The vendor is required to provide that photo speed violation monitoring system (PSVMS) to install and monitor automated photo enforcement in three (3) pre-determined school zones.
- All required equipment and systems, and the maintenance and daily operation of the provided equipment and systems,
- All required equipment and information technology systems to capture and process violations, citations, and payments,
- All required security and privacy systems to ensure all data and personal information is secure and stored in accordance with all required privacy and cyber security standards, including the requirement that the camera should not be used to identify the vehicle occupant or vehicle contents.
- All processing services, including initial review of captured possible violations; working with city of department to certify the violations; preparation, printing, and mailing of citations; payment processing of fines; and tracking and reporting of the processing rates and times,
- Support services to include responding to all freedom of information law (foil) requests; expert and technical witness for any court proceedings; specialist and technical support for requests for information about the systems and processes; providing support and providing data, metadata, and information to meet required reporting requirements and to support city staff in their regular reporting to the common council, the public and stakeholders,
- Provide data, metadata, and statistics within the limits of privacy and security standards.
- A system that has the ability to assist law enforcement with other activities is preferred.
- This may include the ability of a police department to conduct license plate searches in real time or near real time.
- All personnel and equipment required to fulfill these responsibilities and the daily operations and maintenance of the systems,
- The city will require both remote and onsite access to equipment and violations.
- Annual statement of calibration will be required.
- Daily function check statement will be required for all days on which violations will be issued.
- The selected contractor will be required to provide back-office operations, including customer service, Monday – Friday, 8:30 a.m. – 4:30 p.m. local time.
- However, field operations run 24/7 and the selected contractor’s response for field operations support is not limited to business hours.
- The selected contractor is also required to respond within the timeframes set by the RFP.
- The city is looking for responders to propose how they will meet the requirements based on the system being proposed.
- The city expects a camera system that does not require the use of heavy equipment to move and that is easily removable
- The city requires an ‘operations manual’ including but not limited to complete information on the technical operation of the equipment, from turn-on of equipment to troubleshooting camera operations.
- The contents must be updated, or new manuals provided when new or updated systems are deployed.
- The selected contractor will be required to provide qualified personnel to resolve problems with any aspect of the program within 2 hours as stipulated in the RFP.
- The camera systems shall utilize high resolution cameras with a minimum aggregate of twenty-four (24) megapixels that allows for zooming and the cropping of pictures.
- The city requires the evidence to be formatted and to be saved in any of the following formats: jpg, bmp, gif, tiff, mpeg and AVI file formats or any other format the city may elect in the future or in a format that allows the city to access the data.
- All equipment to be installed in the city for the purpose of this solicitation must be first-run, unused with latest technology.
- Only vehicles registered in state will be flagged which means there is only one interface to maintain.
- Should reciprocity with other states be established in the future, then additional interfaces will need to be established and maintained, as stated in the RFP.
- The number of additional interfaces that may be established in the future is unknown.
- The city does not have a list of approved contractors specific to this RFP.
- Each offeror is responsible for its plan including any other subcontractors it includes as part of its response to this proposal.
- Vendor will retain ownership of all equipment and is responsible for replacement in the event of failure, theft, damage or any other event which renders the equipment not functional.
- Vendor will remove all equipment at the conclusion of the contract.
- Contract Period/Term: 2 years
- Questions/Inquires Deadline: March 28, 2025
Set up free email alerts and get notified when new government bids, tenders and procurement opportunities match your industry and location. Choose daily or weekly delivery.