, the City may terminate this Agreement upon three days' written notice to the Contractor for Contractor's failure to pay or provide proof of payment of taxes, as set out in this Agreement. 13. Taxes. The Contractor covenants to pay payroll taxes, Medicare taxes, FICA taxes, unemployment taxes and all other related taxes in accordance with Circular E, "Employer's Tax Guide", Publication 15, as it may be amended. Upon his request, the City Manager shall be provided proof of payment of one or more of these taxes within 15 days of such request. 14. Notice. Notice may be given by hand delivery or certified mail, postage prepaid, and is received on the day faxed or hand-delivered and on the third day after deposit in the U.S. mail if sent certified mail. Notice shall be sent as follows: IF TO CITY: City of Corpus Christi Attention: Alyssa Michelle Barrera, Business Liaison 1201 Leopard Street Corpus Christi, Texas 78401 17 IF TO CONTRACTOR: Contractor finsert contractor company namel 15. Contact finsert contractor contact namel Address: rinsed contractor street address] City, State, !insert contractor city, Severability. Each provision of this Agreement shall be considered to be severable and if, for any reason, any such provision or any part thereof, is determined to be invalid and contrary to any existing or future applicable law, such invalidity shall not impair the operation of or affect those portions of this Agreement that are valid, and this Agreement shall be construed and enforced in all respects as if the invalid or unenforceable provision or part thereof had been omitted. 16. INDEMNIFICATION. CONTRACTOR SHALL INDEMNIFY, HOLD HARMLESS AND DEFEND THE CITY OF CORPUS CHRISTI AND ITS OFFICERS, EMPLOYEES AND AGENTS ("INDEMNITEES") FROM AND AGAINST ANY AND ALL LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS AND CAUSES OF ACTION OF ANY NATURE ON ACCOUNT OF PERSONAL INJURIES, INCLUDING THOSE RESULTING IN WORKERS' COMPENSATION CLAIMS OR DEATH, PROPERTY LOSS OR DAMAGE, OR ANY OTHER KIND OF LOSS OR DAMAGE, INCLUDING ALL EXPENSES OF LITIGATION, COURT COSTS, ATTORNEYS' FEES AND EXPERT WITNESS FEES WHICH ARISE OR ARE CLAIMED TO ARISE OUT OF OR IN CONNECTION WITH THIS AGREEMENT OR THE PERFORMANCE OF THIS AGREEMENT AND REGARDLESS OF WHETHER THE INJURIES, DEATH, LOSS, OR DAMAGES ARE CAUSED OR ARE CLAIMED TO BE CAUSED BY THE CONCURRENT OR CONTRIBUTORY NEGLIGENCE OF INDEMNITEES BUT NOT IF BY THE SOLE NEGLIGENCE OF INDEMNITEES UNMIXED WITH THE FAULT OF ANY OTHER PERSON. CONTRACTOR MUST, AT ITS OWN EXPENSE, INVESTIGATE ALL NOTICES, CLAIMS, AND DEMANDS, ATTEND TO THEIR SETTLEMENT OR OTHER DISPOSITION, DEFEND ALL ACTIONS BASED THEREON WITH COUNSEL REASONABLY SATISFACTORY TO THE CITY ATTORNEY, AND PAY ALL CHARGES OF ATTORNEYS AND ALL OTHER COSTS AND EXPENSES OF ANY KIND ARISING FROM ANY OF SAID LIABILITY, LOSS, CLAIMS, DEMANDS, SUITS, OR ACTIONS. THE INDEMNIFICATION OBLIGATIONS OF CONTRACTOR UNDER THIS SECTION SURVIVE THE EXPIRATION OR EARLIER TERMINATION OF THIS AGREEMENT. SIGNED this day of , 20 . 18 Contractor: !insert company namel Name: Title: CITY OF CORPUS CHRISTI Ron Olson Date City Manager As an agent of the TIRZ #3 Incorporated by Reference: Exhibit A: RFP Exhibit B: Proposer's Response 19 ATTACHMENT 3 - DISCLOSURE OF INTEREST i;;2;iz City of Corpus Christi SUPPLIER NUMBER TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST Corpus Christi Code§2-349,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with"NA". See next page for Filing Requirements,Certification and Definitions. COMPANY NAME: P. O. BOX: STREET ADDRESS: CITY: STATE: ZIP: - FIRM IS: 1. Corporation ❑ 2. Partnership ❑ 3. Sole Owner 0 4. Association 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each"employee"of the City of Corpus Christi having an"ownership interest"constituting 3% or more of the ownership in the above named `firm." Name Job Title and City Department(if known) 2. State the names of each"official"of the City of Corpus Christi having an"ownership interest"constituting 3%or more of the ownership in the above named `firm." Name Title 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest"constituting 3%or more of the ownership in the above named`firm." Name Board,Commission or Committee 4. State the names of each employee or officer of a"consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name Consultant 20 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter,unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Title: (Type or Print) Signature of Certifying Person: Date: DEFINITIONS a. "Board member." A member of any board, commission, or committee of the city, including the board of any corporation created by the city. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the city, whether under civil service or not, including part-time employees and employees of any corporation created by the city. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service,including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company, joint venture, receivership or trust,and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi,Texas. f. "Ownership Interest." Legal or equitable interest,whether actually or constructively held,in a firm,including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements. g. "Consultant." Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 21 ATTACHMENT 4— BUSINESS DESIGNATION FORM CITY OF CORPUS CHRISTI PURCHASING DIVISION BUSINESS DESIGNATION FORM ENSURE THIS FORM IS SUBMITTED WITH YOUR BID RESPONSE PLEASE INDICATE WHETHER YOUR COMPANY IS ANY ONE OF THE FOLLOWING: ❑ YES ❑ NO - CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS (HUB) Select all that are appropriate: ❑ ASIAN PACIFIC ❑ BLACK ❑ HISPANIC ❑ NATIVE AMERICAN ❑ WOMAN Please visit the following website for information on becoming a Texas Certified HUB: httn://www.window.state.tx.us/procurement/nroa/hub/ ❑ YES ❑ NO - LOCAL SMALL BUSINESS (LSB) A for-profit entity employing less than 49 employees located within the City limits of Corpus Christi,Texas ❑YES ❑NO OTHER(PLEASE SPECIFY): ❑ THIS COMPANY IS NOT A CERTIFIED HUB or LSB THE INFORMATION REQUESTED IN THIS FORM IS FOR STATISTICAL REPORTING PURPOSES ONLY AND WILL NOT INFLUENCE AWARD DECISIONS OR THE AMOUNT OF MONIES EXPENDED WITH ANY GIVEN COMPANY. EVENT NO: 108 Firm Name: Telephone: - - Ext. Address: Fax: - - City: State: Zip: - E-mail: Date: Signature of Person Authorized to Sign Form Signer's Name: Title: (Please print or type) 22 proP°se r's Responsebit B: Exhibit Management Parking Chris Par Corpus Chr ,,,,,,,....• ,'"--•''' i fr City of niAn .. . propos—d.-strategic - cONSUL Christi, -...iir PARKING City of C° studY.31 Texas _..„,,,„,, 016 May 23, ,- a -,- ik- ' '' ...., . •.., . ••.:4.i. . \ „ *4' '41 - ' .. , ,r ,v).' ...0: '1,t''' 1, . ''''''".',.'./411,. ,„ ,„, ,'`.,:-,-.`'E:,;:;',.:4::.tf.'":„,,..::;;;,.,'' '', 0,t'%,11'r,', .;.'S.1.',,.:',,,,;,; :.•'' ‘"..-,...,111,644. ...,71t1,,.:;,,-;‘ . •7.' '''' ' '"i : :. ' '''!;7'4'' 74'''':''''''''''''''' '''I',,1:7;;;;;E:;`,!:!'":;;:il . .... - '...'',..7.,,•-'4 ,,,,•••,,,.'`'4-..'- ' '' •,.,,!...:-'....,..7.- 4. •'• . . :,,i'21.:'.... °S1400 Alik... ''''.. ::...*41 .:.A ; 1 I ' ...4-•f''*.V., ,,...,416..--..,0:1,.;; ;;',41:40 -1 „. 2,4,,it • -,wi*.,16. '''' ' i'lililc::::1:`,.::.1::,,i4,, ,,,,,,7,:t,r,„<.,7i,::7:1,Kft;,'„;17,,,,,t,,,...,,,..1,.,:;,.,,,.,„,1,4„,„,,:,,,,,,!,..,.,,, ,, ......,......4„.•,' - _ ' i '' 4. '., ' , ' I <6... '-,,,,,:',,-47,:,•.„;,,.,,,;,:... ,,,--.-„,i.1:.,:',.:1'.;•../":,;,-,',7'-.7-,:".,-,--:',:::',';„:',;;; ''''''''''', -,..f,,,.-,;( - .1,„----',_ '- -- ,... . • - , xi, 0,....: -/ - --,.';',.'..4 -.." - ---. ..1 41,/4"..:: 11/4 .. .7, ,,,t`-' ? ., • A ^, ,."--'71/4 ... .. t 44, ' . .e •• vs , i ,1 c , . . •: 3 ,r .4- „ - •,,,,,.•,” '.„`"---' k.„. ,, .. . ,„ . . it .iride -1 ' .-.' .. Proposal for City of Corpus Christi Parking Management Study and Strategic Plan City of Corpus Christi, Texas May 23, 2016 WALKER Walker Parking Consultants 281.280.0068 Office PARKING CONSULTANTS 2525 Bay Area Boulevard 281.280.0373-Fax Suite 400 www.walkerparking.com May 23, 2016 Houston,Texas 77058 Lydia Juarez City of Corpus Christi Purchasing Division 4th Floor, City Hall 1201 Leopard St. Corpus Christi,Texas 78401-2825 Re: Proposal for Parking Management Study and Strategic Plan Corpus Christi, Texas Dear Ms.Juarez: Walker Parking Consultants ("Walker") is pleased to submit the following proposal for professional consulting services for a Parking Management Study and Strategic Plan to the City of Corpus Christi. Walker is a multi-disciplined consulting firm specializing in parking analysis, management, master planning, and facility design. Walker's goal is to provide a quality service that will assure the goodwill and respect of our clients, enhance our professional reputation,and provide our services in a manner whereby our clients recognize that we are one of the best firms they have worked with. Our firm is your best choice for this project for the following reasons: 1. Experience of Team Members:The expertise required on parking studies is very specialized.It requires personnel that have a thorough knowledge of not only architectural/engineering/construction elements, but also all the factors impacting municipalities such as the City of Corpus Christi. The team we've put together for this project has extensive experience in all areas of parking consulting. 2. Globally Recognized Expertise: We offer you dozens of the country's foremost experts in the parking industry. As testimony to our expertise, members of our staff authored a textbook entitled PARKING STRUCTURES: Planning, Design, Construction, Maintenance and Repair, first published by Van Nostrand Reinhold in 1989, with a Second Edition in 1996 and a Third Edition in 2001. Many industry experts consider this book the single best source of information on parking. This depth of expertise is why Walker Parking Consultants is internationally recognized as the leader in our business. This expertise ensures you that our recommendations will be reliable, reasonable, and cost effective. 3. Similar Experience: We have consulted on many parking study projects,over a thousand of those for city clients, throughout the United States and all over the world, in the last 50 years. We highly encourage you to call upon our references listed in our response to discuss Walker's performance as well as the results of our work. Our goal is to provide a quality service and product that conforms to your requirements and specific needs; anything less is unacceptable. This message is the directive for every Walker employee. The firm's high percentage of repeat clients is a testimony to Walker's ability to meet and exceed our client's expectations. In summary, Walker is well qualified to provide professional services for this project. We recognize receipt of all addenda and are willing to sign the service agreement as written. We look forward to working with you on this exciting and challenging project. The entire Walker team is committed and available to provide the services listed in the following response. Sincerely, Kenneth (Casey)Wagner, PE John Dorsett,AICP,CPP Senior Vice President/Managing Principal Senior Vice President/Director of Consulting Resources casey.wagner@walkerparking.com john.dorsett@walkerparking.com 281.384.5364-mobile 317.432.3755-mobile Proposal for Parking Management Study and Strategic Plan -RFP#108 4itWALKER Prepared for City of Corpus Christi PARKING CONSULTANTS Table of Contents — — ».b,,,, _. rte,,.?A..._ ."' .�x �.. ,-..T i9 ST �y l ., .... ,* ..,.. ..,.! .. .. ....., ...ia,..„..,.„: ... ,„ 1 , _.. - .';‘-'171.- _,....) F r■,s._. . r i Photo Courtco alwww_r ttechriology.org MAY 23, 2016 Transmittal Letter i 1. Project Approach 6 i. Scope of Work 6 ii. Relevant Experience 14 iii. Team Members 20 iv. References 25 2. City of Corpus Christi's Disclosure of Interest 27 3. City of Corpus Christi's Business Designation Form 30 4. Form 1295 32 1 Proposal for Parking Management Study and Strategic Plan-RFP#108 Prepared for City of Corpus Christi Scope of Work Project Understanding The City of Corpus Christi is in the midst of conducting their Downtown Area Development Plan. To support this process, TIRZ #3 plans to hire a firm to prepare a Parking Management Study and Strategic Plan for the City of Corpus Christi. In an effort to support the downtown residents, business, and visitors, a long-term strategy for the City's parking operations is needed. The purpose of this study is to conduct stakeholder outreach, to develop a parking supply/ demand database, and to develop a strategic implementation plan. In its 50-year history, Walker Parking Consultants has successfully completed thousands of parking supply and demand studies, many for municipalities, and would bring this experience to bear on the City of Corpus Christi's project. Methodologies to be Used Walker will use a variety of methodologies to successfully complete this project, including the following: • We will perform field data collection using standard forms that we have successfully used for hundreds of similar studies. These forms are used by field data collectors to gather information regarding the existing parking inventory including name and location of spaces, capacity, user restrictions, and rates. Forms are also used to collect parking occupancy data. The field data is first entered into an MS Excel spreadsheet for tabulation and analysis and finally put into a GIS database by Coym,Rehmet&Gutierrez Engineering, L.P.for the clients use. • Best practices employed by other municipalities are considered when developing a plan for Corpus Christi's growth. • Walker will access various databases that we maintain for purposes of making comparisons and projections. These databases include those relating to parking generation rates and recommended parking demand ratios, among others. • The technical aspects of our work will be based on industry-accepted standards that have withstood the tests of time. This includes our work relating to parking supply/demand analysis and Coym, Rehmet&Gutierrez's work in GIS database compilation. Scope of Services Overview Walker's proposed approach to this project is organized around the City's objectives as outlined within this proposal and the scope of work section presented within the City's RFP and also discussed herein.The objective of this Parking Management Study and Strategic Plan is to analyze opportunities and needs for parking in the downtown Corpus Christi area: • Task 1-Conduct Public and Internal Stakeholder Outreach; • Task 2-Develop Downtown Parking Supply Database; • Task 3-Develop a Parking Demand Assessment; • Task 4-Develop a Strategic Implementation Plan; and WALKER PARKING CONSULTANTS 6 Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi Scope of Work • Task 5- Presentations of Final Products to the City and Prepare an Executive Summary of Findings. Task 1-Conduct Public and Internal Stakeholder Outreach Due Date:End of Week 2 Objective:Conduct outreach with all vested stakeholders in order to understand and prioritize current parking perceptions, needs and deficiencies. Our methodology for community participation is guided by two principles. First, a good study that is not accepted by stakeholders is of no use. In this age of actively-involved citizenry and stakeholders, citizen and other stakeholder participation and "buy in,"the study process is not only the right thing to do, it is crucial in order to accomplish results. Our experience is that parking is an emotional issue. For the public,we believe that many parking policy solutions are counterintuitive and that many popular policies result in unintended consequences.We therefore embark on a process to educate the public in tandem with the public educating us. We take pride in the results that we have achieved by deepening the public's understanding of the issues and the solutions. The stakeholders, interests, and constituencies related to parking policies are significant because the potential impacts — and benefits — of parking policy adjustments are significant as well. We envision and propose a process that will create a two-way communication process, engage these stakeholders and create buy-in and support for parking policy adjustments by listening and responding to the needs of a broad base of constituents for the study. Scope of Services 1. Work with the appropriate City staff to identify those stakeholders who are affected by the current parking plan. 2. Develop for the city's distribution,a web-based questionnaire, using SurveyMonkey,for the purposes of collecting quantitative information regarding parking and transportation habits and interests of stakeholders. 3. Conduct research related to codes and ordinances and review relevant reports and data. 4. Attend 1-2 staff meetings with City staff to gauge interests of City employee stakeholders. 5. Host one information gathering meeting with public stakeholders to learn parking and transportation habits and interests. Host an additional public stakeholder meeting once strategic implementation plan has been agreed upon by Walker and the City. 6. Report information on 5 benchmark city's as comparison reference. WALKER PARKING CONSULTANTS 7 Proposal for Parking Management Study and Strategic Plan-RFP#108 Prepared for City of Corpus Christi Scope of Work 7. Submit report to communicate projects findings, recommendations and best practices of other comparable downtown areas. It is our experience that the aforementioned proactive stakeholder participation and communications program is aimed at providing opportunities for public input, education, and communication after policy changes are implemented. Such a program promotes a community parking and transportation program that meets the needs of its stakeholders. Task 2-Develop Downtown Parking Supply Database Due Date: End of Week 4 Objective: Before an effective parking plan can be formulated, a clear understanding of current parking supply in the downtown Corpus Christi study area is required.The Supply Analysis constitutes a needs assessment of current parking conditions. The parking information that will be documented, analyzed and presented by Walker in this analysis provides a quantitative and qualitative assessment of the parking characteristics within the defined study area. The foundation of a parking supply and demand analysis is an inventory of the parking supply creating a "snapshot" of current parking conditions. Walker staff will conduct field research to ensure accuracy of the existing parking supply and categorize the supply by type (on-street, off-street, structured, surface lot) and by ownership(private or public). Walker will confirm the existing parking supply and conduct additional occupancy counts as needed. The collected information is used to develop a model of the existing parking system in conjunction with the proposed developments. Additional research is conducted to develop an existing baseline of mode shares for trips to the Study Area. The goal of this "as is" parking system model is to develop parking supply and demand ratios for each land use and block that is specific to the transportation culture of Corpus Christi. Scope of Services 1. Meet with City of Corpus Christi representatives to finalize project parameters, review project background and obtain previous reports, area maps, and other background information. 2. Obtain and review land use data within the study area, provided in terms of square footage by land-use type (i.e. retail, restaurant, hotel, office,etc.). 3. Conduct parking inventories of all on-and off-street parking within the study area. Inventories will include hours of operation, space counts, rates,and restrictions. 4. Conduct three parking occupancy counts for all on-street parking spaces on a typical workday,typical evening,and typical weekend. WALKER PARKING CONSULTANTS 8 Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi Scope of Work 5. Work in partnership with Coym,Rehmet&Gutierrez Engineering,L.P.to input all collected supply data,including number of spaces for all public and private parking supply, rates and occupancy into GIS database. 6. Submit hard copy inventory report and map to City of Corpus Christi. Task 3-Develop a Parking Demand Assessment Due Date:End of Week 8 Objective: Complete a parking demand assessment that addresses existing unmet demand, as well as future demand by district. Create future demand scenarios based off of current practices and future land use assumptions. Occupancy counts will be conducted over a period of time to capture user trends and enable Walker to clearly convey the trends of vehicle presence in the study area. The occupancy counts will then be compared to the effective parking supply (actual supply less 10% to 15%) to determine the estimated parking adequacy on a block-by-block basis. Some of the questions that need to be resolved include: • What is the parking demand? • Is there a surplus or deficit? • What will parking conditions be like in the future? • Is additional parking required? If so, how much? • Who needs additional parking? Parking is not an end in and of itself; rather it is a derivative of the demand for other activities and the travel characteristics of the market area. The quantity and type of activities within a market area most often determines the overall need for parking, as well as unique demand characteristics that relate to time- of-day, day-of-week and time-of-year variations. Therefore, Walker's approach to projecting future parking demand will apply the knowledge we will have gained from the supply analysis and will require input from stakeholders and city planners in order to fully understand future changes in the study area. Once the calculation of future parking demand is complete,it will be compared to the existing parking supply to determine the future parking adequacy. The parking adequacy in the study area is communicated in tabular and graphic form and identifies the parking conditions on a block-by-block basis. In addition to our own collections,Walker will utilize any relevant information provided by the City of Corpus Christi. The benefit of this approach is a parking plan based on your community values and proactively designed to meet your future needs before they become issues. Our recommendations are tailored to match your constituency's wants, needs and desires for the parking system and the economic realities specific to downtown Corpus Christi. WALKER PARKING CONSULTANTS 9 Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi Scope of Work Scope of Services 1. Create a parking demand model using Walker Parking Consultant's shared parking model to project typical parking demand throughout the different occupancy count time frames from Task II. 2. Customize heat maps that highlight district-based over and under supply issues for the future. 3. Calibrate the demand model to reflect observed conditions, thus calculating parking demand ratios for the land uses present. 4. Determine the surplus or shortfall within the area under current conditions, and create tabular and graphic illustrations of the parking system adequacy. 5. Include development plans for the downtown Corpus Christi area and adjust the demand model to show future parking demand generated by approved and/or proposed developments in the area. Task 4-Develop a Strategic Implementation Plan Due Date:End of Week 10 Objective: With the understanding gained from the completion of Task 1 - 3 above, Walker will develop solid, achievable recommendations for improving the current parking conditions and meeting future parking demand efficiently and cost-effectively.Some of the questions that will need to be resolved include: • Can the parking system be made to function more efficiently,such that more cars can be accommodated without building additional parking? • If necessary, how can the parking capacity be increased? • What are the strengths and weaknesses of the alternatives for increasing parking capacity and how do they compare with each other? • How much does each of the alternatives cost to implement? • Where is the increased parking needed? • Can the capacity of existing parking facilities be increased? If so, how? • What phasing plan is recommended in order to provide adequate parking when it is needed? • Can the parking system be more efficient by implementing a district-wide parking management strategy? The first part of the analysis will focus on management of existing resources. In addition to evaluating opportunities for lot reconfiguration and restriping of spaces,we will analyze location of resources, utilization imbalances (if any), time limits and/or rates, and enforcement practices, and determine whether changes to the way the parking system is managed can free up parking in the most congested locations. The objective of the site planning analysis will be to determine the advantages WALKER PARKING CONSULTANTS 10 Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi Scope of Work and disadvantages of constructing parking on various sites within the defined study area and to recommend the most appropriate site(s). To that effect, Walker will use the results of our supply and demand analysis to focus on - localized areas with high parking demand projected to occur. Scope of Services 1. Review inventory,utilization and turnover data collected in Task II&Ill. 2. If data suggests imbalances of usage, recommend management and policy changes that could reduce congestion in affected areas,including possible code and policy recommendations and parking management strategies (wayfinding, parking apps,etc.). 3. Determine whether the number of spaces could be increased through restriping and efficiency improvements in existing facilities/lots. 5. Determine whether any existing facilities/lots can be expanded to meet area parking needs. 6. Identify potential locations for new parking facilities (surface and/or structured). External variables that will be considered are desirable density, phasing of construction, and incorporation of other uses(such as retail) in any proposed facility. 7. Research and recommend technology improvements that are beneficial to the operation and availability of parking spaces in the downtown area. 8. Develop and recommend unified marketing strategies for both public and private parking lots and garages. 9. Research and recommend partnerships, tools and funding sources available as well as pilot programs/projects to incorporate suggested changes to the current system. 10. Research and recommend, if applicable, automated parking systems throughout the area. 11. Complete 10-year capital improvement and maintenance plan based off of recommended changes to the system discussed in other task items under Task IV. 12. Complete 10-year parking fund Proforma with recommended parking rates founded on data collected during Task II, changes and improvements recommended in Task IV and market research. 13. Host workshop to discuss Strategic Implementation Plan with key City Staff. Finalize report and submit 20 copies to the City. WALKER PARKING CONSULTANTS 11 Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi Scope of Work Task 5 - Presentations of Final Products to the City and Prepare Executive Summary of Findings Due Date: End of Week 12 Objective: Once all four previous tasks have been completed the findings and reports must be presented to the Parking Advisory Committee and the TIRZ#3 Board. • Present findings and recommendations to Parking Advisory Committee through face to face meetings, at least two. • Once Parking Advisory Committee approves plan and report present executive summary to TIRZ#3 Board. WALKER PARKING CONSULTANTS 12 Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi Proposed Schedule Capacity and Proposed Schedule This project requires the proper mix of analysts, planners, parking operations consultants,and support personnel.We have assessed the projected workload for each of the team members assigned to this project to make sure that they will have an appropriate amount of time to properly address your project requirements. Therefore, all team members assigned to this project have adequate availability from July 2016 through September 2016, our proposed project schedule. In all cases, our approach is to schedule team members that will remain with their project from beginning to end. Additionally, due to the size of our team, we have the ability to respond to unforeseen and unfortunate events,such as serious illness or accidents that may remove key personnel from this project. If such issues occur, we will be able to replace that team member with a person of equal or greater expertise, skills, and experience. This will minimize the downtime and allow your project and Walker to remain on schedule. Task Week Week Week Week Week Week 1-2 3-4 5-6 7-8 9-10 11-12 Project Kick-Off X Task 1: Stakeholder/Research X Task 2: Inventory/Occupancy/GIS X X Task 3: Future Demand/Addtl. Interview X X Task 4: Management/Strategy Plan X X Task 5: Workshop and Final Report X WALKER PARKING CONSULTANTS 13 .4itWALKER PARKING CONSULTANTS Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi City of New Orleans & New Orleans Downtown Develox+meet Di rict (NODDD) Parking & Mobility Study ;New Orleans, Louisiana Me:-call , ' - .° Treme i ,.4 1un pal P ■w� uperdom. � on a /ii �` �I4.1. a 111111111 "" ff { 1011111112m10111111 111111111 as aauaaiiaaa Ims A ....dolor,, _..., .... 14.4 ' r ' �• 111 1.11 MI ad I_i Mangny /' yr"—t 1P ."'moi: aaW�>i1a- a ii, ,, ► . lAIP $110011014111 111111111111111111 ., ,,.. -.-ALLIMI.M.OW ii,r0Vg, ...'. '..- all opt,.....4.* •----.... . ' .. \, -'' 5 ^t` ! 4' . Lever, NM m @ s rs ,.r r J Algiers M � , �y^ x ¢' Some r.. q.,,� fins OMR *MO PIOSAbeteho.-. ,' 4 5 ;y t,,.M s«' a ; ' n. �'s\ r wog car. : s ' i , eua An wa . a , --—Tomcat Route '4.3 '02'.'024e.'" +fr, . ' f 0' ........ Stu*Awe• f 0 - o. • Began bicycle network program • Increased pedestrian signal/ safety PROJECT DESCRIPTION SOLUTION • Insalled new and updated • 240 block parking and mobility • Identified areas where mobility existing on-street meters study to aid in the recovery of enhancements are needed rebuilding New Orleans and • Emphasized multi-modal support RESULT updating the master plan for non-local trip requirements and • Services included: preferences - parking needs assessment • Recognized that pedestrian -parking system operation mobility is the central analysis transportation component -alternatives analysis • Established a parking system audit - preliminary financial program analysis -management improvement study for both public and private parking -projection of parking revenue income WALKER PARKING CONSULTANTS 14 iiiiWALKER PARKING CONSULTANTS Proposal for Parking Management Study and Strategic Plan - RFP#108 Prepared for City of Corpus Christi City of Oshkosh Parkin: Stud Oshkosh, Wisconsin i -. Wig. ,+ i ... .a Is .' • Management of parking assests to best serve Downtown customers and „' r«. _ ` visitors — ._ °= • The Downtown arkin ' a, + = plan created for Oshkosh 111 r____ focused on improving funding ° for public parking without spending millions of dollars to increase the supply JPe Photo Courtesy o www.visitoshkosh.com e` RESULT PROJECT DESCRIPTION • Community leaders concerned operational characteristics • Recent Oshkosh Vision Survey that building more parking would • Recommended a plan to manage regarding the future of Oshkosh create costly financial outcomes, parking demand by identifying indicated an overwhelming while at the same time,they began short and long-term parking needs, majority want to see better hearing concerns that employers 1 Y re-brand the public parking system utilization of: waterfront, allocate were considering a move out with a consumer-friendly sign more green space, create bicycle- of Downtown to accomodate package solution and developing a friendly streets, and emphasize employee growth and additional financial model to sustain the City's Downtown redevelopment parking needs parking operations • Community members feel the need SOLUTION of uniform rules and regulations • Met with community stakeholders to eliminate confusion amongst to identify key components and employees and visitors when accessing Downtown determine priorities • Conducted a field survey to • Downtown business owners and quantify the parking supply and retail merchants felt the need to typical utilization rates build additional parking inventory to accomodate individual demand • Analyzed the parking regulations, areas throughout Downtown enforcement policies and WALKER PARKING CONSULTANTS 15 WALKER PARKING CONSULTANTS Proposal for Parking Management Study and Strategic Plan - RFP#108 Prepared for City of Corpus Christi City of Cincinnati Parkin: Stud, Cincinnati, Ohio , �+ .7 "'1166 * ^ Iii (y� ft ,tet .. . 'ina, t 1 i 0.4, vs, ...:. l' . w t.;''''''''.-:7' , via-7,3 %-• 1,....1 .„:/, ' i .::-)...J:",'s,411.17, , `"1", '' . 4;"11"," li i;a4ist..4 -- .";;;,... , } \ + .isIs, ''.t. '''' . 4,.. - ./ 1,,,.. # _, ^. ...„,„,, ,.„ % .,., _ _ .. . , .:, , , , , .: „..:„.„.„,,,„,„, ,,. ,,"„0, . ,. ., .., _, . _ I, i A .,.,, ,,,, .L..„,,,,,,,,,, ,,4 ,,„,,,„,,, ,m, ...., .._ ,,,_, ,..„,„;,„,,,,,,,,„,. , ,,,„,„ _,. .„ ;,?+`. .pix l ‘, .., +}/ ., a • Downtown parking rates to be increased to support 1 1— r l parking costs • Parking garages to be constructed to support increased parking demands PROJECT DESCRIPTION SOLUTION RESULT • Analyze various aspects of the • Suggested that the city-owned city's parking environment and Broadway Parking Garage be operating system, including the expanded by 300±spaces to current and future adequacy of its support Procter and Gamble's parking capacity recent announcement to move • Provide alternatives for expanding 650±employees to downtown parking capacity • Recommended that within the • Create a plan for funding next five years a parking structure improvements, existing parking be constructed on the site of the rates, and on street parking existing city-owned Fifth and Race operations Street parking lot • Walker also found that between five and 10 years from now, a three to six story parking structure with 600 to 1,100 parking spaces should be built on the northeast corner of Sixth Street and Broadway WALKER PARKING CONSULTANTS 16 44 WALKER PARKING CONSULTANTS Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi City of Kansas City Parkdn: Stud Kansas City, Missouri " .�-_- ,, 1- ..-2 _t -ILO I 3;_yl /r t k 1, II i� ' I m ei m u l e ' , n I 1 l i ® 1 m III 11 �!_ *1-a ;Li SI, yq..$..;: of �gy ff�� �q pp q� ,x���- � • III J Er '] i 1 • „,,, t I s AL ' I �I�vemne . _III_ m,,a . . ■ �j �p w- a� ,M to ® ® ® 1 I i t '_7 1 s'7 1 , 1 I Convention 1 ISsi.1 S i ® t�l y MI 1 t 1 1 111. i tls' y pA ryI atr4. a1 s - { legend -� I Expanded 122 Block NuM,a y ( L F'� Area ,._ —Study Aea } '1 122 slc..x Numb« (PAC - Sub UH71CU ®�) a_ 9 _._.Sub dyne 9mx d e, 1 vial EPaawa Supply T- Total Ener rc Supph idal Occupancy TCbti Occua•nCi -icOal Adequacy s Twa!Atlay.ury ter. ydKatea Deka ba 4.a penalvilT in • Overall the city has adequate parking and great care should be taken to maintain this PROJECT DESCRIPTION SOLUTION RESULT • Prepare a supply/demand analysis • Broke down the districts to verify for the downtown loop area (151 which have the greatest demands blocks) -Quality Hill, Garment,Tower, • Evaluate current parking situation Federal Courthouse, Eastern, DST, and quantify current parking Commercial Core, Government, demand Convention, and KCPL • Project future parking demand and • The count was 50,082 parking adequacy spaces total, categorized as off- street public, off-street private, and on-street public • Walker, working with T.J. Brown and Associates, conducted occupancy counts to compare with supply/demand during both on and off peak hours WALKER PARKING CONSULTANTS 17 AliWALKER PARKING CONSULTANTS Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi Central Oklahoma Transportation & Parking Authority . !' ,.,i •.4 + • A r .'arking Update T Oklahoma Cit Oklahom r' y ' J 1 ', e e 'Qt ; a e `e-# ,-•..' _.--- ri " 4 J ) ' . '''' ,,''',` 7—vi-vv.' ;d 4,1,' :', Ci ---''' '- "4, l ' '':i 1 ' .:: J J :J j am. 1}C *! v`'1 ..'',..-arz,-/t-,:i4.-'.--.-. ---it--____I t ' . , , .. .... :., . , ,. i. 1 ,,, , - e ,, e r CD j! ,Z.;1 ' i.',?, -1":..'' ' 1 4. : ' J J J B1 s. r _t.-` .f3 9 Dean A McGee Avenue - ,t --�� a�� v '.:/ `% D (b 191174 J N rtS Ker Avenue (19 ' Park Aver.ue • � J.,.) .r .t .t 'J IJ j U Ma Si J :J} i -J J ' Sher dan Averue - T ,. - Legend-Study Area �3r _ 1 Northwest Zone a P GaifamleAe ue rt; -,1"--. ' � � ,,,,,_4,,,, ����� '� 7 �} Northeast Zone 1 L Re venue ., ` • Wayfinding improvements were implemented • Addition of on-street meters PROJECT DESCRIPTION SOLUTION RESULT • Strategies for improvements • Identified parking shortages based to their current parking system on future projections (operations) • Suggested options for construction • Alternatives to reduce the strain of new parking facilities in the on areas in the Central Business future to meet the projected District(150 blocks)where future parking shortages projections indicate a shortage in parking • Inventory and analysis of current parking supply, both public and private WALKER PARKING CONSULTANTS 18 4/1k. WALKER PARKING CONSULTANTS Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi Relevant Experience Demonstrated Capability of Timely and On-Budget Completion of Comparable Projects Performing on time and within budget is a given at Walker. By delivering this project on a lump sum fee basis,we are assuring the City that the project will be delivered within budget. As a gesture to boost the City's confidence that Walker will deliver the Parking Management Study and Strategic Plan on time, we are willing to offer a liquidated damages clause in our contract, effectively compensating the City for each day that the project is delivered past the scheduled delivery date. WALKER PARKING CONSULTANTS 19 Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi Project Team Experience and Capabilities Walker provides parking studies,traffic analyses and architectural,structural, mechanical, electrical, plumbing,and restoration design services for parking. As a multi-faceted consulting firm,we understand how all the components fit together for a successful parking project. Coordination between disciplines is greatly simplified.This has proven to be a great advantage over Walker's competition as the number of construction change orders and RFIs is greatly reduced due to our simplified and more direct coordination. Two hundred and fifty people in sixteen offices across the country provide professional services on parking related projects. Having been in business since 1965 and provided professional services for over 12,000 projects,we have the staff and experience that can address any design issue or construc- tion concern. As the nation's largest parking consultant, our firm is the leader in the industry and develops standards used by the parking industry. Our staff has recog- nized experts in every facet of the parking consulting services such as parking planning,functional design, lighting,security,structural design, restoration, etc.Senior staff author articles in professional and industry publications, make presentations,and develop industry standards. We have carefully assembled a team consisting of the following individuals: John Dorsett,AICP,CPP, Director of Consulting Services Jim Corbett,CAPP, Parking Consultant Jaime Windfont,CAPP, Parking Consultant On the following pages you will find detailed resumes for your Walker team containing, biographies and representative projects. WALKER PARKING CONSULTANTS 20 • WALKER PARKING CONSULTANTS Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi John Dorsett, AICP, CPP Director of Consulting Services ■ ( 'i 7'-..' -'.7 I EDUCATION: As Senior Vice President and Director of Consulting Resources, John guides Master of Business Administration, a parking consulting and study services group responsible for leadership in Butler University functional design, operations consulting, planning and financial studies, and parking access and revenue control systems consulting and design. He Bachelor of Science, Business, provides leadership and the necessary resources to successfully deliver 250+ Indiana University engagements annually.John also heads up Walker's P3 practice. AFFILIATIONS: As a working manager and a planner certified by the American Institute of ACEC's Senior Executive Institute Certified Planners ("AICP"),John also from time-to-time consults on complex American Institute of Certified parking and transportation consulting projects requiring specialized expertise. Planners John's leadership and project consultation is based on his involvement with National Parking Association hundreds of parking and transportation study engagements for architects, American Planning Association airports, hospitals, municipalities, real estate developers, and universities International Parking Institute located in all 50 U.S. states and several foreign countries. National Association of College and In 1992, John was promoted to Department Head of the Parking Consulting University Business Officers and Study Services Group. In 1996, he was promoted to Director of Study Urban Land Institute Services and made a Principal of the firm. In 2000, he was promoted to Vice President. In 2006,he was promoted to his current position. He has served as a board member and maintains a significant firm-ownership interest. REPRESENTATIVE PROJECTS: *Allegheny Conference City Development •City of Lafayette, IN Redevelopment Corp., on Community Corporation, Cincinnati, •City of Lansing, MI Cincinnati, OH Development OH •City of Lima,OH •County of San Diego,CA •Allentown Parking •City of Allentown, PA •City of Lincoln, NE •Hartford Parking Authority •City of Austin,TX •City of Madison, WI Authority, Hartford, CT •Birmingham Parking •City of Bloomington, IN •City of Martinsburg,WV •Lancaster Parking Authority •City of Cheyenne,WY •City of Memphis,TN Authority, Lancaster, PA •Borough of Red Lion, PA •City of Cincinnati, OH •City of Mesa,AZ •OKI Regional Council of •Buncombe County, •City of Columbus, OH •City of Norfolk,VA Governments, Cincinnati, Asheville, NC •City of Detroit, MI •City of Normal, IL OH •Capitol South Community •City of Fort Worth,TX •City of Peoria, IL •Philadelphia Parking Urban Redevelopment •City of Grand Junction, CO *City of Pueblo, CO Authority, Philadelphia, Corp., Columbus,OH •City of Hermosa Beach, •City of Rockville, MD PA •Central Oklahoma CA •City of Sacramento, CA •Public Parking Authority Transportation and •City and County of •City of San Antonio,TX of Pittsburgh, Pittsburgh, Parking Authority Honolulu, HI •City of San Jose, CA PA •Centre City Development •City of Houston,TX •City of Sarasota, FL •Reading Parking Corporation,San Diego, Houston Convention •City of South Bend, IN Authority, Reading, PA CA Center •City of Topeka, KS •Town of Easton, MD •Chicago Parks District, •City of Huntington,WV •City of Valparaiso, IN Chicago, IL •City of Indianapolis, IN •Clifton Heights •Cincinnati Center •City of Kansas City, MO Community Urban WALKER PARKING CONSULTANTS 21 WALKER PARKING ccNs1.,.rAN-s Proposal for Parking Management Study and Strategic Plan-RFP#108 Prepared for City of Corpus Christi Jim Corbett, CAPP project Manage >s I a = ■hY EDUCATION: Jim is an innovative parking executive with twenty years of successful parking Bachelor of Arts, Business operation leadership and fiscal governance. Jim joined Walker in 2015 after a ten-year career as the Parking Division Manager with the City of Tampa Psychology, Miami University, Oxford, OH where he managed a 17 million dollar annual budget with one million dollars of capital improvement designation per annum. CERTIFICATIONS: Jim has specialized experience managing municipal and private parking assets Certified Administrator of Public including on-street parking, residential parking, concert arenas and sports Parking (CAPP) stadiums, convention centers, hotels, office buildings and mixed-use surface Certified FEMA Incident Command lot parking. System—100, 200 and 700 level Green Garage Certification REPRESENTATIVE PROJECTS: Workshop—IPI/Green Parking City of Homestead Pointe Harbour Island Council Homestead, FL Tampa, FL AFFILIATIONS: Supply/Demand/Shared Parking Planning Study/Operations Study Analysis International Parking Institute- member since 2005 City of Clearwater Municipal Marina Florida Parking Association City of Sarasota St.Armand's Circle Clearwater, FL member since 2005, President, 2014 Sarasota, FL Planning Study and Past President, 2015 Supply/Demand Study, Paid Parking Revenue Projections City of Daytona Beach Breakers Park Garage City of Dunedin Downtown Parking Tampa, FL Dunedin, FL Planning Study Parking Management Study and Paid Parking Strategies City of Fort Pierce Fort Pierce, FL City of Oshkosh Operations Study Oshkosh,WI Supply/Demand Study,Alternatives Analysis, Policy Review and Financial Coral Gables Redevelopment Plan Coral Gables, FL Planning Study Broward County Parking Study BCCC Expansion Grand Resort Fort Lauderdale, FL Ft. Myers Beach, FL Planning Study Financial Study WALKER PARKING CONSULTANTS 22 ALKE PARKING CONSULTANTS Proposal for Parking Management Study and Strategic Plan -RFP#108 Prepared for City of Corpus Christi Jaime Windfont, CAPP e nsti.,ant kvit- 1.1111 1.11111 _.. EDUCATION: Jaime is a parking consultant in Walker's Houston office, with a focus on Bachelor of Arts, parking operations, implementation of procedures, policies, and budgets for Speech Communications, parking facilities. Texas A&M University With over 15 years of experience, Jaime is particularly adept at solving REGISTRATIONS: operational challenges and skillfully projecting the financial outcomes. Certified Administrator of Public In her previous position with Hines, she managed many garages in her tenure Parking(CAPP) and worked to increase the effectiveness and efficiency of the operations department through improvements to business function and organizational Accredited Parking Organization planning. She served as the Regional Vice President of Operations for Winpark, (APO) Program Certification where she created and developed the accounting department. AFFILIATIONS: REPRESENTATIVE PROJECTS: Texas Parking and Transportation Association -Past Host Committee City of Burleson 24th &Camelback* International Parking Institute Old Town Phoenix,Arizona -Past Host Committee Burleson,Texas 2,300 spaces, Garage Management Parking Study and Development and Operations Women In Parking- Past Host Strategies Committee BishopArts District 300 Capitol Ma1l/400 Capitol Mall* Sacramento, California Urban Land Institute Dallas,Texas 1,600 spaces, Garage Management Shared Parking, Feasibility Study, and Operations, Event Parking PRESENTATIONS: 1,000 spaces Williams Tower* "Thriving in Life",2015 CAPP First United Methodist Church Houston,Texas Graduating Class Speaker Fort Worth, Texas 3,071 spaces, Garage Management Shared Parking, Feasibility Study, 600 and Operations, PARCS Installation spaces and Implementation City of San Antonio 1100 Smith* San Antonio,Texas Houston,Texas Market and Financial Feasibility 2,239 spaces, Garage Management Analysis, 600 spaces and Operations, Event Parking Chase Tower Dallas/Pearl Street* BG Group Place* Dallas,Texas Houston,Texas 1,670 spaces, Garage Management 1,280 spaces, Garage Management and Operations, PARCS Installation and Operations,Automated Facility and Implementation Alley Theatre* 600 Travis/601 Travis* Houston,Texas Houston,Texas 968 spaces, Garage Management 2,413 spaces, Garage Management and Operations, Event Parking and Operations, PARCS Installation and Implementation Baylor Medical Facilities* Houston,Texas 2,490 spaces, Garage Management *Denotes projects completed with and Operations, Valet Management other firms WALKER PARKING CONSULTANTS 23 Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi Coym, Rehmet & Gutierrez Engineering, L.P. Team Jeff Coym,P.E.,Principal/Project Manager Mr. Coym has 12 years' experience in municipal infrastructure design and project management, largely on City of Corpus Christi projects. He is responsible for directing efforts of project teams, including the surveying and mapping and CADD technicians,to successfully completing specific projects. Mr. Coym's experience includes projects carried from preliminary investiga- tions through design and construction phases to final job acceptance. Ismael A. Rodarte Jr.,S.I.T.,Sr.Surveying Technician Mr. Rodarte has over 18 years of experience in land surveying, engineering, GIS mapping,and construction surveying work. His involvement with engineering and surveying projects include utilizing the latest Autodesk, Bentley,and ESRI software applications. His engineering and surveying activities include boundary analysis and determination, plat preparation, records research,working sketches,well location plats,construction staking, aerial photography mapping, right-of-way alignments, horizontal/vertical control,topographic surveys for engineering design, and QA/QC for projects of all sorts. Jerad Johnston,Sr. Engineering Technician Mr.Johnston has ten years'experience in design and drafting of:water, sanitary sewer,storm sewer, and irrigation lines,WWTP,grading,drainage, airport development, roads,subdivisions, and athletic facilities.Also developed topographic maps, aerials, exhibits, presentation data, and plan sets for distribution. Multiple jobs completed simultaneously with AutoCAD, using the most current version of Civil 3D 2014 as well as ArcGIS.Assisted field crew and has experience using GPS and Total Station equipment working on surveys, construction staking and deeds and boundaries. Mr.Johnston is also proficient in Bentley's SewerGEMS Sanitary V8i hydraulic modeling software. WALKER PARKING CONSULTANTS 24 WALKER PARKING CONSULTANTS Proposal for Parking Management Study and Strategic Plan- RFP#108 Prepared for City of Corpus Christi References Darryn Burich Steve Grassfield City of Oshkosh City of Austin 215 Church Avenue 1111 Rio Grande Street Oshkosh, WI 54903 Austin,Texas 78701 512.471.2692 512.974.1489 dburich@ci.oshkosh.wi.us steve.grassfield@ci.austin.tx.us Robert Schroer Bruce Campbell City of Cincinnati City of Kansas City 300 West 6th Street 414 East 12th Street Cincinnati, Ohio 45202 23rd Floor 513.352.1902 Kansas City, Missouri 64106 bob.schroer@cincinnati-oh.gov 816.513.2665 bruce_campbell@kcmo.org WALKER PARKING CONSULTANTS 25 2 ATTACHMENT 3 - DISCLOSURE OF INTEREST City of Corpus Christi SUPPLIER NUMBER #1486 TO BE ASSIGNED BY CITY PURCHASING DIVISION CITY OF CORPUS CHRISTI DISCLOSURE OF INTEREST Corpus Christi Code§2-349,as amended,requires all persons or firms seeking to do business with the City to provide the following information. Every question must be answered. If the question is not applicable, answer with"NA". See next page for Filing Requirements, Certification and Definitions. COMPANY NAME: Walker Parking Consultants P.O. BOX: STREET ADDRESS: 2525 Bay Area Blvd.,Ste.400 CITY: Houston STATE: TX ZIP: 77058 FIRM IS: 1. Corporation X 2. Partnership 3. Sole Owner ❑ 4. Association _ 5. Other DISCLOSURE QUESTIONS If additional space is necessary,please use the reverse side of this page or attach separate sheet. 1. State the names of each"employee"of the City of Corpus Christi having an"ownership interest"constituting 3% or more of the ownership in the above named `firm." Name Job Title and City Department(if known) N/A 2. State the names of each"official"of the City of Corpus Christi having an"ownership interest"constituting 3%or more of the ownership in the above named `firm." Name Title N/A 3. State the names of each"board member"of the City of Corpus Christi having an"ownership interest"constituting 3%or more of the ownership in the above named"firm." Name N/A Board, Commission or Committee 4. State the names of each employee or officer of a"consultant" for the City of Corpus Christi who worked on any matter related to the subject of this contract and has an "ownership interest" constituting 3% or more of the ownership in the above named"firm." Name N/A Consultant 20 FILING REQUIREMENTS If a person who requests official action on a matter knows that the requested action will confer an economic benefit on any City official or employee that is distinguishable from the effect that the action will have on members of the public in general or a substantial segment thereof,you shall disclose that fact in a signed writing to the City official, employee or body that has been requested to act in the matter, unless the interest of the City official or employee in the matter is apparent. The disclosure shall also be made in a signed writing filed with the City Secretary. [Ethics Ordinance Section 2-349(d)] CERTIFICATION I certify that all information provided is true and correct as of the date of this statement,that I have not knowingly withheld disclosure of any information requested; and that supplemental statements will be promptly submitted to the City of Corpus Christi,Texas as changes occur. Certifying Person: Jaime Windfont Title: Parking Consultant (Type or Print) Signature of Certifying Person: Date: 4/29/2016 DEFINITIONS • a. "Board member." A member of any board, commission, or committee of the city, including the board of any corporation created by the city. b. "Economic benefit". An action that is likely to affect an economic interest if it is likely to have an effect on that interest that is distinguishable from its effect on members of the public in general or a substantial segment thereof. c. "Employee." Any person employed by the city, whether under civil service or not, including part-time employees and employees of any corporation created by the city. d. "Firm." Any entity operated for economic gain, whether professional, industrial or commercial, and whether established to produce or deal with a product or service,including but not limited to,entities operated in the form of sole proprietorship, as self-employed person, partnership, corporation,joint stock company, joint venture, receivership or trust,and entities which for purposes of taxation are treated as non-profit organizations. e. "Official." The Mayor, members of the City Council, City Manager, Deputy City Manager, Assistant City Managers,Department and Division Heads,and Municipal Court Judges of the City of Corpus Christi, Texas. f. "Ownership Interest." Legal or equitable interest,whether actually or constructively held,in a firm, including when such interest is held through an agent, trust, estate, or holding entity. "Constructively held" refers to holdings or control established through voting trusts, proxies, or special terms of venture or partnership agreements. g. "Consultant."Any person or firm, such as engineers and architects, hired by the City of Corpus Christi for the purpose of professional consultation and recommendation. 21 3 ATTACHMENT 4 — BUSINESS DESIGNATION FORM CITY OF CORPUS CHRISTI PURCHASING DIVISION BUSINESS DESIGNATION FORM ENSURE THIS FORM IS SUBMITTED WITH YOUR BID RESPONSE PLEASE INDICATE WHETHER YOUR COMPANY IS ANY ONE OF THE FOLLOWING: ❑YES X❑NO - CERTIFIED HISTORICALLY UNDERUTILIZED BUSINESS (HUB) Select all that are appropriate: ❑ ASIAN PACIFIC ❑ BLACK ❑ HISPANIC ❑ NATIVE AMERICAN ❑ WOMAN Please visit the following website for information on becoming a Texas Certified HUB: htto://www.window.state.tx.us/procurement/proe/hub/ ❑YES ❑X NO - LOCAL SMALL BUSINESS(LSB) A for-profit entity employing less than 49 employees located within the City limits of Corpus Christi,Texas YESX❑ NO OTHER(PLEASE SPECIFY): X❑ THIS COMPANY IS NOT A CERTIFIED HUB or LSB THE INFORMATION REQUESTED IN THIS FORM IS FOR STATISTICAL REPORTING PURPOSES ONLY AND WILL NOT INFLUENCE AWARD DECISIONS OR THE AMOUNT OF MONIES EXPENDED WITH ANY GIVEN COMPANY. EVENT NO: 108 Firm Name: Walker Parking Consultants Telephone: 281-280-0068 Ext. Address: 2525 Bay Area Blvd.,Ste.400 Fax: 281-280-0373 City: Houston State: TX Zip: 77058 - E-mail: jaime.windfont@walkerparking.com Date: 4/29/2016 Signature of Person Authorized to Sign Form Signer's Name: Jaime Windfont • Title: Parking Consultant (Please print or type) 22 4 CERTIFICATE OF INTERESTED PARTIES FORM 1295 1 of 1 Complete Nos.1-4 and 6 if there are interested parties. OFFICE USE ONLY Complete Nos.1,2,3,5,and 6 if there are no interested parties, CERTIFICATION OF FILING 1 Name of business entity filing form,and the city,state and country of the business entity's place of business. Walker Parking Consultants Houston,TX United States 2 Name of governmental entity or state agency that is a party to the contract for which the form is being filed. City of Corpus Christi 3 Provide the identification number used by the governmental entity or state agency to track or identify the contract,and provide a description of the services,goods or other property to be provided under the contract RFP#108 Parking Consulting Services 4 Nature of interestcheck Name of Interested Party City,State,Country(place of business) ( applicable) Controlling Intermediary 5 Check only if there is NO Interested Party. ❑ X 6 AFFIDAVIT I swear,or affirm,under penalty of perjury,that the above disclosure is true and correct. SUSAN VEUmNDA DF,ALMEIDA � My Comleslon Expires April 07,2017 Signature of authorized agent of contracting business entity AFFIX NOTARY STAMP I SEAL ABOVE `, �- �1 Sworn to and subscribed before me,by the said 1.a+mU tS E. ak. flc r ,this the 11 day of t4titi.1 20 1lp ,to certify which,witness my hand and seal of office. it,y1AL. 13J..U1 �` �Q imt:tdsk (Act AcA.AD, Q( Signature of officer administering oath Printed name of officer administering oath Title of officer admingtering oath Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V1.0.1021 www.walkerparking.com WALKER PARKING CONSULTANTS June 30, 2016 Ms. Lydia Juarez City of Corpus Christi 1201 Leopard St Corpus Christi, TX 78401 Re: Pricing for City of Corpus Christi Parking proposal Dear Ms. Juarez: Walker Parking Consultants (Walker) is pleased to be selected as the consultant of choice to perform the Corpus Christi parking study. We are excited about the opportunity and look forward to working with you and the Parking Advisory Committee. Please find below our revised pricing for the project. If you have any questions regarding the attached please let me know and we can discuss. Again, thank you for this opportunity. Task Fee Expenses Total Cost Task 1 $ 7,817.50 $ 783.33 $ 8,600.83 Task 2 $ 10,140.00 $ 1,233.33 $ 11,373.33 Task 3 $ 27,325.00 $ 783.33 $ 28,108.33 Task 4 $ 31,865.00 $ 1,900.00 $ 33,765.00 Task 5 $ 15,600.00 $ 2,500.00 $ 18,100.00 Total $ 92,747.50 $ 7,200.00 $ 99,947.50 Sincerely yours, WALKER PARKING CONSULTANTS ;4111 Vim\ Jim Corbett, CAPP Jaime Windfont, CAPP Project Manager Parking Consultant