web viewattachment a to purchasing agreement #______ statement of work . this statement of work # __...

28
ATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement #_______ dated _______________, 20__ between UC and Supplier (“Agreement”). It is the intent of this document to describe the minimum administrative and project implementation requirements expected from each Proposer that the UC Davis Health System has deemed necessary for the successful installation and operations of the new PARCS. About UC Davis Medical Center Parking The Parking and Transportation Services department (hereafter also referred to as “Parking,” “Parking Services” or “PATS”), Sacramento is located at: 4800 2nd Avenue Suite 1100 Sacramento, CA 95817 Parking Services manages four access-controlled parking locations (approximately 2,700 stalls total): 1. Parking Structure 1 – is a 5 level garage with a total of 590 spaces. Current use is designated for mixed transient and monthly parking. 2. Parking Structure 2 – is a 4 level garage with a total of 768 spaces. Current use is designated for mixed transient and monthly parking. 3. Parking Structure 3 – is a 7 level garage with a total of 1181 spaces. Current use is designated for mixed transient and monthly parking. 4. Parking Lot 4 – is a flat surface lot with 180 spaces. Current use is designated for mixed transient and monthly parking. Page 1 of 28

Upload: nguyenminh

Post on 06-Feb-2018

217 views

Category:

Documents


2 download

TRANSCRIPT

Page 1: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

ATTACHMENT A TO PURCHASING AGREEMENT #______

STATEMENT OF WORK

This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement #_______ dated _______________, 20__ between UC and Supplier (“Agreement”).

It is the intent of this document to describe the minimum administrative and project implementation requirements expected from each Proposer that the UC Davis Health System has deemed necessary for the successful installation and operations of the new PARCS.

About UC Davis Medical Center Parking

The Parking and Transportation Services department (hereafter also referred to as “Parking,” “Parking Services” or “PATS”), Sacramento is located at:

4800 2nd Avenue Suite 1100Sacramento, CA 95817

Parking Services manages four access-controlled parking locations (approximately 2,700 stalls total):

1. Parking Structure 1 – is a 5 level garage with a total of 590 spaces. Current use is designated for mixed transient and monthly parking.

2. Parking Structure 2 – is a 4 level garage with a total of 768 spaces. Current use is designated for mixed transient and monthly parking.

3. Parking Structure 3 – is a 7 level garage with a total of 1181 spaces. Current use is designated for mixed transient and monthly parking.

4. Parking Lot 4 – is a flat surface lot with 180 spaces. Current use is designated for mixed transient and monthly parking.

Project Scope

Vendor shall furnish and install a complete, fully automated Parking Access and Revenue Control System (PARCS) for all off-street, access-controlled parking locations at UC Davis Medical Center. Specifically, the PARCS system shall replace the 3M/FAPD system currently in use at four specific parking locations (approximately 2,700 stalls in total) with reconfigurations and enhancements as detailed herein.

The furnished PARCS is expected to be a combination of equipment, subsystems, and supporting infrastructure consistent with industry standards that allows the Parking Services department to control, automate, manage; and to accurately calculate, collect, track, and report revenues for; parking within multiple on or off-site facilities.

Page 1 of 20

Page 2: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

The supplied PARCS is expected to meet the following objectives:

1. Capable of operating 24/7, with or without attendants at all locations.2. Integrated, fast (under 5 seconds authorization), PCI Compliant, EMV-ready, credit card

functionality at payment locations; including exit gates, POF and cashier stations.3. Include a robust, web-based online validation (eValidation) system.4. Integrated license plate (LPR) recognition with in/out functionality for monthly parkers and

transient tickets5. Optical barcode ticket system (mag stripe tickets not preferred), with support for 2D and 3D

prepayment coupons6. HID/proximity card access for monthly parkers7. Full-featured, Remote Cashiering Station(s) with integrated two-way audio intercom and video.

All activity must be fully auditable. IP-based preferred for remote cashiering station portability.8. Robust reporting capabilities, including customizable reports and queries, and real-time system

monitoring.

Changes From Current SystemLargely, the Supplier is expected to provide a system that replaces like-for-like and/or enhances and expands the system that is being replaced, however the following notable changes are expected:

Structure 11. Structure 1 will be designated for Monthly use only and converted for fully automated

(unattended) operation.a. Equipment for transient use (e.g. ticket spitters, payment mechanisms) will be removed

and not be replaced.b. Attendant POS stations will not be replaced in existing kiosks.

2. Nested parking on Level 1 will be discontinued. Equipment will be removed and not replaced.3. All lanes will include added intercom feature and be manageable by the remote cashier station.4. Addition of LPR cameras at all entries/exits

Structure 21. Structure 2 will be converted for fully automated (unattended) operation:

a. Pay-on-Foot machines will be added.b. Attendant POS machines will not be replaced in existing kiosks.

2. A nested parking area for Monthly parkers shall be created, beginning on the third floor.3. All lanes will include added intercom feature and be manageable by the remote cashier station.4. Addition of LPR cameras at all entries/exits, including nested lanes.

Structure 31. Structure 3 will become fully automated (unattended) operation:

a. POS machines will not be replaced in the existing central cashier station.2. Use of nested parking equipment above the third floor will be discontinued and not replaced.

Page 2 of 20

Page 3: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

3. All lanes (expanded to include nested lanes on Level 3) will include intercom and be manageable by the remote cashier station.

4. Installation of complete Remote Cashiering Station(s), for simultaneous operation by two attendants. Remote Cashiering Station(s) will support Structure 1, Structure 2, Structure 3 and Lot 4.

5. Addition of LPR cameras at all entries/exits, including nested lanes.6. POF machine at East Entrance shall be removed but not replaced, instead a new machine will be

located near North East elevator on Level 1. (Any construction required will be performed by UC Davis Medical Center).

Lot 41. Lot 4 will be converted for fully automated (unattended) operation:

a. Exit lane must include ability to receive both cash and credit.b. Attendant POS machine will not be replaced in existing kiosk.

2. Both lanes will include added intercom feature and be manageable by the remote cashier station.

3. Addition of LPR cameras at both entry and exit lanes.

Expected Equipment Required, By LocationThe vendor is expected to supply and install all equipment necessary. Exceptions to the list below should be noted and explained, including how the alteration provides equivalent or superior functionality.

Structure 1

Lane/Location Type Use

(M=M

onth

ly, T

=Tra

nsie

nt)

Gate

LPR

Cam

era

Prox

imity

Car

d re

ader

Tick

et S

pitt

er

Bar C

ode

Read

er (i

nteg

rate

d?)

Exit

Verifi

er (c

redi

t onl

y)

Exit

Verifi

er (c

ash

or cr

edit)

Pay

on F

oot T

erm

inal

(cre

dit o

nly)

Pay

on F

oot T

erm

inal

(cas

h or

cred

it)

Rem

ote

Cash

ier S

tatio

n

Wire

less

Att

enda

nt T

able

t (3G

/4G)

Lane 1, South Side Entry M 1 1 1 - - - - - - - -Lane 2, South Side Exit M 1 1 1 - - - - - - - -Lane 3, North Side Entry M 1 1 1 - - - - - - - -Lane 4/5, North Side Reversible M 2 2 2 - - - - - - - -Lane 6, North Side Exit M 1 1 1 - - - - - - - -Various Portable - - - - - - - - - - 1

Page 3 of 20

Page 4: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

Structure 2

Lane/Location Type Use

(M=M

onth

ly, T

=Tra

nsie

nt)

Gate

LPR

Cam

era

Prox

imity

Car

d re

ader

Tick

et S

pitt

er

Bar C

ode

Read

er (i

nteg

rate

d?)

Exit

Verifi

er (c

redi

t onl

y)

Exit

Verifi

er (c

ash

or cr

edit)

Pay

on F

oot T

erm

inal

(cre

dit o

nly)

Pay

on F

oot T

erm

inal

(cas

h or

cred

it)

Rem

ote

Cash

ier S

tatio

n

Wire

less

Att

enda

nt T

able

t (3G

/4G)

Lane 1 EntryM,T 1 1 1 1 1 - - - - - -

Lane 2/3 ReversibleM,T 2 2 2 1 1 1 - - - - -

Lane 4 ExitM,T 1 1 1 - 1 1 - - - - -

Lane 5 ExitM,T 1 1 1 - 1 1 - - - - -

Lane 6, Nested L3 Entry M 1 1 1 - - - - - - - -Lane 7, Nested L3 Exit M 1 1 1 - - - - - - - -POF1 Walk Up T - - - - 1 - - - 1 - -POF2 Walk Up T - - - - 1 - - - 1 - -POF3 Walk Up T - - - - 1 - - - 1 - -Various Portable - - - - - - - - - - 4

Structure 3

Lane/Location Type Use

(M=M

onth

ly, T

=Tra

nsie

nt)

Gate

LPR

Cam

era

Prox

imity

Car

d re

ader

Tick

et S

pitt

er

Bar C

ode

Read

er (i

nteg

rate

d?)

Exit

Verifi

er (c

redi

t onl

y)

Exit

Verifi

er (c

ash

or cr

edit)

Pay

on F

oot T

erm

inal

(cre

dit o

nly)

Pay

on F

oot T

erm

inal

(cas

h or

cred

it)

Rem

ote

Cash

ier S

tatio

n

Wire

less

Att

enda

nt T

able

t (3G

/4G)

Lane 1, East Side EntryM,T 1 1 1 1 1 - - - - - -

Lane 2/3, East Side Reversible M, 2 2 2 1 2 1 - - - - -

Page 4 of 20

Page 5: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

T

Lane 4, East Side ExitM,T 1 1 1 - 1 1 - - - - -

Lane 5, West Side EntryM,T 1 1 1 1 1 - - - - - -

Lane 6, West Side ExitM,T 1 1 1 - 1 1 - - - - -

Lane 7, West Side ExitM,T 1 1 1 - 1 1 - - - - -

Lane 8, Nested L3 Entry M 1 1 1 1 - - - - - - -Lane 9, Nested L3 Exit M 1 1 1 - - - - - - - -Lane 10, Nested L4 Entry - - - - - - - - - - -Lane 11, Nested L4 Exit - - - - - - - - - - -Lane 12, Nested L5 Entry - - - - - - - - - - -Lane 13, Nested L5 Exit - - - - - - - - - - -Lane 14, Nested L6 Entry - - - - - - - - - - -Lane 15, Nested L6 Exit - - - - - - - - - - -POF1 Walk Up T - - - - 1 - - - 1 - -POF2 Walk Up T - - - - 1 - - - 1 - -POF3 Walk Up T - - - - 1 - - - 1 - -POF4 Walk Up T - - - - 1 - - - 1 - -POF5 Walk Up T - - - - 1 - - - 1 - -Remote Cashier Office N/A T - - - - - - - - - 2 2Bike Cage Walk Up M - - 1 - - - - - - - -Various Portable - - - - - - - - - - 8

Lot 4

Lane/Location Type Use

(M=M

onth

ly, T

=Tra

nsie

nt)

Gate

LPR

Cam

era

Prox

imity

Car

d re

ader

Tick

et S

pitt

er

Bar C

ode

Read

er (i

nteg

rate

d?)

Exit

Verifi

er (c

redi

t onl

y)

Exit

Verifi

er (c

ash

or cr

edit)

Pay

on F

oot T

erm

inal

(cre

dit o

nly)

Pay

on F

oot T

erm

inal

(cas

h or

cred

it)

Rem

ote

Cash

ier S

tatio

n

Wire

less

Att

enda

nt T

able

t (3G

/4G)

Lane 1 EntryM,T 1 1 1 1 1 - - - - - -

Lane 2 ExitM,T 1 1 1 - 1 - 1 - - - -

Various Portable - - - - - - - - - - 1

Page 5 of 20

Page 6: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

Implementation

Delivery, Storage, Handling[1.] Vendor/ContractorSupplier shall assume care, custody and control of all PARCS equipment

and components.[2.] Vendor/ContractorSupplier shall replace materials damaged during shipping or while in

storage at no cost to UC Davis Medical Center.[3.] Vendor/ContractorSupplier shall store equipment in original containers in clean, dry location

secured by the PARCS Vendor.

InstallationContractorSupplier shall be responsible for all aspects of installation, including: project management, subcontracting and management of other skilled trades (e.g. electrical), unless otherwise specified.

1. All mounting hardware for all components, including any overhead mounting structures, shall be provided by the Vendor.

[2.] The PARCS shall be installed by a manufacturer certified dealer only, who shall coordinate all work with other contractorSuppliers and trades.

2.[3.] Installation of the PARCS equipment shall be coordinated with the installation of other related systems such as: Networking, CCTV video, ISP service, switching and Intercoms.

3.[4.] The PARCS shall include all software necessary for system configuration.4.[5.] The PARCS shall be turned on and adjusted to meet specification requirements and on-site

conditions.5.[6.] The PARCS shall be programmed to function as specified.6.[7.] Any special programming required shall be documented, printed and made available to the

garage operator.

Vendor shall be responsible to provide an on-site manufacturer representative, to assist with the initial programming and installation.

Removal of Old Equipment1. Vendor shall be responsible for removal of old PARCS equipment where specified.

a. Wire/cable should not be removed unless otherwise specified.b. All exposed conduit openings, and remaining structure, protruding bolts or mounting

hardware should be removed, capped, enclosed, painted or otherwise finished cleanly, such that the finished result may not pose any kind of safety hazard.

Testing and AcceptanceThe PARCS shall be completely tested to assure that the PARCS equipment, servers, gates and all components are hooked-up and in working order.

Page 6 of 20

Page 7: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

1. Vendor shall provide testing procedures, including test scripts, for all functions that are performed by the system (e.g. standard functionalities for the PARCS), for all testing phases

2. Test scripts shall be provided to UC Davis Medical Center within five days after Notice to Proceed.

3. At a minimum, testing phases shall include the following:a. Factory acceptance testb. Lane acceptance testc. Site (facility) acceptance testd. Operational (system-wide) demonstration test

4. The PARCS shall be tested in presence of owner's representative.

Project Management1. Vendor shall meet with representatives of the UC Davis Medical Center within two days of

Notice to Proceed to verify all details of the installation.2. Vendor shall finalize project schedule within 15 days of Notice to Proceed, which shall be

subject to UC Davis Medical Center approval.3. Vendor shall be responsible to oversee installation of the new PARCS, including:

a. Coordinate the PARCS installation with UC Davis Medical Center processes.b. Schedule and lead weekly status review meetings to evaluate constraints/conflicts

and for advance action planning to address specific issues, resolving issues with stakeholders as needed.

c. Review plans and specs to make sure all contractual and system requirements are met.

d. Inspect all work to ensure it complies with all applicable codes and standards, including ADA.

e. Inspect installation for quality assurance and ensure project milestones are being met.

Documentation

1. Vendor shall submit the following documentation to UC Davis Medical Centera. Installation diagrams, details and templates for setting mounted equipmentb. Templates and cast-in inserts to anchor freestanding equipment to curbs and basesc. Electrical wiring diagrams and detailsd. Electrical installation requirementse. Electrical power requirements[f.] Record documentation of all systems and components installed (“as built”)—depiction of

the actual installed equipment and cabling components, with configuration settings of each component/subsystem upon the completion of any acceptance test. ContractorSupplier shall update the most recent record drawings submitted as further changes occur in the field or as a result of a patch or upgrade to an installed system.

Page 7 of 20

Page 8: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

f.[g.] Interface file specifications, APIs, and all software documentation necessary for third parties to share data with the PARCS

g.[h.] Vendor shall provide a summary of its disaster recovery plans, describing how the system and support are designed to assure business continuity in the face of various scenarios, including power loss, communication failure, hardware malfunction, software defects, and other points of failure. The summary should include requirements for spares and expectations of UC Davis Medical Center staff to handle any situation.

2. Vendor shall provide the following manuals prior to installation:a. PARCS user manualsb. PARCS subsystems manualsc. Maintenance/repair manualsd. Cashier’s manuale. Audit manualf. Credit/debit card processing manual, including

i. A flowchart of the entire credit/debit card payment process from the time the card is presented for payment to the time the funds are deposited in a UC Davis Medical Center account

[ii.] A List of all subcontractorSuppliers involved in each step (e.g., communications providers)

ii.[iii.] A list of all other third-party equipment, services, and softwareiii.[iv.] The authorization procedure during loss of communication (“offline”)

g. Reporting manual, describing all the reports currently in the system, and how the report generation system can be adapted to enhance existing reports or create new reports

h. Vendor shall provide a full sample set of standard and custom reports 2 weeks prior to installation, for UC Davis Medical Center to review and approve

[i.] Preventive Maintenance schedules and procedures: the ContractorSupplier shall submit a recommended schedule and task list of preventive maintenance services for the PARCS equipment. The preventive maintenance schedule will include maintenance services such as cleaning reader heads, lubricating moving parts, and other functions as required to assure basic unit operations.

i.[j.] Maintenance log template for all preventive maintenance and repair work performed under warranty.

j.[k.] Training manuals, including workbooks, lecture notes, and slide shows to be used in live training sessions to include the following:

i. Cashier Manualii. Supervisor Manual

iii. Reporting Manualiv. Audit Manualv. User Administration Manual

vi. Systems Administration Manualvii. Device manuals

viii. Failover/fallback manual

Page 8 of 20

Page 9: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

ix. Third-party subsystem manuals3. All user documentation shall be provided with Microsoft Word versions, so that Parking Services

can edit them to incorporate the department’s specific operations/procedures and generate user-specific reference documents.

Training

1. The vendor shall develop and implement a comprehensive training program for UC Davis Medical Center personnel.

2. Training shall be conducted on-site in Sacramento, California at a location to be determined by the UC Davis Medical Center.

3. The proposed curriculum shall be designed so that each group of trainees shall be trained in full repertoire of system commands that they may have to use in the course of performing their designated functions.

4. Training shall be accomplished through use of lectures, visual presentations, hands-on operation of equipment and any materials necessary to perform each job.

5. Each trainee shall be provided with a complete set of training materials (including checklists) and operating manuals during training sessions which the trainees will be able to retain at completion of training.

6. The Vendor’s training program shall provide complete coverage, at minimum, of the following topics:

a. Parking Technicians (maintenance and repair)—At conclusion of this training, Parking staff, at minimum, shall be able to perform

i. Minor maintenance (i.e., resets, manual programming, cleaning, inspection, exchange of user-replaceable parts, replenishments of tickets, etc.)

ii. Resolve common problems with entry stations, exit stations, cashier stations, POFs, LPR equipment, lane detectors, variable message signs, barrier gates, UPS equipment, occupancy monitoring, and other subsystems

b. Cashier Operational Training Hardware components of the cashier terminal, including automated, self-service terminals—At conclusion of this training, Parking staff shall be able to easily complete the following tasks:

i. Sign on/off procedures and shift managementii. Routine and exception transactions

iii. Reportingiv. Minor maintenance of cashier terminal (i.e., refill ink, printer paper, tickets, etc.)v. Cashier terminal messages

c. Revenue Collectors—At conclusion of this training, Parking staff, at minimum, shall be able to easily complete the following tasks:

i. Collection and/or replenishment of POFs

Page 9 of 20

Page 10: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

d. Financial and Administration Training—At conclusion of this training, Parking staff, at minimum, shall be able to easily complete the following tasks:

i. Process customer transactionsii. Sell 5-day passes and/or value cards

iii. Download and create financial reportsiv. Navigate and trouble-shoot system diagnosticsv. Set configuration parameters

vi. Monitor overall performancee. Supervisors—At conclusion of this training, Parking supervisors, at minimum, shall be

able to easily complete the following tasks:i. Perform all supervisory functions

Key Tasks and Activities, Deliverables and Completion Timeframe

The project shall be completed in 4 phases. These phases overlap and will need to be managed concurrently, in order to complete each phase on schedule. Below are the phases,listed in order of expected to completion:

Phase 1: System Setup and Structure 3 Installation Phase 2: Structure 1 and Lot 4 Installation Phase 3: Structure 2 Requirements (Construction to be performed by UC Davis Medical Center) Phase 4: Structure 2 Installation

Phase 1: System Setup and Structure 3 InstallationPhase 1 begins upon completion of contract with UC Davis Medical Center. During this phase, Supplier is responsible to order all equipment, software, and supplies; and for making all necessary arrangements required in order to complete Phase 1 and all other phases as quickly as possible. Phase 1 is complete when UCDHS acknowledges that Structure 3 is fully operational, and that all work has been completed with no remaining details.

Supplier Obligations

Task Activities Deliverables Completion Date or Timeframe

1 Order all hardware, software and supplies

Place orders for all equipment and supplies, to ensure timely installation in Structure 3.

Provide detailed list of parts ordered and estimated delivery dates.

Week 1 post contract

2 Order all credit card processing related accounts

Ensure that all accounts are ordered.

Provide requirements to UCDHS or place order and provide info.

Week 1 post contract

Page 10 of 20

Page 11: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

3 Structure 2 nested area information

Provide requirements for Structure 2 nested area.

Supply all requirements (drawings/cut-sheet) via email. Meet with UCDHS if required.

By week 2 post contract

4 Prewire Structure 3 Ensure that all wiring is in place. Test and replace any cables being re-used. Pull new cable as needed.

Provide overview of work performed.

By week 6 post contract

5 Test vehicle loops in Structure 3.

If re-using, Test, repair and/or replace in-ground loops as needed.

Provide list (via email) of all loops with test results and any action taken.

By week 6 post contract

6 Install / configure servers and all back-end software

Install and/or configure servers and all back-end software. Preconfigure system settings where possible

Work with UCDHS Parking to determine settings and configuration. Provide logins and account information.

By week 5 post contract

7 Training and Support Train on all aspects of the system, and provide support.

Provide manuals, guides and training materials. Perform on-site training.

By week 5 and continued through completion of project

8 Principal installation of Structure 3

Cut-over. Remove 3M/FAPD equipment, install new equipment, configure, test troubleshoot and oversee smooth transition.

New system should be fully installed and operational in Structure 3, including credit card functionality, with minimal downtime.

By week 6 post contract

9 Cleanup and on-site support Complete any additional features or outstanding installation details, clean-up, remove remaining hardware.

Structure 3 installation is complete and fully operational; no remaining details. Address any objections by UCDHS, to complete Phase 1

Weeks 1-2 following Principal Installation of Structure 3

10 UCDHS Sign-off Phase 1 complete. UCDHS expected Immediately

Page 11 of 20

Page 12: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

to sign-off on completion of Phase 1

following Cleanup and on-site support.

Phase 2: Structure 1 and Lot 4 InstallationPhase 2 begins when UCDHS signs-off that Phase 1 is complete. Phase 2 is complete when UCDHS acknowledges that Structure 1 and Lot 4 are fully operational, and that all work has been completed with no remaining details.

Supplier Obligations

Task Activities Deliverables Completion Date or Timeframe

1 Prewire Structure 1 and Lot 4

Ensure that all wiring is in place. Test and replace any cables being re-used. Pull new cable as needed.

Provide overview of work performed.

By week 1 of Phase 2

2 Test vehicle loops in Structure 1 and Lot 4.

If re-using, Test, repair and/or replace in-ground loops as needed.

Provide list (via email) of all loops with test results and any action taken.

By week 1 of Phase 2

3 Principal installation of Structure 1

Cut-overs. Remove 3M/FAPD equipment, install new equipment, configure, test troubleshoot and oversee smooth transition.

New system should be fully installed and operational in Structure 1, including credit card functionality, with minimal downtime.

Within 2.5 weeks of beginning Phase 2

4 Principal installation of Lot 4 Cut-overs. Remove 3M/FAPD equipment, install new equipment, configure, test troubleshoot and oversee smooth transition.

New system should be fully installed and operational in Lot 4, including credit card functionality, with minimal downtime.

Within 2.5 weeks of beginning Phase 2

5 Cleanup and on-site support Complete any additional features or outstanding installation details, clean-up, remove remaining hardware.

Structure 1 and Lot 4 installations are complete and fully operational; no remaining details. Address any objections by

Weeks 3-4 following Principal Installation of Structure 1 and Lot 4

Page 12 of 20

Page 13: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

UCDHS, to complete Phase 2

6 UCDHS Sign-off Phase 2 complete. UCDHS expected to sign-off on completion of Phase 1

Immediately following Cleanup and on-site support.

Phase 3: Structure 2 RequirementsPhase 3 begins upon completion of contract with UC Davis Medical Center. Completion of this phase is largely dependent upon UCDHS completion of construction required for nested area in Structure 2. UCDHS Parking is responsible for completion of construction, running electrical and the installation of conduit for data cables, as required to add a nested lane on the third level of Structure 2. Timely completion of Phase 3 will require detailed information from the Supplier in the beginning and responsive interaction throughout the process.

Supplier Obligations

Task Activities Deliverables Completion Date or Timeframe

1 Structure 2 nested area information

Provide requirements for Structure 2 nested area.

Supply all requirements (drawings/cut-sheet, electrical, etc.) via email. Meet with UCDHS if required.

By week 2 post contract

2 Assist with providing information and answering questions

Meet with UCDHS project leaders and contractorSupplierSuppliers as needed to insure construction is correct.

Phone, email and on-site visits may be required.

Weeks 1 through completion of Phase 3

Phase 4: Structure 2 InstallationPhase 4 begins upon completion of Phase 2 (not Phase 3) and consists of the complete installation of Structure 2. Phase 4 is complete when UCDHS acknowledges that Structure 2 is fully operational, and that all work has been completed with no remaining details.

Supplier Obligations

Task Activities Deliverables Completion Date or Timeframe

1 Prewire Structure 2 Ensure that all wiring is in place. Test and replace any cables being re-used. Pull new cable as needed.

Provide overview of work performed.

By week 1 of Phase 4

Page 13 of 20

Page 14: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

2 Test vehicle loops in Structure 2

If re-using, Test, repair and/or replace in-ground loops as needed.

Provide list of all loops with test results and any action taken.

By week 1 of Phase 4

3 Nested area Install or oversee installation of nested loops and test. Pull data cables and perform any pre-installation required.

Report completion and results of any action taken, including loop test results.

By week 2 of Phase 4 or within 1 week following completion of Phase 3, whichever is later

4 Principal installation of Structure 2

Cut-over. Remove 3M/FAPD equipment, install new equipment, configure, test troubleshoot and oversee smooth transition.

New system should be fully installed and operational in Structure 2, including credit card functionality, with minimal downtime.

Within 2.5 weeks of beginning Phase 4

5 Installation of Structure 2 nested lanes

Install new equipment, configure, test and troubleshoot.

Nested area in Structure 2 should be completely installed and operational.

Within 2.5 weeks of beginning Phase 4 or within 2.5 weeks following completion of Phase 3, whichever is later

6 Cleanup and on-site support Complete any additional features or outstanding installation details, clean-up, remove remaining hardware.

Structure 2 installation is complete and fully operational; no remaining details. Address any objections by UCDHS, to complete Phase 4

Weeks 3-4 following Principal Installation of Structure 1 and Lot 4

7 UCDHS Sign-off Phase 4 complete. UCDHS expected to sign-off on completion of Phase 4

Immediately following Cleanup and on-site support.

Page 14 of 20

Page 15: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

Standards & Requirements

The installation of the proposed PARCS shall conform to the following referenced codes, regulations, and standards as applicable:

1. Vendor and all third-party subSuppliers must be DIR listed and pay prevailing wages.2. All Federal, State, and Local laws, regulations and codes.3. ISO 9001 quality assurance standards.4. Compliant with all ADA requirements.5. National Electrical Code (NEC).6. The PARCS shall comply with current Payment Application Data Security Standard (PA DSS)

effective at the time of implementation.7. University of California Appendix – Data Security and Privacy

Warranty

1. General: Supplier shall warrant equipment and installation (100% parts and labor) for period of five years from date of final installation and acceptance by UC Davis Medical Center. System shall be serviced against any and all malfunctions due to manufacturing or installation defects at no cost to UC Davis Medical Center during warranty period. Software support shall be provided during warranty period.

2. Warranty Period: Warranty period shall begin after Supplier has demonstrated satisfactory performance of completed Parking Access and Revenue Control System and UC Davis Medical Center has signed a Certificate of Acceptance.

3. Warranty shall include the following terms:a. Supplier shall provide support, parts and labor to repair all hardware and software

faults, regardless of whether vendor or third party OEM supplier is still supporting that version/product generally.

b. Supplier shall maintain a local supply of spare parts and fully-qualified maintenance technician(s) sufficient to solve most (95%) problems in one visit.

c. In the event that a problem cannot be solved in one visit (e.g. parts must be special ordered), Supplier shall guarantee resolution of any problem within 10 days of the call for service request.

d. During installation, and continuing for 30 days following completion of Phase 4, Supplier will provide qualified maintenance technician(s) on site within 4 hours of the call for service request.Technicians will be fully equipped to solve most (95%) problems in one visit.

e. After the 30 days and continuing through remaining warranty period, Supplier will provide qualified maintenance technician(s) on site within 24 hours of the call for service request.Technicians will be fully equipped to solve most (95%) problems in one visit.

Page 15 of 20

Page 16: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

f. Supplier shall repair or replace all defective or damaged items delivered under contract by end of calendar day the following day on which notice was given by UC Davis Medical Center or its agent. Supplier may elect to have any replaced item returned to manufacturer at no additional expense to UC Davis Medical Center. If Supplier is not available, UC Davis Medical Center may initiate repairs. Supplier shall then reimburse UC Davis Medical Center for parts necessary to correct deficiencies as defined within warranty clause and time.

g. Items or equipment requiring 3 repairs within a 1 year timeframe shall be considered defective and will be replaced at no cost to UC Davis Medical Center.

h. UC Davis Medical Center shall receive expedited priority service and free shipping of parts. Critical parts shall be serviced on an exchange or loaner basis to minimize downtime. Parts removed from on-site spare parts inventory shall be replaced as soon as practicable after use.

i. Non-critical software support (other than repairs due to malfunction of software) including but not limited to questions, clarification, training, etc. shall be provided 7 am to 6 pm Pacific Standard Time (PST) zone, seven days per week. Guaranteed response time for requests for support during this period shall be within 30 minutes.

j. Additional fees shall not be charged for repair/correction of software functions required by specifications, even if undiscovered during testing, commissioning or warranty period, including report formatting and data recovery or fixing resulting from software deficiencies.

k. Supplier shall keep a log of all maintenance, preventive maintenance and repair work performed under warranty. The log should be in a UC Davis Medical Center approved format and shall be available for inspection by the UC Davis Medical Center at any time. The Maintenance Log should be kept on a component-by-component basis with separate sections or volumes as appropriate for each component. The log should itemize the history of preventive and emergency maintenance activities, stating the character, duration, cause, and cure of all malfunctions along with the individual who completed the repair. Additionally, the log will record all hardware and software updates.

l. All commercially-released software updates, patches and upgrades applicable to this system shall be installed at no additional cost.

4. During the warranty period, software shall be modified to meet statutory, legal, and/or regulatory compliance at no additional cost, and without need to replace hardware to be compliant with same, including but not limited to change in sales and/or use taxes such as parking-specific tax, PCI/CISP compliance, etc.

5. Parts and labor for non-covered consumable supplies/stock items shall be offered at competitive rates.

6. Supplier shall provide any additional warranty terms for the scope of this project.

Page 16 of 20

Page 17: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

Maintenance Contract

1. Vendor shall provide a separately priced option for a series of one (1) year maintenance and service contracts renewable upon completion of Warranty for a period up to ten (10) years. If UCDHS ops to renew, UCDHS shall pay Supplier annual renewal fees based upon Suppliers rates for renewal; provided that Supplier may not increase the Support and Maintenance Service Fee more than the lesser of CPI-All Index or three percent (3%) from one year term to another; and provided further that the maintenance and service contract fees shall, at all times, be equal to or less than the lowest rate charged for such maintenance and services to any of Supplier’s other customers. The costs of the Maintenance and Service Contract shall be broken-out by maintenance service function. Pricing shall stipulate hourly labor rates for agreed upon services based upon maintenance service function. Labor rates shall include separate hourly rates for travel time to and from site.

2. Emergency Maintenance: Emergency maintenance is classified as support that is necessary to remedy system failures that prevent basic operations of the multi-meter system. Emergency maintenance shall be supported by an on-call support team. Response time should be within one hour and on site within twenty-four hours if needed.

3. Maintenance Log: The Maintenance Service Supplier shall maintain a Maintenance Log of all Preventive and Emergency Maintenance services performed during the Maintenance Service Contract. The log should be in a UC Davis Medical Center approved format and shall be available for inspection by the UC Davis Medical Center at any time. The Maintenance Log should be kept on a component-by-component basis with separate sections or volumes as appropriate for each component. The log should itemize the history of preventive and emergency maintenance activities, stating the character, duration, cause, and cure of all malfunctions along with the individual who completed the repair. Additionally, the log will record all hardware and software updates.

4. Upgrades to hardware and software shall be offered at competitive rates, including upgrades in currency acceptance/issuance devices required by changes in currency design by US Government.

5. Any additional system training and support for new hires by UC Davis Medical Center shall be offered at competitive rates during term of maintenance contract.

6. Professional Services (including on-site/web based/remote site training, additional/custom report formatting, modifications/ changes/ reprogramming of specified system functions after warranty period), and excluded malfunctions (from acts of God, vandalism, misuse, electrical power surges, power failure), shall be offered at competitive rates.

7. During the extended maintenance contract periods, fully-qualified maintenance technician shall be on-site within twenty-four hours of service request (Saturdays, Sundays and federal holidays excluded).

Page 17 of 20

Page 18: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

Liquidated Damages

Delay

If Supplier fails to complete the Work within the Contract Time, Supplier shall pay to UC, as liquidated damages and not as a penalty, the sum of $100.00 per day for each day after the expiration of the Contract Time that the Work remains incomplete. University and Supplier agree that if the Work is not completed within the Contract Time, University's damages would be extremely difficult or impracticable to determine and that the aforesaid amounts are reasonable estimates of and reasonable sums for such damages. UC may deduct any liquidated damages due from Supplier from any amounts otherwise due to Supplier under the Contract Documents. This provision shall not limit any right or remedy of University in the event of any other default of Supplier other than failing to complete the Work within the Contract Time.

Gate Malfunction

This Section addresses UCDHS concerns regarding claims relating to vehicle damage casued by a malfunction of a Supplier-furnished gate. Subject to these terms and conditions:

At the UCDHS discretion, UC May require reimbursement for actual vehicle repair cost up to $2,500 per occurance resulting from gate arm contact with vehicle. Supplier liability for damages shall not exceed $25,000.00 and shall not apply beyond the initial warranty period.

Service Guarantee credits

UCDHS shall receive a Service Gurantee credit of $100 per day, per Component that remains functionally out of service, as reasonably determined by UCDHS and agreed upon the Supplier, for more than 10 days beyond the initial call for sevice request by UCDHS. Service Guarantee Credits will be deducted from the monthly licensing and processing fees.

“Component” shall be defined as a major PARCS device, including but not limited to entry stations, exit stations, barrier gates, pay-on-foot machines, cashier stations, card readers, vehicle detection loops, programmable signage/displays, system controllers, intercom panel/station, LPR cameras, license plate recognition systems, occupancy monitoring systems, servers, etc.

Key Personnel

- Supplier’s Account Manager is listed below, is subject to UCDHS approval, and has overall responsibility for managing the UCDHS/Supplier relationship:

NamePhoneEmailAddress

Page 18 of 20

Page 19: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

- Subcontractors authorized to render Services under this SOW:

Name of Subcontractor Services the Subcontractor will perform

- Supplier’s Account Management Team is:

Name/TitlePhoneEmailAddress

Name/TitlePhoneEmailAddress

Name/TitlePhoneEmailAddress

Name/TitlePhoneEmailAddress

- UCDHS’S Project Manager, responsible for acceptance/rejection of project results/deliverables, is:

Name Peter TiberiniPhone 916.734.5958Email [email protected] 4800 2nd Ave Suite 1100

Sacramento, CA 95817

This Statement of Work is signed below by the parties’ duly authorized representatives.

Page 19 of 20

Page 20: Web viewATTACHMENT A TO PURCHASING AGREEMENT #______ STATEMENT OF WORK . This Statement of Work # __ (“SOW”) is issued pursuant to Purchasing Agreement

THE UNIVERSITY OF CALIFORNIA DAVIS [SUPPLIER NAME]HEALTH SYSTEM

________________________________ ____________________________________(Signature) (Signature)

________________________________ ____________________________________(Printed Name, Title) (Printed Name, Title)

________________________________ ____________________________________(Date) (Date

Page 20 of 20