Loading...
HomeMy WebLinkAboutPW Fleet Vehicle Purchases FY2017-18____________________________________________________________________________________ FOR CITY CLERK ONLY File No.: 9-3-40.1 Council Meeting: 12/18/2017 Disposition: Resolutions 14437 & 14438 Agenda Item No: 4.k Meeting Date: December 18, 2017 SAN RAFAEL CITY COUNCIL AGENDA REPORT Department: Public Works Prepared by: Bill Guerin Director of Public Works City Manager Approval: __________ File No.: 01.14.16 TOPIC: FY 2017-18 FLEET VEHICLE PURCHASES SUBJECT: 1. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO PURCHASE SEVEN VEHICLES AND EQUIPMENT FOR PUBLIC WORKS, POLICE DEPARTMENT, FIRE DEPARTMENT AND PARKING SERVICES. 2. RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO ENTER INTO A 3-YEAR AGREEMENT WITH PCS MOBILE, INC. FOR AUTOVU LICENSE PLATE RECOGNITION SOFTWARE IN AN AMOUNT NOT TO EXCEED $167,295. RECOMMENDATION: Adopt the resolutions. BACKGROUND: The City of San Rafael’s vehicle fleet consists of 185 vehicles. This refers to vehicles such as passenger cars and trucks as well as the City’s specialty vehicles supporting the Fire Department, Police Department, Public Works, and others. In addition to the street-legal vehicles maintained in the City fleet, the Public Works Vehicle Maintenance and Replacement Program maintains 66 heavy equipment vehicles including a backhoe, paint striper, tractors, and street sweepers. The majority of City vehicles are utilized by public safety (Police and Fire), followed by Public Works. The Department of Public Works proposes a list of vehicles that are recommended for replacement that fiscal year. The budget for vehicle replacement is set in the current year’s budget in the Vehicle Replacement Fund (Fund #600). For FY 2016-17, a total of 14 fleet vehicles were recommended and approved for replacement at the October 3, 2016 City Council meeting. On June 5, 2017, an additional seven vehicles and equipment were recommended and approved for replacement at the City Council meeting, and on October 2, 2017 two ambulances were approved for replacement. The City’s Fleet Management Policy and Procedures (See Attachment 3) outlines the role of the Fleet Manager and various policies around replacement and repairs (including a commitment to purchase “green” e.g. hybrid or electric vehicles whenever possible). In addition, the Policy and Procedures document suggests a useable life for fleet vehicles by type. The usable life schedule outlined in the Fleet SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 2 Policy and Procedures serves as a guide for estimating when replacement should occur; and vehicles are not necessarily replaced in the number of years dictated by this schedule. The decision to replace a vehicle or other piece of equipment is based on its safety, mechanical condition, repair history and cost, the department’s operational needs, and available finances. ANALYSIS: There are seven vehicles that Public Works is recommending to replace: three international dump trucks and one utility truck (Public Works), two pickup trucks (Police Department and Parking Services), and one ambulance (Fire Department). Public Works is also recommending the purchase of two sets of license plate recognition pieces of equipment to be installed on two existing vehicles (Parking Services). With the exception of the license plate recognition equipment and the ambulance, all of the vehicles will be purchased utilizing the prices set forth in the State Contract. Negotiated and administered by the State of California General Services Agency, the State Contract is a cooperative purchasing program that local governments (and other government agencies) are able to “piggyback” on with their own purchases. The prices for vehicles and equipment in the statewide contract are awarded to the dealership which bids the lowest price for that make/model. The Municipal code for Procurement allows for the utilization of cooperative purchasing programs: Municipal Code 2.55.260 - Cooperative purchasing programs. “Purchases of supplies, material, equipment or services and sales of surplus property made under a cooperative purchasing program, utilizing purchasing agreements maintained by the state, county or other public agencies are exempt from the requirements of this chapter. To the extent possible, cooperative purchases joined will be competitively awarded, and documentation as to the advantage of the cooperative purchase will be retained.” The ambulance can be purchased under Houston-Galveston Area Council (HGAC), a Cooperative Purchasing Program which provides preferred pricing and discounts for municipal agencies for more specialized vehicles and equipment such as ambulances. Summary of Proposed Vehicle/Equipment Purchases Department Vehicle/Equipment to be replaced Type Last year replaced Preliminary Price Purchase Strategy Public Works Commercial Work Truck (#42) Fleet Vehicle 2000 $60,000 State Contract Public Works Commercial Work Truck (#29) Fleet Vehicle 2001 $60,000 State Contract Public Works Commercial Work Truck (#31) Fleet Vehicle 2001 $60,000 State Contract Public Works Utility Truck (#48) Fleet Vehicle 2000 $35,000 State Contract Police Department Utility Truck (#250) Fleet Vehicle 2004 $50,000* State Contract Fire Department Ambulance (#140) Fleet Vehicle 2012 $231,000 HGAC Contract Parking Services Utility Truck (#260) Fleet Vehicle 2005 $35,000 State Contract Parking Services License plate reader cameras (2) Special Equipment N/A $167,295 Sole Source Total $698,295 SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 3 All price estimates include installation of additions such as a utility body and lift gate on top of the price of the vehicle. *Includes outfitting costs for the installation of Code 3 lights and sirens Public Works 3 Commercial Work Trucks ($60,000 each) The Public Works Commercial Work Trucks (currently all International Dump Trucks) are utilized for a variety of tasks that the Streets Maintenance Division performs. These trucks have a dump bed that holds 5-6 cubic yards. From hauling materials and debris, to traversing uneven roads and landscape during storm response in transporting equipment and personnel; these trucks serve an integral part of the Public Works maintenance division functions. The three trucks to be replaced (#42-00, #29-01, and #31-01) are all more than seventeen years old, and used by the department on nearly a daily basis. The turbo charger system in each vehicle (which powers the engine) is in need of replacement, and the truck beds regularly experience mechanical failure. The vehicles do not have a useful life for the City beyond their current capacity, and the department will be auctioning off the vehicles when they are retired. 1 Standard Utility Truck ($35,000) The Department is also replacing the oldest of its standard utility trucks (#48-00). The utility truck is more than 17 years old and has reached the end of its useful life. It is currently costing the department more to continue to maintain than to replace. The truck is used by the City Facilities maintenance division. Police Department 1 Large Utility Truck ($50,000 including outfitting) The ¾ ton pickup truck that is recommended for replacement (#250-04) is the only utility (pickup) truck in the San Rafael Police Department fleet. The truck is 13 years old, and is in frequent need of repairs. The truck is heavily utilized both on and off-road in responding to service calls in City open space. The truck is operated as an emergency vehicle, and will be outfitted with Code 3 lights and sirens. Public Works and the Police Department are recommending replacing the truck with a similar model: a Chevrolet Silverado 2500. Fire Department 1 Ambulance ($231,000) In December, the Fire Department experienced complete mechanical failure of one of its older ambulances (#140-12). The engine failed and needs a complete replacement, and repairs are estimated at upwards of $30,000. Furthermore, the Fire Mechanic has determined that even with temporary repairs, the body of the vehicle was purchased used and likely will not hold up to significant more use. There are also significant costs associated with borrowing and/or leasing an ambulance from another agency for an extended period of time, and safety concerns in the event that the agency requests the ambulance to be returned in the event of an emergency. While normally, the ambulance would not be up for replacement for another 1-2 years under the standard replacement schedule, the Department is in the unique situation of being able to take advantage of the pricing and discounts available with the recent purchase of two ambulances which was approved by City Council on October 2, 2017 (neither of the ambulances approved for replacement in October were the one that failed this month). In addition, there are some savings in the Vehicle Replacement Fund due to the longer than anticipated replacement of the other two ambulances (2001 and 2004 vehicles), and the Fire Equipment Fund is also able SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 4 to contribute to the purchase. The total quote for the third ambulance is $230,349.50. This price includes a municipal discount, multi-unit discount, and manufacturers’ credit. The full amount also includes California sales tax (9%) and delivery fees. Parking Services 1 Standard Utility Truck ($35,000) Parking Services operates one ½ ton pickup truck (#260-05) for transportation of materials and repairs of parking structures and meters. The truck is nearing the end of its useful life, and Public Works and Parking Services are recommending replacement with a similar model: a Chevrolet Silverado 1500. 2 License Plate Reader Cameras ($167,295) Currently, San Rafael Parking Services enforces parking time limits in non-metered (or public garage) spaces by “chalking tires”. This practice involves a Parking Enforcement (or a Police) Officer physically marking the tire of vehicle with chalk. The chalk will come off the tire once the vehicle is driven again, and therefore, if the enforcement officer returns to the vehicle over the allowed limit of time, and the chalk mark is intact, the vehicle is issued a ticket, or potentially towed if in violation of the citywide 72-hour parking limit. While this practice works well for small areas with limited parking, such as a 2-hour lot in the downtown area, it is difficult to efficiently scale to an entire neighborhood. Chalking requires a considerable amount of time since the officer must leave their enforcement vehicle for each chalk mark. The method is also not fool-proof, as time-limit violators have been known to wash off the chalk mark or move the vehicle several inches before the officer returns to issue the violation. The preferred alternative to tire chalking is license plate reader cameras. The City began its research on this technology after calls for increased parking enforcement in the large East San Rafael area (at present the area is still subject to the citywide 72-hour limit). While several short term proposals in the East San Rafael Parking Study are still being evaluated by Public Works, what both the City Council and the East San Rafael community have unambiguously called for in the meantime is increased enforcement of existing parking rules and regulations. Currently, there are a large number of vehicles that are “stored” for weeks, months, or even years on streets in the Canal neighborhood, often because they are awaiting repair work from a nearby auto repair shop or to be transported or shipped. This long-term storage of un- or under-utilized vehicles on public streets is contributing to the parking crunch that is experienced by residents in the Canal, Bahia, Spinnaker and Baypoint neighborhoods. Given the intensive staffing and time resources required with tire chalking, it has not proven an effective method to cite violators and adequately discourage long-term parking and vehicle storage in an area as large as East San Rafael. Therefore, City staff is recommending the purchase of two sets of license plate reader cameras and support equipment to outfit two existing parking enforcement vehicles. The technology will read the license plates of vehicles that are parked on the street, and alert enforcement officers when a vehicle has been parked in a space for longer than the allowed time limit. Though the cameras will be used in enforcing parking time limits citywide, their focus in the beginning will be on the East San Rafael area. There are only two companies which produce this specialized equipment and software and provide services in California (Tannery Creek and PCS Mobile). However, only one of these companies has the ability to integrate with data for license plates of stolen and warranted vehicles and alert law enforcement when a vehicle is identified. Since these cameras will be SAN RAFAEL CITY COUNCIL AGENDA REPORT / Page: 5 outfitted on enforcement vehicles which will be traveling citywide on a daily basis, having the ability to identify license plates of stolen vehicles or vehicles associated with a warrant for arrest is greatly advantageous to our law enforcement partners. Company Bid Ongoing Annual Maintenance fee Total (after 3 years) Tannery Creek (low bid) $114,500 $22,900 $160,300 PCS Mobile $156,895 $5,200 $167,295 While the bid from Tannery Creek came in lower ($160,300), the department is recommending that the Council waive bidding and authorize the City Manager to execute an agreement with PCS Mobile for their license plate recognition software due to the unique abilities of their software as described above. FISCAL IMPACT: There are sufficient funds available in the Vehicle Replacement Fund (#600) and the Fire Equipment Replacement Fund (#602) for the proposed vehicle and equipment purchases totaling $531,000. The Parking Enforcement cameras ($167,295 total) will be funded from the Parking Services fund (#501). All City departments pay into the Vehicle Replacement Fund each year as an internal service charge. The amount they pay is based on the number and dollar value of vehicles/equipment the Department utilizes, and amortized over the anticipated useful life. OPTIONS: 1. Approve the resolution authorizing the City Manager to purchase the proposed list of seven vehicles for various City departments and the resolution authorizing the City Manager to enter into a 3-year agreement with PCS Mobile, Inc. for AutoVu License Plate recognition software in an amount not to exceed $167,295. 2. Direct the Department of Public Works to modify the proposed purchases and resolutions. 3. Direct the Department of Public Works to withhold the proposed purchases and resolutions. This option may have additional costs associated with vehicle/equipment rentals in the event that the current vehicles or equipment experience mechanical failure. ACTION REQUIRED: Adopt Resolution and authorize the City Manager to purchase the proposed list of six vehicles for various City departments and the resolution authorizing the City Manager to enter into a 3-year agreement with PCS Mobile, Inc. for AutoVu License Plate recognition software in an amount not to exceed $167,295. ATTACHMENTS: 1. Resolution Approving Vehicle Purchases 2. Exhibit A to Resolution Approving Vehicle Purchases– Ambulance quote 3. Resolution Approving – PCS Mobile Agreement 4. Exhibit 1 to Resolution – PCS Mobile Agreement 5. Exhibit A to PCS Mobile Agreement: Statement of Work 6. Exhibit B to PCS Mobile Agreement: Proposed Cost Elements 7. Fleet Management Policy and Procedures RESOLUTION NO. 14437 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO PURCHASE SEVEN VEHICLES FOR PUBLIC WORKS, POLICE DEPARTMENT, FIRE DEPARTMENT, AND PARKING SERVICES. WHEREAS, San Rafael's various departments operate a fleet of 185 vehicles; and WHEREAS, the management and replacement of the City's fleet of vehicles and equipment is governed by the guidelines set forth in San Rafael's Fleet Management Policies and Procedures document issued September 6,2012; and WHEREAS, the Department of Public Works is recommending the replacement of six vehicles: three Commercial Work Trucks (Public Works), three Utility Trucks (Public Works, Police, and Parking Services), and one ambulance (Fire Department); and WHEREAS, all of the said vehicles to be replaced are more than 12 -18 years old (5 years for the ambulance) and have reached the end of their useful life, and are currently costing the City more to repair and maintain than to replace; and WHEREAS, all of the said vehicles serve vital functions to City services; from transporting debris and material for Public Works to enabling law enforcement to respond to calls in open space; and WHEREAS, the City Vehicle Maintenance program also purchases, installs, and maintains equipment on City fleet vehicles; and WHEREAS, there are sufficient funds in the City's Vehicle Replacement Fund (#600); and funds shall be appropriated in each budget accordingly in order to support these purchases. NOW, THEREFORE BE IT RESOLVED that the City Council of the City of San Rafael authorizes the City Manager to execute the purchase of seven vehicles for various City departments, as described in Exhibit A and the Staff Report attached hereto and incorporated herein, in accordance with the guidelines set forth in San Rafael's Fleet Management Policies and Procedures, issued on September 6,2012. I, ESTHER C. BEIRNE, 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 of said City held on Monday, the 18 th day of December, 2017 by the following vote, to wit: AYES: NOES: ABSENT: COUNCll...MEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips COUNCll...MEMBERS: None COUNCll...MEMBERS: None ESTHER C. BEIRNE, City Clerk 1 Customer Sales Order Pricing Summary 2236Parent Job So El Monte, CA 91733 San Rafael, Ca 94901 707-529-7522 Steve De La Montanya 10941 Weaver Avenue Eric MacAusland 1039 C Street San Rafael Fire HortonLEADER INDUSTRIES Rev.12/18/14 ($4,000)SPECIAL: $2,357 SPECIAL: ($4,800)(2018) MANUFACTURES CREDIT Customer Representative Date: Contract Total: 211,025.00 9.00 0.00 2,500.00 Subtotal for all option items: Subtotal for base vehicle, rebates and discounts : SUB TOTAL FOR VEHICLE AND ALL ITEMS IN THE CONTRACT: Sales tax calculated at : Estimated DMV fees: Delivery Fees: 18,812.25 $230,349.50 Tires fees ($1.75) per tire: % $209,025.00 Purchaser agrees to defend, indemnify and hold Halcore Group Inc., dba Leader Industries, harmless from any claims, costs (including actual attorney's fees), damages and liabilities caused in whole or inpart by any alteration or modification of, or changes or additions to these purchased products. 964.00 1 Extended AmountEach $210,061.00 964.00 211,025.00 18,812.25 $209,025.00 0.00 2,500.00 12.25 $230,349.50 Leasing Company Check Wire Transfer Payment: (Please check one) TERMS: All Vehicle Sales Are C.O.D. Titles to be Processed Upon Receipt of Payment in Full. Quotation is valid for 60 days THANK YOU FOR YOUR BUSINESS SHIPPING FOB SAN RAFAEL CA. 94901 Final inspection to occur in conjunction to first ordered units Estimated delivery is to be in conjunction to first ordered units 7 Multi unit Discount: $2000.00 (2,000.00)(2,000.00) Subtotal for base vehicle and all taxable items: $210,061.00 12.25 THE ABOVE ITEMS ARE ALREADY INCLUDED IN THE CONTRACT PRICE. 2236 12/11/20172013 Database 2017 Database 1 RESOLUTION NO. 14438 RESOLUTION OF THE CITY COUNCIL OF THE CITY OF SAN RAFAEL AUTHORIZING THE CITY MANAGER TO ENTER INTO A 3-YEAR AGREEMENT WITH PCS MOBILE, INC. FOR AUTOVU LICENSE PLATE RECOGNITION SOFTWARE IN AN AMOUNT NOT TO EXCEED $167,295. WHEREAS, San Rafael Parking Services currently enforces parking time limits in non-metered (or public garage) spaces by “chalking tires”, which involves a Parking Enforcement Officer physically marking the tire of vehicle with chalk; and WHEREAS, given the intensive staffing and time resources required with tire chalking, it has not proven an effective method to cite violators and adequately discourage long-term parking and vehicle storage in large areas such as East San Rafael; and WHEREAS, the City is recommending a high-tech alternative to tire chalking: license plate recognition software and equipment, which will read the license plates of vehicles that are parked on the street, and alert enforcement officers when a vehicle has been parked in a space for longer than the allowed time limit; and WHEREAS, PCS Mobile, Inc., is the only vendor of this product and technology that also has a feature desired by the City’s Police Department, namely the ability to integrate with the City’s existing Police Department data for reading license plates of stolen and warranted vehicles; and WHEREAS, there are sufficient funds in the City’s Parking Services Fund (#501) to support this purchase and agreement and $167,295 in funds shall be appropriated in Fund #501 as such; NOW, THEREFORE BE IT RESOLVED that the City Council of the City of San Rafael authorizes the City Manager to enter into a 3-year agreement with PCS Mobile, Inc. for AutoVu License Plate recognition software, in the form attached hereto as Exhibit 1 and incorporated herein by reference, subject to final approval as to form by the City Attorney, and in an amount not to exceed $167,295. I, ESTHER C. BEIRNE, 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 of said City held on Monday, the 18th day of December, 2017 by the following vote, to wit: AYES: COUNCILMEMBERS: Bushey, Colin, Gamblin, McCullough & Mayor Phillips NOES: COUNCILMEMBERS: None ABSENT: COUNCILMEMBERS: None ______________________________ ESTHER C. BEIRNE, City Clerk AGREEMENT FOR PROFESSIONAL SERVICES FOR AUTOVU LICENSE PLATE RECOGNITION SOFTWARE This Agreement is made and entered into this ~ day of J a.t\\Ao. . .Y~ , 20~, by and between the CITY OF SAN RAFAEL (hereinafter "CITY"), andX'CS Mobile ~ (hereinafter "CONTRACTOR"). p~~ Go""'f'~e-r ~y "..y ~ I I\')c.. 1)~ RECITALS WHEREAS, San Rafael Parking Services cUlTently enforces parking time limits in non- metered (or public garage) spaces by "chalking tires", which involves a Parking Enforcement Officer physically marking the tire of vehicle with chalk; and WHEREAS, given the intensive staffing and time resources required with tire chalking, it has not proven an effective method to cite violators and adequately discourage long-tenn parking and vehicle storage in large areas such as East San Rafael; WHEREAS, the City is recommending a high tech alternative to tire chalking: license plate recognition software and equipment, which will read the license plates of vehicles that are parked on the street, and alert enforcement officers when a vehicle has been parked in a space for longer than the allowed time limit; WHEREAS, PCS Mobile, Inc., is the only vendor of this product and technology that also has the ability to integrate with our existing Police Department data for reading license plates of stolen and wan'anted vehicles; AGREEMENT NOW, THEREFORE, the parties hereby agree as follows: 1. PROJECT COORDINATION, A. CITY'S Project Manager. The Parking Services Manager, Jim Myhers, is hereby designated the PROJECT MANAGER for the CITY, and said PROJECT MANAGER shall supervise all aspects of the progress and execution of this Agreement. B. CONTRACTOR'S Project Director. CONTRACTOR shall assign a single PROJECT DIRECTOR to have overall responsibility for the progress and execution of this Agreement for CONTRACTOR. Sean Bruecken is hereby designated as the PROJECT DIRECTOR for CONTRACTOR. Should circumstances or conditions subsequent to the execution of this Agreement require a substitute PROJECT DIRECTOR, for any reason, the CONTRACTOR shall notify the CITY within ten (10) business days of the substitution. 2. DUTIES OF CONTRACTOR. CONTRACTOR shall perfonn the duties and/or provide services as described In Attachment A "Statement of Work" and Attachment B "Proposed Cost Elements." 3. DUTIES OF CITY. CITY shall pay the compensation as provided in Paragraph 4, and perfonn the duties as described in Attachment A "Statement of Work" at section 4 Assumptions and Requirements and Attachment B "Proposed Cost Elements." 4. COMPENSATION. For the full perfonnance of the services described herein by CONTRACTOR, CITY shall pay CONTRACTOR as follows, in an amount not to exceed one hundred sixty seven two hundred ninety-five dollars and zero cents ($167,295.00). Payment will be made upon receipt by PROJECT MANAGER of itemized InVOICeS submitted by CONTRACTOR. 5. TERM OF AGREEMENT. The tenn of this Agreement shall be for 3 year(s) commencing upon the date of execution of this Agreement. 6. TERMINATION. A. Discretionary. Either party may tenninate this Agreement without cause upon thirty (30) days written notice mailed or personally delivered to the other party. B. Cause. Either party may tenninate this Agreement for cause upon fifteen (15) days written notice mailed or personally delivered to the other party, and the notified patty's failure to cure or correct the cause of the tennination, to the reasonable satisfaction of the patty giving such notice, within such fifteen (15) day time period. C. Effect of Termination. Upon receipt of notice of tennination, neither party shall incur additional obligations under any provision of this Agreement without the prior written consent of the other. D. Return of Documents. Upon tennination, any and all CITY documents or materials provided to CONTRACTOR and any and all of CONTRACTOR's documents and materials prepared for or relating to the perfonnance of its duties under this Agreement, shall be delivered to CITY as soon as possible, but not later than thirty (30) days after tennination. 7. OWNERSHIP OF DOCUMENTS. 2 The written documents and materials prepared by the CONTRACTOR in connection with the perfonnance of its duties under this Agreement, shall be the sole property of CITY. CITY may use said property for any purpose, including projects not contemplated by this Agreement. 8. INSPECTION AND AUDIT. Upon reasonable notice, CONTRACTOR shall make available to CITY, or its agent, for inspection and audit, all documents and materials maintained by CONTRACTOR in connection with its perfonnance of its duties under this Agreement. CONTRACTOR shall fully cooperate with CITY or its agent in any such audit or inspection. 9. ASSIGNABILITY. The parties agree that they shall not assign or transfer any interest in this Agreement nor the perfonnance of any of their respective obligations hereunder, without the plior wlitten consent of the other party, and any attempt to so assign this Agreement or any rights, duties or obligations arising hereunder shall be void and of no effect. 10. INSURANCE. A. Scope of Coverage. DUling the tenn of this Agreement, CONTRACTOR shall maintain, at no expense to CITY, the following insurance policies: 1. A commercial general liability insurance policy in the minimum amount of one million dollars ($1,000,000) per occurrence/two million dollars ($2,000,000) aggregate, for death, bodily injury, personal injury, or property damage. 2. An automobile liability (owned, non-owned, and hired vehicles) insurance policy in the minimum amount of one million dollars ($1,000,000) dollars per occurrence. 3. If any licensed professional perfonns any of the services required to be perfonned under this Agreement, a professional liability insurance policy in the minimum amount of two million dollars ($2,000,000) per occurrence/four million dollars ($4,000,000) aggregate, to cover any claims arising out of the CONTRACTOR's perfonnance of services under this Agreement. Where CONTRACTOR is a professional not required to have a professional license, CITY reserves the right to require CONTRACTOR to provide professional liability insurance pursuant to this section. 4. If it employs any person, CONTRACTOR shall maintain worker's compensation insurance, as required by the State of California, with statutory limits, and employer's liability insurance with limits of no less than one million dollars ($1,000,000) per accident for bodily injury or disease. CONTRACTOR's worker's compensation insurance shall be specifically endorsed to waive any right of subrogation against CITY. B. Other Insurance Requirements. The insurance coverage required of the CONTRACTOR in subparagraph A of this section above shall also meet the following 3 requirements: 1. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall be specifically endorsed to include the CITY, its officers, agents, employees, and volunteers, as additionally named insureds (for both ongoing and completed operations) under the policies. 2. The additional insured coverage under CONTRACTOR'S insurance policies shall be primary with respect to any insurance or coverage maintained by CITY and shall not call upon CITY's insurance or self-insurance coverage for any contribution. The "primary and noncontributory" coverage in CONTRACTOR'S policies shall be at least as broad as ISO fonn CG20 01 04 13. 3. Except for professional liability insurance or worker's compensation insurance, the insurance policies shall include, in their text or by endorsement, coverage for contractual liability and personal injury. 4. The insurance policies shall be specifically endorsed to provide that the insurance carrier shall not cancel, tenninate or otherwise modify the tenns and conditions of said insurance policies except upon ten (10) days written notice to the PROJECT MANAGER. 5. If the insurance is written on a Claims Made Fonn, then, following tennination of this Agreement, said insurance coverage shall survive for a period of not less than five years. 6. The insurance policies shall provide for a retroactive date of placement coinciding with the effective date of this Agreement. 7. The limits of insurance required in this Agreement may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance shall contain or be endorsed to contain a provision that such coverage shall also apply on a primary and noncontributory basis for the benefit of CITY (if agreed to in a written contract or agreement) before CITY'S own insurance or self-insurance shall be called upon to protect it as a named insured. 8. It shall be a requirement under this Agreement that any available insurance proceeds broader than or in excess of the specified minimum insurance coverage requirements and/or limits shall be available to CITY or any other additional insured party. Furthennore, the requirements for coverage and limits shall be: (1) the minimum coverage and limits specified in this Agreement; or (2) the broader coverage and maximum limits of coverage of any insurance policy or proceeds available to the named insured; whichever is greater. C. Deductibles and SIR's. Any deductibles or self-insured retentions in CONTRACTOR's insurance policies must be declared to and approved by the PROJECT MANAGER and City Attorney, and shall not reduce the limits of liability. Policies containing any self-insured retention (SIR) provision shall provide or be endorsed to provide that the SIR may be 4 satisfied by either the named insured or CITY or other additional insured party. At CITY's option, the deductibles or self-insured retentions with respect to CITY shall be reduced or eliminated to CITY's satisfaction, or CONTRACTOR shall procure a bond guaranteeing payment of losses and related investigations, claims administration, attorney's fees and defense expenses. D. Proof of Insurance. CONTRACTOR shall provide to the PROJECT MANAGER or CITY'S City Attorney all of the following: (1) Certificates of Insurance evidencing the insurance coverage required in this Agreement; (2) a copy of the policy declaration page and/or endorsement page listing all policy endorsements for the commercial general liability policy, and (3) excerpts of policy language or specific endorsements evidencing the other insurance requirements set forth in this Agreement. CITY reserves the right to obtain a full certified copy of any insurance policy and endorsements from CONTRACTOR. Failure to exercise this right shall not constitute a waiver of the right to exercise it later. The insurance shall be approved as to form and sufficiency by PROJECT MANAGER and the City Attorney. 11. INDEMNIFICATION . A. Except as otherwise provided in Paragraph R, CONTRACTOR shall, to the fullest extent pennitted by law, indemnify, release, defend with counsel approved by CITY, and hold hannless CITY, its officers, agents, employees and volunteers (collectively, the "City Indemnitees"), from and against any claim, demand, suit, judgment, loss, liability or expense of any kind, including but not limited to attorney's fees, expert fees and all other costs and fees of litigation, (collectively "CLAIMS "), arising out of CONTRACTOR'S perfonnance of its obligations or conduct of its operations under this Agreement. The CONTRACTOR's obligations apply regardless of whether or not a liability is caused or contributed to by the active or passive negligence of the City Indemnitees . However, to the extent that liability is caused by the active negligence or willful misconduct of the City Indemnitees, the CONTRACTOR's indemnification obligation shall be reduced in proportion to the City Indemnitees' share of liability for the active negligence or willful misconduct. In addition, the acceptance or approval of the CONTRACTOR's work or work product by the CITY or any of its directors, officers or employees shall not relieve or reduce the CONTRACTOR's indemnification obligations. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from CONTRACTOR'S perfonnance of or operations under this Agreement, CONTRACTOR shall provide a defense to the City Indemnitees or at CITY'S option reimburse the City Indemnitees their costs of defense, including reasonable attorneys' fees , incurred in defense of such claims. R Where the services to be provided by CONTRACTOR under this Agreement are design professional services to be perfonned by a design professional as that tenn is defined under Civil Code Section 2782.8 , CONTRACTOR shall , to the fullest extent pennitted by law , indemnify, release , defend and hold hannless the City Indemnitees from and against any CLAIMS that arise out of, pertain to, or relate to the negligence, recklessness, or willful misconduct of CONTRACTOR in the perfonnance of its duties and obligations under this Agreement or its failure to comply with any of its obligations contained in this Agreement, except such CLAIM which is caused by the sole negligence or willful misconduct of CITY. 5 C. The defense and indemnification obligations of this Agreement are undertaken in addition to, and shall not in any way be limited by, the insurance obligations contained in this Agreement, and shall survive the tennination or completion of this Agreement for the full period of time allowed by law. 12. NONDISCRIMINATION. CONTRACTOR shall not discriminate, in any way, against any person on the basis of age, sex, race, color, religion, ancestry, national Oligin or disability in connection with or related to the perfonnance of its duties and obligations under this Agreement. 13. COMPLIANCE WITH ALL LAWS. CONTRACTOR shall observe and comply with all applicable federal, state and local laws, ordinances, codes and regulations, in the perfonnance of its duties and obligations under this Agreement. CONTRACTOR shall perfonn all services under this Agreement in accordance with these laws, ordinances, codes and regulations. CONTRACTOR shall release, defend, indemnify and hold hannless CITY, its officers, agents and employees from any and all damages, liabilities, penalties, fines and all other consequences from any noncompliance or violation of any laws , ordinances, codes or regulations. 14. NO THIRD 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 tenns and conditions of this Agreement, to the other party. 15. NOTICES. All notices and other communications required or pennitted to be given under this Agreement, including any notice of change of address, shall be in writing and given by personal 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's Project Manager: TO CONTRACTOR's Project Director: 6 Jim Myers, Parking Services Manager City of San Rafael 1400 Fifth Avenue P.O. Box 151560 San Rafael, CA 94915-1560 Sean Bruecken PCS Mobile, Inc. 16. INDEPENDENT CONTRACTOR. 1200 W. Mississippi Ave Denver, CO 80223 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 be that of an Independent Contractor and not that of an employee of CITY. 17. ENTIRE AGREEMENT --AMENDMENTS. A. The tenns and conditions of this Agreement, all exhibits attached, and all documents expressly incorporated by reference, represent the entire Agreement of the patties 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 subject matter of this Agreement, shall be valid or binding, except by way of a written amendment to this Agreement. D. The tenns 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. E. If any conflicts arise between the tenns and conditions of this Agreement, and the tenns and conditions of the attached exhibits or the documents expressly incorporated by reference, the telms and conditions of this Agreement shall control. 18. SET-OFF AGAINST DEBTS. CONTRACTOR agrees that CITY may deduct from any payment due to CONTRACTOR under this Agreement, any monies which CONTRACTOR owes CITY under any ordinance, agreement, contract or resolution for any unpaid taxes, fees, licenses, assessments, unpaid checks or other amounts. 19. WANERS. The waiver by either party of any breach or violation of any tenn, covenant or condition of this Agreement, or of any ordinance, law or regulation, shall not be deemed to be a waiver of any other tenn, covenant, condition, ordinance, law or regulation, or of any subsequent breach or violation of the same or other tenn, covenant, condition, ordinance, law or regulation. The subsequent acceptance by either party of any fee, perfonnance, or other consideration which may 7 become due or owing under this Agreement, shall not be deemed to be a waiver of any preceding breach or violation by the other palty of any tenn, condition, covenant of this Agreement or any applicable law, ordinance or regulation. 20. COSTS AND ATTORNEY'S FEES. The prevailing party in any action brought to enforce the tenns and conditions of this Agreement, or arising out of the pelfonnance of this Agreement, may recover its reasonable costs (including claims administration) and attomey's fees expended in connection with such action. 21. CITY BUSINESS LICENSE / 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 perfonned under this Agreement, until CONTRACTOR has provided CITY with a completed Intemal Revenue Service Fonn W-9 (Request for Taxpayer Identification Number and Certification). 22. APPLICABLE LAW. The laws of the State of Califomia shall govem this Agreement. IN WITNESS WHEREOF, the patties have executed this Agreement as of the day, month and year first above wlitten. CITY OF SAN RAFAEL -- J nager ATTEST: ESTI lER C. BEHUoffi, City Clerk LiY\~>o.'1la.va.., Int!.V\M APPROVED AS TO FORM: CONTRACTOR ·tle: Vice President 8 9 ST ATEMENT OF WORK SERVICES DESCRIPTION 1. Services Objectives PCS will provide the following services: • Installation of two (2) 2-camera AutoVu Mobile License Plate (LPR) systems with wheel imaging capabilities • Installation and configuration of mobile computing and modem package . Monthly cellular service contract to be provided by Customer. • Extended warranty for each system through total of five (5) years advance purchase per chosen option. • User and administrative training. • Custom configuration services for parking zone, mappmg, and hotlist connection and updating • Back end software setup required for Customer provided on-site server • On-going support after project acceptance (Mobile Assurance) 2. Services Scope Project Management: PCS Mobile will provide professional project management and staff during project deployment. Mobile mount equipment: • PCS will install the mobile AutoVu system in accordance with manufacturers recommended installation guidelines . When specifics for installation are not available from manufacturer, PCS will employ best practices for installation. • The Control unit will be mounted within the Customer's vehicles. The unit will reqUire approximately l5"x20" of mounting space. • PCS Mobile will not be responsible for relocating equipment to make space available. • Cameras will be mounted in one of three configurations unless specified on the quote . • Network interface cable will be routed from the trunk along acceptable routes into the passenger compartment and then under trim along the passenger side of the vehicle to get to the Mobile Data Computer at the front of the vehicle. • All wiring/cabling will be routed through grommets when necessary and/or will be dressed appropriately when exposed . All electrical connections will be made using solder and heat shrink when applicable. • Power wiring will be routed according to best practices to a power distribution unit (PDU) either in the trunk or console . If connections are not available at the PDU or console, power wiring will be connected at the battery for 12V constant and ground and at the ignition harness for ignition sense . Attachment A Installation diagrams and specifics will be provided to the Customer during the closeout phase. Training will be provided upon completion of installation hardware and of the back end Security Center software. 3. Services Approach PCS utilizes a project deployment process that breaks the entire process into 4 phases: Planning, Mobilizing, Deployment, and Close Out. Planning: Work with the Town on logistics and responsibilities of the project. Mobilizing: Prepare necessary personnel and equipment for deployment. Deployment: Work performed according to SOW. Close out: Reconciliation of equipment, invoicing, punch lists and acceptance. PCS expects the installations to be completed within 6 weeks of initial deployment, start date to be detennined. Schedule is based on full availability of vehicles during installation. PCS typically utilizes one Video/LPR Engineer to install and configure the back end software and provide user and administrative training after the installations. The installation plan anticipates use of one (I) Mobile Installation Technician to complete installation and testing of mobile equipment and software. 4. Assumptions and Requirements PCS assumes the following conditions for completion of the SOW: • Due to the nature of electronic equipment installations, PCS Mobile assumes that the customer will provide up to 2 garage bays for the installation. • PCS Mobile assumes that customer will have fleet or mechanic personnel available for questions arising from aftermarket equipment installations. • PCS Mobile assumes that customer will have a representative available for vehicle acceptance upon the completion of each install. • PCS Mobile assumes that customer will provide access to an internal IT representative for data connection support. • The Customer needs to ensure proper amount of mounting space is available in each vehicle. If proper space is not available, PCS will work with the agency to relocate any equipment and will charge a base rate of $75.00 per hour for this service with a minimum of 2 hours plus applicable travel and expenses. 5. Deliverables The following items will be delivered at completion of the SOW: • Installation of two (2) total Mobile AutoVu License Plate recognition systems. • Installation of Security Center/AutoVu software on Customer provided server configmed per Customer's requirements and tested per acceptance requirements. • Training for users and administrators. • Closeout Binder including completed acceptance forms, pre-installation checklists, work orders, quality control checklists, record installation diagrams, manufacturer's warranty, recommended maintenance and 2 operation instructions. PCS Mobile's goal in developing curriculum for the Customer is to help ensure that PEO staff obtains the skills and competencies required to successfully deploy, operate and manage an effective LPR program. • Training will be designed in consultation with the Customer to ensure necessary knowledge to deliver an effective program. • Training will be designed specifically for the parking solution being deployed. • Training will consist of specialized instruction for mobile camera operations as well as the Auto Vu Patroller and Security Center software. 6. Timeframe PCS Mobile will work as a team with the Customer to comply with your process schedule. The schedule following the testing and acceptance phase will follow the direction determined during initial discussions with the Customer and the Project Kick-Off Meeting. Below is a draft outline of the overall project schedule. This schedule is subject to change per direction and preference by the Customer during initial project meetings . • Executed Contract (Notice to Proceed) (Adjusted per extension of proposal due date) • Project Kick Off Meeting • Begin Delivery of Product delivered to site • Begin on-site implementation • Mobile installation and testing completed -assuming access to all vehicles • Complete installation and testing of Security Center server • Complete training on LPR System • Delivery of Close-out material 7 Service Fees 8. Technician Level Staff Assigned to Level Field Service Representative I Field Service Representative II Field Service Representative 1111 Video/LPR Specialist 3 TBD OneWeekARO 6 - 8 Weeks ARO 8 Weeks ARO 9 Weeks ARO 9 Weeks ARO 9 Weeks ARO 10 Weeks ARO Hourly Billing Rate $65 /hour $75 /hour $90 /hour $150/hour 4 () pes mobile Proposed Cost Elements Proposal Mobile lPR Customer . San Rafael, CA On Sit e Serv !!'r V3 -Twa Systems PROPOSED COST ELEMENTS -SUMMARY Date 21-Nov-17 Estimator , S Bruecke" Annual Costs -Software and Maintenance Cost Element End User Cost Yt"ar 1 Year 2 fur 3 Mobile Overtime lPR and Professional ServIces 98,89500 Mobile Computing Package 14,00000 Genetec Advantage (Software Maintenance Agreement, -Annual Cost 40000 Included 40000 40000 Mobile Assurance Support -Annual Cost 4,800 00 Included 4,80000 4,80000 EJttended Warranty Option -Five Year Advance Purchase Discount 38,800 00 Subtotal 156,89500 5,200.00 5,20000 LPR Equipment Costs and Services-Totol $ 156,895.00 $ -$ 5,200.00 $ 5,200.00 ••• Thi s proposal does not account fo r sales tax Attachment B C, pes mobile Proposed Cost Elements Proposal Mobile lPR Customer' San Rafael. CA Date 21 -Nov·17 Estimator 5 Bruecken Costs -Mob"e LPR U~m Number Item Item Oe1crlptlcn Qu~ntlty Unit Price utend~ Cost GSC Base 5 7 G5C Av 5 PARKING AuloVu HardWiJre AU K 02XSN 850 Vchltle 5011....,011(' Genetec Security Center (GSe) Bilse Packalle . Venlen 5 7 which includes 1 Directory,S Secu,itv Desk client connuhon\ (Ind Web Client) Plim Manager BaSIC. Alarm Managemt:nt. Advanced Genetec Security Center Reporting. System PilT1lt ionlng. Zone ,GSe) Base Patkille Monitoring,lO ModuleS Support, Ema I Support. Macros Support (actual macros sold separate vi . Support for server vittualizillion. all supported languilges Must purchase a SynerglsTM. OmnicastTM, or AutoVuTM base piukilBC to enable access control. video. or lPR content G5C AutoVu'" 5t'lndard Packalc For Parkmg GSC AutoVu Standard Management Indudes Security Center Mapptng Base Pacicale -Parlelnl for 5 Clients, list Updiuer and Pay by Platc 5inHIe AutoVu SharpX OVERTIME Dual base KIT AutoVu Sharp. Overtime indudes mOl In processln_ unit, hilrd mount Dual Base Kit brackets. wirinl, Navllator Kit w/GPS. tire cameras, high rcsolu1ion lPR units and In ve hlc.!o AU M QFF UNEMAP NA Mappln, Ucense Indudin_ data for North America -Per vehl cle license ProlessloniitServl(es Installation of AutoVu on Mobile Computer Assembly in eilch vehicle, Instilililtion of MOB VEH IN$T ALL Mabile Installation software. configuration and testing Include.5 installation and confiauratlon of Nav unit and whcellmaBe cameras Security Center Installation of Security Center and AutoVu VI O·SER VICE Installation and Module on server or hosted environment -This Confi.uratlon is a remote service Custom development for Mobile lPR Package (e)( Zone editor, mappln& custom enforcement VIC SERVICE Custom Development rules) Up to 50 lots Includes one p;:ay by Plate Sync inteeration and one List Updater conliluration •• Does not Include POly by Plate Multi Incel!,ation services ProJett Manillement Project M,lnagement for AutoVu deployment VIO PM Services Covers mobile deploymcnt and IilIed deployment for one 100ra&e Training provided on Sitc for mob il e application Patroller 50ftwOlre Olnd hilrdwilre. Remote Dn·Slte and Remote training provided for SCCUr.lY Center backend VIO·Trarning Tralnl", software Indudes one half day of trainlnll: and provided in a "Train the Trainer" approach and maKlmum of three 13l Trainees per session VIQ·SERVICE Dnslte Server Set Up Fee One Time Fee On site server set up fcc Configuration at pes Mob Ie location and set up on site durin& hardware insta!latlon Security Center confi!uration not Included Cost of technician to provide on site tnsta laUon Travel Charll:e for On Site ThiS Is a per trip char,e. If tecnnlclan Is required TRAVEL_ZONE Services to return to site for rCilsons outs de of PCS Mobile's control, there will need to be additional tripch'lTges Sh Ipping Ship-U5 Shlppln_ 5h ipplng to Lower 48 5tates Subtotal 1 S 1 S 4,995 00 S 4,g9S .00 2 S 40,300 00 S 80,60000 2 S SOOOO S 1,DOO.00 2 S 2.20000 S 4,400.00 1 S 1,500 00 S 1,500.00 1 S l ,5oo 00 S 1,500.00 1 S 1,50000 S 1,500.00 2 S 60000 S 1,200.00 1 S 50000 S 500,00 1 S 1,40000 S 1,400,00 2 S IS O 00 )00.00 91.195.00 LPR Equipment Costs and Services· Total $ 98,89500 Costs -Warranty Options Item Number Item Item Description Ql.lantitv Unit Prie(' ~tll!11ded Cast EXIended Wallilnlv OpI,ons Mobile lPR AU-K-OXX EWUP-1Y Subtotill First Year Up,rade AU·K-OXX· advanced swap warranty service Extended Warranty for upgrade from return and repair for fim yur of Mobile Kit sale Four Yean Advance Swap EKtended Warranty for AU K OXX kit with Advance Repl<Jcement coveralc - 4 Years additional coverase Does not Indude update to advilnced replacement for year llwarranty Warranty -Covers years 1· cannot elltend past Slh year after purchase) This Includes cO\Ierage of AutoVu vchidc hardware, Pitroller software upgrades and Benomad updl1tes Does not cover in vehide PC 2 S 1,20000 S 2,40000 2 S 18,200 00 S 36,400.00 38,800 00 Extended Warranty Options Totol S 38,8Odoo () pes mobile' Proposed Cost Elements Proposal : Mobile LPR Customer: San Rafael , CA Date : 21 -Nov-17 Est imator: S Bruecken Costs -Computing (mobile) Item Number Item Item Description Quantity Unit Price Extended Cost Hardware Panasonic Toughpad FZ-G1 Dual Mode Tablet- Mobile Computing Complete Kit . Includes 3 year warranty on the COM·PROD tablet, Mounting Hardware (VEHICLE MAKE AND 2 $ 5,500 .00 $ 11,000.00 Assembly MODEL MANDATORY AT TIME OF ORDER), Docking Station, and Vehide Power Adapter. External Cradlepoint Modem 2.4/S .0 wifi, 802.11 ac, multi·carrier external modem, GPS, external NETWORK·PROD Vehicle as a HUB Option Panorama 5·1 antenna (2 cellular, 2 wifi, 1 gps), 2 $ 1,500 .00 $ 3,000.00 3 year cloud service, and hardware coverage on Cradlepoint and Panorama antenna . Subtotal $ 14,000.00 Hardware Costs -Total $ 14,000.00 dI pes mobile Proposed Cost Elements Proposal: Mobile LPR Customer: San Rafael, CA Date: 21-Nov-17 Estimator: S Bruecken Costs -Genetec Advantage Item Number Item Item Description Quantity Unit Price Extended Cost Genetec Advantage ADV-lPR-M-1Y Subtotal Genetec Advantage - Mobile Genetec'· Advantage 1 AutoVu mobile system connection to Security Center -1 Year 2 $ 200 .00 $ 400.00 $ 400.00 Software Maintenance Casts -Total $ 400.00 dI pes mobile Proposed Cost Elements Proposal: Mobi le LPR Customer: San Rafael, CA Date : 21 ·Nov·17 Estimator: S Bruecken Costs -Annual Support Item Number Item Item Description Quantity Unit Price Extended Cost Mobile Assurance Support MOB·MAMSummit MOB-SUPPORT MOB·MAPM Subtotal Mobile Assurance"' Mobility Summit Mobile Assurance'" Any service or support that requires a PCS Mobile Mobility Specialist to work with the customer via Phone, Email, Remote, and/or at the PCS Mobile Shop to resolve issues involving the AutoVu LPR solution. Per mobile and fixed camera system. Any service or support that requires a PCS Mobile IT Specialist to work with the customer via Phone, Email, Remote, and/or at the PCS Mobile Shop to resolve issues i nvolving the AutoVu LPR software (Le. Security Center or Patroller) on the Summit Server server . Optional Preventative Maintenance to include Preventative Maintenance with any package. This visit includes checking and re'seating all connections, mounting hardware, testing and adjusting of hardware and software. Travel Charge for On Site Travel Cost per trip for Preventative Services Maintenance. 2 $ 250.00 $ 500.00 1 $ 2,500.00 $ 2,500.00 2 $ 200 .00 $ 400.00 1 $ 1,400.00 $ 1,400.00 $ 4,800 .00 LPR Support Services-Total $ 4,800.00 CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Public Works Project Manager: Talia Smith Extension: 3354 Contractor Name: PCS Mobile, Inc. Contractors Contact: Sean Bruecken Contact's Email: seanb@pcsmobile.com D FPPC: Check if Contractor/Consultant must file Form 700 Step RESPONSIBLE DESCRIPTION DEPARTMENT 1 Project Manager a. Email PINS Introductory Notice to Contractor b. Email contract (in Word) & attachments to City Atty c/o Laraine.Gittens@cityofsanrafael.org 2 City Attorney a. Review, revise, and comment on draft agreement and return to Project Manager b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor 3 Project Manager Forward three (3) originals offinal agreement to contractor for their signature 4 Project Manager When necessary, * contractor-signed agreement agendized for Council approval *PSA > $20,000; or Purchase> $35,000; or Public Works Contract> $125,000 Date of Council approval PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City Attorney with printed copy of this routing form 6 City Attorney Review and approve hard copy of signed agreement 7 City Attorney Review and approve insurance in PINS, and bonds (for Public Works Contracts) 8 City Manager / Mayor Agreement executed by Council authorized official 9 City Clerk Attest signatures, retains original agreement and forwards copies to Project Manager COMPLETED DATE Click here to enter a date. 12/15/2017 12/7/2017 12/7/2017 12/10/2017 D N/A Or 12/18/2017 IJ-?/\~ \ -tL-' 'l +-~1..-(l /-2~ -(~ \-2o-I&' REVIEWER Check/I nitial D ~TS ~ LMM ~ LMM ~TS ~TS I%'" L~~lU\ ~~U--- ~ V ~ Lg~ CITY OF SAN RAFAEL POLICIES AND PROCEDURES Policy No . Subject: Fleet ManaQement Policy Resolution No. Issue Date: September 6, 2012 Revision Date: Prepared By Richard Landis Approved By: ~C-?1 '~ f FLEET MANAGEMENT POLICY AND PROCEDURES PURPOSE: The City of San Rafael establishes this policy to govern the management of the City's vehicle fleet. . SCOPE : The acquisition, outfitting and replacement of all City vehicles. DEFINITIONS: "City vehicle " shall include all automobiles, trucks, motorcycles , or any other equipment registered with the Department of Motor Vehicles and owned, leased , or rented by the City . "Fleet Manager" shall be the Director of Public Works or his /her designee . POLICY: General Provisions Fleet Manager The role of the Fleet Manager is to advise the City Manager and City Council on matters relating to the City's vehicle fleet. The Fleet Manager shall communicate with all department directors regarding vehicle needs and submit timely reports to the City Manager. The Fleet Manager is committed to the following principles: 1. The size and nature of the City's fleet is governed primarily by need and function, i.e., the number of vehicles should be no greater than what is necessary to provide public services in an efficient manner. Each vehicle within the fleet should be minimally specified to fulfill its intended function, providing operators with a comfortable and modestly-appointed vehicle with which to deliver services in a cost-effective manner. 2. Vehicles should be selected with a strong preference for fuel efficiency and hybrid and alternative fuel technology. The City will strive to reduce the negative impact of its fleet upon the environment by reducing greenhouse gas emissions. 3 . Vehicles with the lowest long-term maintenance and repair costs and occupant safety are preferable. Department Budgeting for Additional Vehicle Acquisition Before a department determines the need to add a vehicle to its inventory, it shall first check with the Fleet Manager and the Finance Department to determine whether an existing vehicle is available elsewhere in the fleet that may meet the department's needs. If none is available, the requesting Page 1 of 3 department shall submit a vehicle addition request to the Fleet Manager with the following information: • The purpose for which the vehicle is needed • The type of vehicle requested and the total estimated purchase price • The estimated total cost of any special auxiliary equipment or equipment packages above what might be considered standard equipment. The cost of adding a new vehicle to the fleet shall be paid by the requesting department. Internal service charges to that department's budget shall be established at the time of vehicle purchase to ensure adequate future funding for the vehicle's eventual replacement. Vehicle Acquisition All departments shall submit vehicle purchase requests to the Fleet Manager. The Fleet Manager will consider requests, consult with the Finance Department to ensure that there are sufficient funds for the new vehicle request, and review vehicle specifications for conformance with the provisions and intent of the Fleet Policies and Procedures. All vehicle purchases shall be administered by the Fleet Manager and shall comply with bidding procedures, when applicable, to ensure competitive pricing. Invoices for new vehicle purchases and equipment installation shall be administered by the Fleet Manager with pre-approved departmental account codes established to meet the invoice totals. Vehicle Replacement Funding Funding for vehicle acquisition and supplemental equipment shall be established through monthly internal service charges to the department operating the vehicle, over the projected useable life of that vehicle. An annual inflation factor is applied to the department's internal service charge to account for anticipated increases in future vehicle costs. Vehicle Replacement Schedule City vehicles are eligible for replacement on the basis of the following established useable life recommendations: Vehicle Descrjption Useable Life Sedans, SUV's, lians, light and medium duty trucks (up to 8,600 Qross vehicle weiQht) 1 o years Heavy duty_trucks (over 8,600 Qross vehicle weiQht) 15 years Police patrol/traffic vehicles 5 years Police unmarked vehicles 8 years Police motor~cles 4 years ParkinQ enforcement bUQQies 5 years Fire command vehicles 7 years Fire pumper enQines 15 years Fire ladder trucks 20 years Ambulances 5 years Off-road maintenance and construction equipment shall be replaced when economically or operationally justified. When a vehicle in this group approaches the end of its anticipated life cycle, a cost/benefit analysiS shall be performed to justify vehicle replacement. Page 2 of 3 These useable life standards are for vehicle replacement financial estimating purposes only. When a vehicle reaches the end of its established useable life and the department operating the vehicle requests replacement, each vehicle shall be assessed by the Fleet Manager and Vehicle Maintenance Division to determine if replacement is justified, given general vehicle condition, mileage, maintenance and repair history, safety considerations, etc. Extension of the useable life of any vehicle shall be at the discretion of the Fleet Manager and the requesting department. Likewise, a department may request a vehicle replacement prior to the end of its established useable life. The Fleet Manager shall review all such requests in consultation with the Finance Department and Vehicle Maintenance Division. Requests for early replacement shall be accompanied by a thorough justification, including objective criteria supporting the request. The cost of early replacement, if any, shall be borne by the requesting department. If a department determines that an assigned vehicle is no longer needed, the vehicle shall be returned to the Vehicle Maintenance Division for re-allocation within the fleet or disposition as surplus. Disposition of Surplus Vehicles All vehicles accepted by the Vehicle Maintenance Division for replacement or permanent elimination from the fleet shall be consigned to public auction with the City's designated auction service. Departments shall deliver vehicles being replaced to the Vehicle Maintenance Division prior to accepting the new replacement vehicle. Maintenance and Repair of Vehicles Preventive and Routine Maintenance and Repairs The Vehicle Maintenance Division shall notify departments of upcoming scheduled maintenance for vehicles operated by that department and will schedule the date and anticipated duration of the scheduled maintenance. If possible, the department operating the vehicle shall deliver it to the Vehicle Maintenance Division. If necessary, Vehicle Maintenance will pick up the vehicle at its customary parking location and return it when scheduled maintenance is complete. Unscheduled Repairs In the event a vehicle requires immediate or unscheduled repair during normal work hours, operators should call the Vehicle Maintenance Division (458-5345), or take the vehicle to the Public Works facility at 111 Morphew Street for assessment. If the vehicle cannot be operated or is unsafe to operate, the driver should call the Vehicle Maintenance Division for road service, towing, or advice. After normal working hours, vehicle operators should call the non-emergency Police Department dispatch number (485-3000) for towing or road assistance. Vehicle operators must notify their supervisors, as well as the Fleet Maintenance Division, in the event of a vehicle failure. Reimbursement for Personal Expense for City Vehicle Repair Certain emergencies may occur during non-working hours that can be easily remedied at a service station (for example, a flat tire or radiator hose). Department Directors whose employees routinely work outside of normal working hours shall develop appropriate policies governing the authority of vehicle operators to affect emergency repairs during non-working hours with the intended goal of delivering uninterrupted public service. These departmental policies shall be forwarded to the Fleet Manager for reference. Page 3 of 3 CONTRACT ROUTING FORM INSTRUCTIONS: Use this cover sheet to circulate all contracts for review and approval in the order shown below. Step RESPONSIBLE DEPARTMENT DESCRIPTION COMPLETED DATE REVIEWER Check/Initial 1 Project Manager a. Email PINS Introductory Notice to Contractor b. Email contract (in Word) & attachments to City Atty c/o Laraine.Gittens@cityofsanrafael.org Click here to enter a date. 12/15/2017 ☐ ☒TS 2 City Attorney a. Review, revise, and comment on draft agreement and return to Project Manager b. Confirm insurance requirements, create Job on PINS, send PINS insurance notice to contractor 12/7/2017 12/7/2017 ☒ LMM ☒ LMM_ 3 Project Manager Forward three (3) originals of final agreement to contractor for their signature Click here to enter a date. ☐ 4 Project Manager When necessary, * contractor-signed agreement agendized for Council approval *PSA > $20,000; or Purchase > $35,000; or Public Works Contract > $125,000 Date of Council approval ☐ N/A Or Click here to enter a date. ☐ PRINT CONTINUE ROUTING PROCESS WITH HARD COPY 5 Project Manager Forward signed original agreements to City Attorney with printed copy of this routing form 6 City Attorney Review and approve hard copy of signed agreement 7 City Attorney Review and approve insurance in PINS , and bonds (for Public Works Contracts) 8 City Manager / Mayor Agreement executed by Council authorized official 9 City Clerk Attest signatures, retains original agreement and forwards copies to Project Manager TO BE COMPLETED BY INITIATING DEPARTMENT PROJECT MANAGER: Contracting Department: Public Works Project Manager: Talia Smith Extension: 3354 Contractor Name: PCS Mobile, Inc. Contractor’s Contact: Sean Bruecken Contact’s Email: seanb@pcsmobile.com ☐ FPPC: Check if Contractor/Consultant must file Form 700