Loading...
HomeMy WebLinkAboutCC Resolution 13644 (Credit Card Meters; IPS Group)CITY COUNCIL OF THE CITY OF SAN RAFAEL RESOLUTION NO. 13644 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AWARDING A CONTRACT TO IPS GROUP FOR CREDIT CARD METERS/SENSORS WHEREAS, The City of San Rafael currently operates and shall continue to operate metered on -street parking within the City; and WHEREAS, Section 2.55.190 of the San Rafael Municipal Code requires the City Council to authorize the purchase of equipment or services by competitive negotiation; and WHEREAS, a request for proposal was issued for the purpose of soliciting bids for the purchase and installation of credit card meters/sensors; and WHEREAS, Staff reviewed all proposals submitted as required in the request for proposals and determined that IPS Group ranked first with respect to the criteria listed in the RFP. NOW, THEREFORE BE IT RESOLVED, that the SAN RAFAEL CITY COUNCIL hereby authorizes the City Manager to execute a contract with IPS Group for the purchase of credit card parking meters and sensors. I, ESTHER BEIRNE, City Clerk of the City of San Rafael, hereby certify that the foregoing resolution was duly and regularly introduced and adopted at a regular meeting of the City Council held on the 18th day of November 2013, by the following vote, to wit: AYES: COUNCILMEMBERS: Colin, Connolly, Heller, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None -er -.r. ESTHER C. BEIRNE, City Clerk 0 AGREEMENT FOR PURCHASE OF PARKING METER EQUIPMENT This Agreement is made and entered into this day of 2014, by and between the CITYOr, SAN RAFAEL (hereinafter "CITY"), and IPS Group, hic., a Pennsylvania corporation authorized to do and doing business in California (hereirtafter "CONTRACTOR"). RECITALS 'WHEREAS, CITY wishes to upgrade existing parking meters within the CITY and issued a Request for Proposals dated Anie 10.2013 to obtain bids for credit card capable parking meters, parking sensors, and an accompanying data management system; and WHEREAS, CONTRACTOR submitted an acceptable bid for the desired products; and WHEREAS, CITY and CONTRACTOR entered. into an Agreement, dated October 25, 2013, for the purchase of sixty (60) parking meters as a test program; WHEREAS, CITY has been satisfied with the operation of the sixty (60) parking meters purchased and installed under the test program, and now desires to proceed with the purchase additional parking meters from CONTRACTOR according to the terms and conditions of this Agreement; AGREEMENT NOW, THEREFORE, the parties hereby agree as follolvVIS: PROJECT COORDINATION. A. CITY. The City Manager shall be the representative of the CITY for all purposes under this Agreement. The Parking Services Manager is hereby designated the PROJ14CIT MANA(T'ER for the CffY, and said PROJECT MANA(3ER shall supervise all aspe=cts of the _progress and execution of this Agreement. B. CONTRACTOR. CONTRACTOR shall assign a single PROJECT MANAGER to have overall responsibility for the progress and implementation of this Agreement for CONTRACTOR, Steven Smeenge is hereby designated as the PROJECT MANAGER for CONTRAC'TOR. Should cii-oitaistances or conditions subsequent to the execution of this Agrocnient require a substitute PROJECT IMANACTIR, 14r =y reason, the CONTRACTOR s1rdil nofi�, fl)c CITY within ten (10) bwiness (lays of the substitution. 1 Dt-j.jJES,.QF CONTRACTOR. A, CONTRACTOR shall ship acrd install up to nine bundrcd and forty (940) additional riew, firth' -tested M(Ael M5 parld-ng meters and related equipment as specified in the "Quote" dated 10/14/13 attached hereto as Exhibit "A" acrd incoqxnated herein by reference, Lipon the direction of the PROJECT MANAGER. B. Coordinated installation of all parking meter equipment will take place according to a pre -defined deployment plan created by CITY and CONTRACTOR, during standard business hours, and will be based on mutual agreement of staffing, dates, and locations. CITY staff, in conjunction with CONTRACTOR staff, will inspect parking meter equipment following installation to ensure proper installation and. operation, Unless otherwise notified in writing, system acceptance will take place at the time of installation of the parking meter equipment and CITY's confirmation of satisfactory operation of such equipment, C. CONTRACTOR shall provide all current manuals for the parking meter equipment, and shall provide all manuals for any future upgraded or new services. CONTRACTOR shall provide initial on-site training, and local on-site support during the warranty period, D. CONTRACTOR shall provide a full 12 -month warranty on all instalted equipment as described in Exhibit "B", IPS Limited Warranty, attached hereto and incorporated herein by reference, E. CONTRACTOR shall bear risk of loss of the parking meter equipment, including any damage sustained during transportation to the delivery site. Transfer of title to parking meter equipment, and otherwise risk of loss, shall pass to CITY upon delivery. 3. DUTIES -OF CITY. CITY shall pay the compensation as ,provided in Paragraph 4, and perform the duties as, IbIlows: A, CITY, at its own cost and cNpeuso, shall keep the equipment in good ropair, condition and working order. CITY will also notify CONTRACTOR of any need for wvarranty re pair work and will coordinate the reftirn process with CONTRACTOR, B. CITY shall be solely responsible for meter posts and housings, ine'luding keeping nicter posts, keys locks and housings in good working order mid in compliance with all applicable laws, C. CITY shall use the parking meter equipment in the proper manner and shall comply, with. and conform to all national, state, and local laws sand regulations in any way relating to the possession, use or maintcuance of the equipment., 4. QQNIPE�NSATIQN, to lull payment for the equipixtent aml w.rviccs provided hereunder by C(:ONTRACTOR, CITY -,hall pay CONTRACTOR a suns not to exceed, $750,000, as detailed in F.xliibit "'A," Ix,yable Lipari acceptance of the parking meter equipaient 1sy CITYas descrif)ed in,13'ectior 21.13. of this Agreement. S. Documwrs PART OF AGREEMENT. If needed in interpreting the terms of this Agieernent, reference shall be made to the following documents, incorporated herein by reference: A. The RFP with Appendices issued by CITY dated June 10, 2013, and any addenda as issued by CITY prior to the opening of proposals on July 12, 2013. B. CONTRACTOR'S 12FP Submission dated July 11, 2013 and CONTRACTOR'S BAFO dated August 20, 2013. 6, TERMINK110N. A. If either CITY or CONTRACTOR violates any material term or condition of this Agreement or fails to fulfill in a timely and proper manner its obligations under this Agreement, then the aggrieved party will give the other party (the "responsible party") written notice of such failure or violation. The responsible party will correct the violation or. I-Wlure within 30 calendar days or as otherwise mutually agreed. If the failure or violation is not corrected, this Agreement may be terminated immediately by written notice from the aggrieved party. The option to terminate will be at the sole discretion of the aggrieved party. B. When. it is in the best interest of CITY, CITY may terminate this Agreement, in whole or in part, by providing 30 calendar days' written notice to CONTRACTOR prior to the effective date of termination. Upon teii-nination, CITY shall be liable for outstanding, undisputed payments required by the terms of this Agreement for goods received by CITY. 7. INSURANCE. A. During the term of this Agreement, CONTRACTOR sball maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million ($1,000,000) dollars per occurrence J.or death, bodily injury, personal inji.try, or property damage. 2. An automobile liability (ovyned, non -owned, and hired vehicles) insurance policy in die minimurn aw ou tit ofone millioi) ($1,,000,000-) dollars per occurrence, 3. If ary ficenstA professional pej•fbiriis any of the services required to be poil'On.,i)ed under t€ -is Agreement, a profossio'nal likability insurance policy in the winim.um. an-lount of one million $1,000,000) dollars to cover any claims arising cut of the CONTRACTOR's per.,lbnnance of services under this Ap�-eemejif, 13. 'Fhe ilisurance Coverage re,(juircd of the CONT11AC"FOR by section 7. A. Sb all also meet the following requirements: r5 I , The insurance shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or coverage for any contribution. 2. Except for professional liability insurance, the insurance policies shall be endorsed for contractual liability and personal injury. 3. Except for professional liability insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds under the policies. 4. CUNTRACTOR shall, provide to City's Risk Manager, (a) Certificates of Insurance evidencing the insurance coverage required herein, and (b) specific endorsements naming CITY, its officers, agents, employees, and volunteers, as additional named insureds under the policies. 5. The insurance policies shall provide that the insurance carrier shall not cancel, terminatQ or otherwise modify the terms and conditions of said insurance policies except upon ten (10) days written notice to City's Risk Manager. 6. If the insurance is written on a Claims Made Form, then, following termination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 7. 'J.'he insurance; policies shall provide for a retroactive (late of placement coinciding with the effective date of this Agreement, 8. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. G If it employs any person, CONTRACTOR shall Tnaillt8ill workers compensation and employer's liability insurance, as required by the, State Labor ("ode and other applicable laws and regulations, and as necessary to protect both CONTRACTOR and CITY against all liability for injuries to C0NT1U(.3.'0R's officers and employees. D. Any deductibles or self-insuredretentiorts in CONTRAcrows it).surance policies must be declared to and approved by the City's Risk Manager and the City Attorney. At CITY's option, the deductibles or self-insured retentions withh respect to CITY shall be reduced or e1hrunated to CITY's satisfaction, or CON17RAC'FOR, shall pi°ocurc a bond guaranteeing payment of osses and. related investigations, claimsadininistration, attorney's fees and defense expenses. 8. INDENNIFICATION, CONTRACTOR shall incleinnify, release, defend and hold harmless CITY, its officers, and ernployees, against any claire, loss, liability or expetisc of any kind., includii-rig LIttOrn0y'S fees, �IrBlllg OUt Of' or resulthig in any way, in whole or in part, ftom any acts or omissions, intentional or negligent, of CONTRACTOR or CONTRACTOR's officers, agents and employees in the performaiiee of their duties and obligations tinder this Agreement. 9. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national origin or disability in connection with or related to the performance of its duties and obligations under this Agreement. 10. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state =d local laws, ordinances, codes and regulations, in the performance of its duties and obligations tinder this Agreement. CONTRACTOR shall perform all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold harmless CITY, its officers, agents and employees from any and all darnages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws, ordinances, codes or regulations. 11, NO T1JIRD PARTY BENEFICIARIES. CITY and CONTRACTOR do not intend, by any provision of this Agreement, to create in any third party, any benefit or right owed by one party, under the terms and conditions of this Agreement, to the other party. 12, NOTICES. All notices and other communications required or permitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by txrsonal delivery, or deposited with the United States Postal Service, postage prepaid, addressed to the parties intended to be notified. Notice shall be deemed given as of the date of personal delivery, or if mailed, upon. the date of deposit with the United States Postal Service. 'Notice shall be given as follows: TO CITY: Jim Mybers, Parking Services Director (,'ity of San Ralkl P.O. Box 151560 San Rafael, ("A 949 1 5-1 560 TO CONTRACTOR: IPS Group, Inc. 560J Oberlin Dr., Suite, 100 San Diego, CA 92 121 Ailri: Chad Randall. ('00 13. INDEPENDENT CONTRACFOR. For the purposes, and for the duration, of this Agreement, CONTRACTOR, its officers, agents and employees shall act in the capacity of an Independent Contractor, and not as employees of the CITY. CONTRACTOR and CITY expressly intend and agree that the status of CONTRACTOR, its officers, agents and employees he that of an Independent Contractor and not that of an employee of CITY. 14, ENTIRE AGREEM1.TNT --,AMENDMENTS, A. The term-, and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the parties with respect to the subject matter of this Agreement. B. This written Agreement shall supersede any and all prior agreements, oral or written, regarding the subject matter between the CONTRACTOR and the CITY, C. No other agreement, promise or statement, written or oral, relating to the sul?ject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The terms and conditions of this Agreement shall not be altered or modified except by a written amendment, to this Agreement signed by the CONTRACTOR and the CITY. El. If any conflicts arise between the terins and conditions of this Agreement, and the terms and conditions of the attached exhibits or the documents expressly incorporated by reference, the terms and conditions of this Agreemeritsball control, I.S. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct From any payment due to CONTRACTOR under this Agreement, any wonies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 16. WAIYI.16. The waiver by either party of any breach or violation of any terra, covrmajit or condition of this Agi.-couient, or of any ordinance. Law or regulation, shall not be deemed to be a waiver of any other teen, covenant, condition, ordinance, law or regulaflon, or of any %ibscqucnt breach or violation of the same or other torrn.. Condition, ordiiuince, law or rogulation, `J he subsequent acceptance by either pally of any fee, perfoiTnance, or other consideration which may becorne due or oMn�_ under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other party of any term, condition, covenaul of this Agreement or any applicable law. ordinanco, or ngulatioit 17. SEVERABILITY If any provision in this Agreement subsequently is determined to be invalid, illegal or unenforceable, that determination shall not affect the validity, legality or cir6brecability of the remaining provisions stated in any section or sub -section of this Agreement unless that effect is made impossible by the absence of the omitted provision.. 18. INTELLE(71 JAI, PROPERTY AND CONFIDENTIALITY A. All pre-existing and independently developed intellectual property, and any derivation thereot', including but not limited to designs, models, inventions, processes, methodologies, software, associated documentation, software upgrades, modifications and customizations, copyrightable material and other tangible and intangible materials authored, and combinations thereof, prepared, created, made, delivered, conceived or reduced to practice, in whole or in part, by CONTRACTOR and provided to CITY ("Pre -Existing and Independently Developed IP") will at all times remain the sole and exclusive property of CONTRACTOR and/or its vendors. Nothing in this Section or elsewhere in this Agreement shall be construed as assigning, selling, conveying, or otherurise transferring any ownership rights or title in CONTRACTOR Pre -Existing and Independently Developed IP. B. CONTRACTOR hereby grants CITY, including its departments, commissioners, officials, officers, employees, consultants, and agents (collectively, "CITY') all the rights and licenses required to use CONTRACTOR'S Equipment and Soft. -are. Such rights and licenses are non -assignable, non -transferable and non-exclusive, and specific only to use within CITY. C. CONTRACTOR understands the nature of public information and the requirement for CITY to adhere to all rules and laws that apply to requests for ptiblic infinnation, such as the California Public Records Act, and the like. However, CITY also understands CONTRACTOR -IS position that its equipment and software contain intellectual property, copyrights, and trade secrets that do not exist in the public domain. Therefore, CITY agrees that it shall not knowingly agree, assist, or sell any equipment or allow any third party to gain. access to equipment, sollware, or documentation provided by CONTRACTOR for the purposes of reverse engineering or evaluation without the prior written consent of CONTRACTrOR, or as mandated by judicial order or applicable law. CITY agrees to provide CONTRACTOR with prompt notice prior to any disclosure required by judicial order or applicable law. so that COWRACTOR lias an oppoa-unity to obtain a Court orkt. to limit such disclosure. 1.), CONTRACTOR shall dale nd find hold hatailess ("11TY in any ,wtion brought against CITY to the extent it is based on a third party clairn that use by CITY of the parking meters ng and 11 c eildently Developed IP, rovided to and so,[Nkare, including tli.e 11"re-r-,xi.sti, , I d p p CTINtinder this Agreenient directly infringes any valid I lnittd States patent, copyriel-t, tradc secret owned of stich third party. CONTRACTOR shall pay any liabilities, costs, damages, and expenses (including reasonable attorney's fees) filially awarded against CITY A a, in such- action, provided that CITY notifies CONTRACTOR within fifleeii (15) days of learning of such claim, and. CITY cooperates: with CONTRACTOR, at CONTRACTOR's expense, in defending or settling such claim, provided that CONTRACTOR shall not enter into any settlement or other compromise that materially Lind adversely affects CITY . without CITY's written. approval, which shall not be unreasonably witblield. 19. COSTS AND ATTORNEY'S FEES, VENUE. The prevailing party i -ti any action brought to enforce the terms and conditions of this Agreement, or arising out of the performance of dii.s Agreement, may recover its reasonable costs (including claims administration) and attorney's fees expended in connection with such action. The venue :for any such action shall be Marin County, California. 20. CITY BUSINESS L1CFNSF. / OTHER TAXES. CONTRACTOR shall obtain and maintain during the duration of this Agreement, a CITY business license as required by the San Rafael Municipal Code. CONTRACTOR Shall pay any and all state and.federal taxes and any other applicable taxes. CITY shall not be required to pay for any work performed under this Agreement, until CONTRACTOR has provided CITY with a completed Internal Revenue Service Form W-9 (Request for Taxpayer Identification Number and Certification). 21. APPLICABLE LAW. The laws of the State of California shall govern this Agreement. 22, PURCHASES BY OTIMk PUBLIC' AGENCIES. CONTRACTOR agrees to extend identical prices and services for the equipment provided to CITY heteunder, under the same terins and conditions specified hereunder, to all public agencies located in California, without any further competitikre bidding, to the extent perntitted by law. Each such public agency will execute its own Contract wifli. the CONTRACTOR for its requirements, funding such purchases out of its own funding Sources. CITY shall. not incur aaiy financial responsibility in connection with CONTRACTOR's contracting with such other ptiblic aguncies for such equipment, IN WITNESS WHEREOF, the parties have e-xceuted this Agreement as oftbe day, month and ye.11-411-stabove Nvlittefl. t3 W-- 1`4 V@MP CITY OF SAN RAFAEL City ManagerNA14(11rMACKL . A.'T'f'EST: l ,STIJER C. BFIRINE, City Clerk APPROVED AS TO FORM: ROBEIRTF. T-U)STRUN, City Attorney p�� IPS GROUP, INC. f"', 'V By: CIIAT)'I DALL, COO 1471� MIDDY Exhibit "A" Quote'dated 10/14/13 I A111 1011 1 , . I W Model M5 60 795-008 795 Meter Mechanism with $475,00 $28,500= Dome 60 132-002 Completer Top Cover Model M5 $0.00 796 60 RFID tag for Model 795 $0.00 60 Shipping $0.0 Totat Discount Subtotal $28,500.00 Sales Tax 9% $2,565.00 TWO; i $31,065,00 Quotation prepared by: Lauri Koller This is a quotation on the goods 17a/77ed, subject to tho conditions noted below., (Describe -any conditions pertaining to these prices and any additional tornis of the agrewnwiL You may want 1c) in,,lude confinge"c4es that will affoct the 'quotafloo') To accej)t this quotatioo, sign here w7d ref4jrn: Thank you for your business! fiTefec»mmunicatlonsDate 10114120 f3 J/05 04101611 # U005 the Next Generation in Parking Fxpkatibn Date 1111412013 IPS Group, Inc TO City of San Rafaef 5601 Oberlin Drive Attn: Jim Myhers San Diego, CA 92121 Phone 868.568.7649 Fax 858,408.3352 Latirl.kelter@ipSgrOLIpinc.com I A111 1011 1 , . I W Model M5 60 795-008 795 Meter Mechanism with $475,00 $28,500= Dome 60 132-002 Completer Top Cover Model M5 $0.00 796 60 RFID tag for Model 795 $0.00 60 Shipping $0.0 Totat Discount Subtotal $28,500.00 Sales Tax 9% $2,565.00 TWO; i $31,065,00 Quotation prepared by: Lauri Koller This is a quotation on the goods 17a/77ed, subject to tho conditions noted below., (Describe -any conditions pertaining to these prices and any additional tornis of the agrewnwiL You may want 1c) in,,lude confinge"c4es that will affoct the 'quotafloo') To accej)t this quotatioo, sign here w7d ref4jrn: Thank you for your business! a.:?.: r� �t%p ',;� �'� b� '�?i : h. "MR, ON Exhibit "B" IPS Limited Warn'lTity Aft 9, 45i IPS LIMITED WARRANTY IPS will provide a llrnitcrd warranty for any new meter or sensor product manufactured and supplied by IPS for 12 months against defects in materials and workmanship from the point of installation or 15 months from the date of delivery, whichever is sooner, and 90 days ft-orn the, date of delivery received in the case of spare or repaired products. Additional Provisions: • IPS must have the opportunity to assist in the initial deployment and system installation • Repair or replacement under warranty of any defective product (including any meter or subcomponent) does not extend the warranty period for that product or subcomponent IPS will either repair or replace products or SLA)COMpone;nts, of our discretion, that a re found to be defective within the defined warranty period , Returns for credit will only apply once IPS has received defective product (including any meter or subcomponent) and confirmed that defects were within the warranty period and are covered under the terms and conditions of the warranty provided, Exclusions: Warranty voided with use of imitation or non -genuine IPS replacement parts, un- authorized alterations, abuse, vandalism, improper handling or general misuse to the equipment (hardware, or software:;), including attempted repairs that result in damage'. IPS does not cover defects caused by improper care or use, lack of preventative, maintenance, and does not warranty any defects due to vandalism or other factors contained as a part of the Force, Majeure, clause below, Force Majeure: IPS shall not be liable for any warranty provisions where such product failwe is as a result of Acts of Nature. (inckidihg fire, flood, earthquake, storm, hurricane or other natural disaster), war, invasion, act of foreign enernies, hostilities (whether war is declared or not), civil war, rebellion, revolution, insurrection, mIllitary or usurped power or confiscation, terrorist activities, nationalization, government sanction, blockage, embargo, labor dispute, strike, lockout or in"lerrupHon or failure, of elecirilcifY [or cellular telecommunication failures caused by any of the events or causes described above). P!,even [a live t0ainterronce (Meters): • Preventative maintenance Will be., similar to current single-space parking meters, However, the primary elements will be a working battery, card reader and coin validator. • lvletor5 surfaces should be kept cf(,a!i with mild soap (ind water • The card reader heads should be cleaned with a cleaning cord every 1-2 months to ensure optimum porformonc.o. Cleaning eards rnay be purchased frow, IPS. •M, 9jq e ) - � v r- T-v-.1ge , rnont�i increryienis, the coin volidator shali be, visually inspoct d f(,t --in� d 1) or debris. Compressed oir may be used t,-,) keep the card reader and coin acceptor cfdobris, <<vcry 9,12 mor-slh�i. • Additional prever,tative rnaintenance shicO be adml!iistet,ed by City Staff al such fiitlie; US it is opparent to be necessory, even if if should occur on o rnore frequent k.,cnsis than d s (.,,, r i b P- d t,, e r o, i n City, at its own cost and expense, shall keep the equipment In good repair, condition, ond working ardor offer w(,'1rrrjntY OX00"K M 43 1 C i I y o f ", .H, 11 R (I f 0,