HomeMy WebLinkAbout2021-05-25 - AGENDA REPORTS - FLEET MGMT SYSTEM (2)O
Agenda Item: 3
P
CITY OF SANTA CLARITA AGENDA REPORT
CONSENT CALENDAR
CITY MANAGER APPROVAL:1
DATE: May 25, 2021
SUBJECT: FLEET MANAGEMENT SYSTEM
DEPARTMENT: Administrative Services
PRESENTER: Joseph Oerum
RECOMMENDED ACTION
City Council:
1. Approve the "piggyback" of State of California Contract 1-19-58-69 and award a service
agreement to Geotab USA, Inc., for a fleet management system for an annual amount of
$43,608, and authorize an annual contingency of $6,541 for a total three-year amount not to
exceed $150,448.
2. Authorize the City Manager or designee to execute the contract and associated documents
subject to City Attorney approval.
3. Authorize the City Manager or designee to execute up to two (2) additional one-year renewal
options not to exceed the annual contract amount, inclusive of contingency, plus the
appropriate CPI adjustment, upon request of the contractor.
BACKGROUND
In 2008, the City of Santa Clarita (City) began a two-year pilot program with Verizon Connect
(formerly Networkfleet). This was a trial program to help determine the benefits and uses of a
fleet management system. Features used were fleet maintenance scheduling, remote diagnostics
of vehicle problems, and dispatching employees. After exploring the functionality and
capabilities of Verizon Connect, the City began to employ the system in all City vehicles.
Currently, all 173 City vehicles have the system installed and active. In October 2020, the City
Council approved the award of an agreement with Verizon Connect to continue the operation of
the devices in City vehicles.
The fleet management features available through Geotab USA, Inc., are more advanced than the
current features utilized by the City under the Verizon Connect agreement. These enhanced
Page 1
Packet Pg. 22
O
features allow staff to continue to schedule maintenance, monitor fuel economy, track idle time,
diagnose vehicle concerns, and track assets. In addition to these features, Geotab USA, Inc.,
provides staff access to safety reporting tools and analytics.
Staff continues to advocate for the operation of a fleet management system for City vehicles, as
it is a useful platform for scheduling maintenance, monitoring fuel economy, tracking idle time,
diagnosing vehicle concerns, and tracking assets. Moreover, the system is extensively utilized by
Risk staff for various safety, liability, and loss prevention related matters. Risk staff benefits
from the Global Positioning System (GPS) technology by using it to investigate and eliminate
third parry liability claims concerning City vehicles, ensuring City vehicles are driven safely, and
responding to community member complaints regarding City vehicles. Further, when requested,
Risk partners with the City Attorney's Office to review and analyze GPS data for tort matters
involving City vehicles.
On July 11, 1995, the City Council approved the use of "piggyback" purchasing. This process
permits the City to place orders against a competitively awarded, existing public agency contract.
The State of California Contract 1-19-58-69 was competitively solicited and awarded on June 18,
2019, allowing the City to take advantage of an existing process. The State of California
Contract 1-19-58-69 was publicly bid and completed for piggyback contract use.
Staff has reviewed the State of California Contract 1-19-58-69 and believes that the additional
features available will improve reporting and diagnostic functionality of the fleet management
system. Switching from Verizon Connect to Geotab USA, Inc., will result in a one-time cost
savings of $7,120.
ALTERNATIVE ACTION
Other actions as determined by the City Council.
FISCAL IMPACT
Annual budgeted funds in the amount of $ 50,149 are available in expenditure account 12001-
5131.007 to cover the cost of the fleet management system.
ATTACHMENTS
Proposal
State of California Contract 1-19-58-69 (available in the City Clerk's Reading File)
Page 2
Packet Pg. 23
Prepared For:
Joseph M. Oerum
City of Santa Clarita
JOERL )m ( 1-ta dari-taxom
...... .................................................................. . _ ...........................................................................................................................
(661) 286-4184
May 10, 2021.
Darryl Wong Revision per May 7, 2021 vehicle list
We Look Forward To Working with You
In
Barbara Egan
RMJ Tech
1 e ga nf tech.corn
.....................................................................
760-419-8594
To: Joseph M. Oerum
City of Santa Clarita
�J IE R Ull i N-anta 61airitaxoirn
Dear Joseph,
Please find new pricing to match new information based on a revised vehicle list received May 7, 2021.
The new total vehicle count has increased from 171 (previously quoted under #HUUQH) to 184.
We look forward to working with you in the implementation of the Geotab solution via the California
Contract (1-19-58-69) for your fleet. I'm confident the solution will more than meet your needs. Please
view this information as a preliminary estimate for your consideration.
Please let me know if you have questions or if you'd like to further discuss our proposal. Once again, we
are excited at the opportunity of working with you and your team!
Sincerely,
Barbara Egan
RMJ Tech
760-419-8594
We Look Forward To Working with You
GEOTAB Core Hardware Quote
by Quote #: YLABQ
*Other Taxes May Apply at time of order and subject to multiple local jurisdictions and rates
Est.* Sales Tax
(Hardware Only)
$61.75o
within the ship to state
9.5 /o
Total One -Time $711.75
Cost
Monthly Total $0.00
Acceptance of Products, Pricing and Terms and Conditions
All terms and conditions are governed by the State of California —Department of General Services — Agreement Number 1-19-58-69.
All applicable county/city/state taxes for these products and services will be added to the final invoice(s).
We Look Forward To Working with You
CLIN 2:
1 Monthly Subscription - ProPlus Plan
GT # G09-LTEVZWC2
Core Monthly Services
Quote #: YLABQ
161 1 $ 19.75 1 $ 3,179.75
CLIN :
2 GT # 4LTEVZWC4 Monthly Subscription - ProPlus Plan 10 $ 19.75 $ 197.50
G09-3 CLIN 8: GT # GR8-LTEATTC8 Monthly Subscription - ProPlus Plan 13 $ 19.75 $ 256.75
SubTotal
$0.00
One -Time Cost
*Other Taxes May Apply at time of order and subject to multiple local jurisdictions and rates Est.* Sales Tax
within the ship to state (Hardware Only) $0.00
9.5 /o
Total One -Time
$0.00
Cost
Monthly Total $3,634.00
Acceptance of Products, Pricing and Terms and Conditions
All terms and conditions are governed by the State of California —Department of General Services — Agreement Number 1-19-58-69.
All applicable county/city/state taxes for these products and services will be added to the final invoice(s).
We Look Forward To Working with You
Next Steps:
0 Prod ucts/Services available through the contract:
..h..........t.......-.p.,.- ./ ....g.gt2.� i f o............ n........ a/
.............. .....
Agency to Review, Amend and Approve Quote
Agency to Generate Purchase Order based on Approve Quote
Agency to send Purchase Order and Amended/Approved Quote to
RMJ Technologies for Review
RMJ Technologies to submit Purchase Order to Geotab and Order
placed
Installation Planning Begins Between Agency and Installation Team
Account Setup Meeting between RMJ Technologies and Agency
Installation Complete
• RMJ Technologies Completes Account Setup
• Training Plan Executed
0 Implementation Complete
Barbara Egan
RMJ Tech
g.� c Ih. c o irn
760-419-8594
We Look Forward To Working with You
Department of General Services
Procurement Division
707 Third Street, 2nd Floor
West Sacramento, CA 95605-2811
State of California
ISSUE AND EFFECTIVE DATE: 6/18/2019
CONTRACT NUMBER: 1-19-58-69
DESCRIPTION: Telemetry/GPS Systems
CONTRACTOR: Geotab
CONTRACT TERM: 6/18/2019 through 6/17/2022
STATE CONTRACT ADMINISTRATOR: Robb Parkison
916-375-5918
robb.parkison@dgs.ca.gov
The contract user instructions, products, and pricing are included herein. All purchase
documents issued under this contract incorporate the contract terms and applicable California
General Provisions:
IT General Provisions rev 09/05/2014
(http://www.documents.dgs.ca.gov/dgs/fmc/gs/pd/gspd40l IT.pdf)
Cal eProcure link: www.calmgggre.ca.gov
ORDER PLACEMENT INFORMATION
Contact Information:
Fax/Email:
Geotab USA, Inc.
Mailing Address:
Fax: 888-243-5272
Scott Graves
Geotab USA, Inc.
770 East Pilot Road
Email :cggggtaborders .geotab.com
Las Vegas NV, 89119
Phone: 800-449-0614
Email :scottQraves .Qeotab.com
Contractor Website: https://helk.Qeotab.com./california/
Date: 422020
Robb Parkison, Contract Administrator
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1-19-58-69
Contract User Instructions
All changes to most recent Supplement are in boid red italic. Additions are enclosed in
asterisks; deletions are enclosed in brackets.
SUMMARY OF CHANGES
Supplement Description/Articles Supplement
Number Date
*1* *Subject coritract for Teiemetry/GPS Systems *41712020*
is hereby modified to reflect the f6flowirig
chariges:
Attachmerit A Cost Pricirig Worksheet.
Cost worksheet added a .self` iris tafla tiori
package and NON GPS uriits*
N/A Original Contract Posted 6/18/2019
All other terms and conditions remain the same.
Contract 1-19-58-69 Page 2 41712020
User Instructions
STATE OpCALIFORNIA
DEPARTMENT OpGENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1-19-58-69
Contract User Instructions
1.
SCOPE. ... ....______-.____._.._.___~..^.^._._...^^^...._.._........................ _... 5
2.
CONTRACT USAGE/RULES ...... --........ -________........ __........ ------...... -..........
5
1
DG8ADM|N|STRAT|VE FEES .................................................................................................. ---_-6
4.
SB/DVBEOFF-RAMP PRWU&ON...... --- .......... __________--__--....... --------_0
5�
EXEMPT PURCHASES .......................................................... ......... _--....... ------_-_.......
-0
0.
PROBLEM RESOLUTION/SUPPLIER PERFORMANCE .... -----_____-_--............ -............
7
7.
CONTRACT ITEMS ............ ......... .......... -....... .......... ................... ...... -............. .........................
7
8.
CUSTOMER SERVICE .......................................................... ......... _--....... --................... __-_8
9�
ELECTRONIC VYEBS[TECONTENTS- ......... ...... _...... _.......... _______10
10.
PRE-QRD:ERCONF|GURAT|ON CONSULTATION (QUOTE GENERATU{}N)-_-... -------_'10
11.
OFFER FORMAT ....... _---_--__-____....... _........... ...................................... ...................
11
12.
PRODUCT S0BST[TWT8]NS----_.... --_............... ................... ___-____-_--_---11
13.
STATE AGENCY INFORMATION TECHNOLOGY CERTIFICATION REQUIREMENT ......... ........ .........
12
14.
PURCHASE EXECUTION .... --........ _-_...... -___-_............. -_-__--__-__-__12
15.
M�|N|K8UK4URDER--.......... --........ _-_...... _____......... ........ ................. ........ _-__..13
10.
ORDERING PROCEDURE_- ... __--__-_............. ........... .................................................. ...
13
17.
ORDER ACCEPTANCE ----........ --- ....... -_............... ............. ........... ........................................
14
18.
ORDER RECEIPT CONFIRMATION, ........ ---_--....... ............ ............ ............ ............................
14
18.
OUT OFSTOCK REMEDY- ..... _-........ -_-_-....... ............ ............ ............ ............................
14
20.
DISCONTINUED ITEM REMEDY- .......... ---- ...... _... ---- ......... _-__-_...... ...... _......... -14
21.
DELIVERY SCHEDULES. ...... --- ....... ...... ................... ......................... ...... _-_--_-_----.15
22.
FREE {)MBOARD /F'{}.B.\DEGT|NATKON....... _-........ ...... ........ __----------------'16
23.
SHIPPED (}RDERS........... .................. .................. ........... .................. .................. .................. --...
16
24.
PACKING SUP-- .... ....... ..... -.......... ---- ...... _____-......... -_................. ........ ... ... _.17
25.
SAFETY DATA SHEET- ........ ... ... ..... ...... -............. ....................... .............................................
17
28.
INSTALLATION- ..... --- .... --- .............. ............................................. ...... _-__...... __-_-..17
27.
INSPECTION AND ACCEPTANCE ......................................................... -...... _-_--_-_--_-.19
28.
CONTRACT ADKH|NUSTRATU(]N_-_--__-...... ....... ............ ...................................... .................
18
29.
RETURN POL|CY-.... ....... ..... -.......... __...... -_____......... ........ ........ ...... ...... _... ... -2U
30.
CREDIT POLICY .................... -___--__-_............. ........... ............. ........................................
2O
31.
RESTOCKING FEES-- ...... --__-_........ .......... ........................ ........ -........ _......... ____....
20
32.
INVOICING. ........ ....... _.... --- ....... ...... .................... ......................... ...... ___________....
20
Contract 1'1e-58-6e Page *712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
33. PAYMENT... .......... ............................ ......... .................. ......... ......... ......... ......... ......... ......... 21
34. CAL -CARD INSOICING.......................... ......... ......... ......... .................. ......... .................. ......... 22
35. CALIFORNIA SELLER'S PERMIT_- .................. ......... ......... .................. ......... .................. ......... 22
35.WARRANTY..... ... 22
37. QUALITY ASSURANCE GUARANTEES.................................................................................................. 23
38. EQUIPMENT REPLACEMENT DURING WARRANTY. .......... ............................................................ 24
39. PRINCIPAL PERIOD OF MAINTENANCE .............................. .................. ............... ...... __......... .,,,. 24
407. RECYCLED CONTENT... ...... ___ ... ................. ......... ................... ......... .__.........,... ......... 24
41. SMALL BUSINESS/DISABLED VETERAN IBUSINESS ENTERPRISE PARTICIPATION ......................... 24
42. BIDDER DECLARATION/COMMERCIALLY USEFUL FUNCTION QCUF)................................................ 25
43. TAME BACK/TRADE IN ........... ............. ......... ...,.............. ..,....,. .,....,.. ,,...,,.. 25
44. ELECTRONIC WASTE RECYCLING_ .... ......... .................. ................... ......... 25
45. ATTACHMENTS... ... ................... ..................................................... ... 25
Contract 1-19-58-69 Page 4 41714420
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
1. SCOPE
The State of California's contract with Geotab USA, Inc. (Contractor) provides
Telemetry/GPS Systems at contracted pricing to the State of California (State) and local
governmental agencies. The Contractor shall supply the entire portfolio of products as
identified in the contract and will be the primary point of contact for data collection,
reporting, and distribution of Telemetry/GPS Systems to the State.
The contract term is for three (3) years with an option to extend the contract for seven (7)
additional one (1) year period or portion thereof. The terms, conditions, and prices for the
contract extension option shall be by mutual agreement between the Contractor and the
State. If a mutual agreement cannot be met the contract may be terminated at the end of
the current contract term.
2. CONTRACT USAGE/RULES
A. State Departments
• The use of this contract is mandatory for all State of California departments.
• State departments must adhere to all applicable State laws, regulations, policies,
best practices, and purchasing authority requirements, e.g. California Codes, Code
of Regulations, State Administrative Manual, Management Memos, and State
Contracting Manual Volume 3, as applicable.
• Prior to placing orders against this contract, State departments must have been
granted IT purchasing authority by the Department of General Services, Procurement
Division (DGS-PD) for the use of this statewide contract. State departments that have
not been granted purchasing authority by DGS-PD for the use of the State's
statewide contracts may contact DGS-PD's Purchasing Authority Management
Section by e-mail at gams .dgs.ca.gov.
• State departments must have a Department of General Services (DGS) agency
billing code prior to placing orders against this contract. Ordering departments may
contact their Purchasing Authority contact or their department's fiscal office to
obtain this information.
B. Local Governmental Agencies
• Local governmental agency use of this contract is optional.
Local government agencies are defined as "any city, county, city and county, district
or other governmental body or corporation, including the California State
Universities (CSU) and University of California (UC) systems, K-12 schools and
community colleges", empowered to expend public funds for the acquisition of
products, per Public Contract Code Chapter 2, Section 10298 (a) (b). While the
State makes this contract available to local governmental agencies, each local
governmental agency should determine whether this contract is consistent with its
procurement policies and regulations.
Contract 1-19-58-69 Page 5 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
• Local government agencies include agencies in other states within the United
States. The contractor reserves the right to decline participation from agencies
outside of California if it is outside their normal business practices.
• Local governmental agencies shall have the same rights and privileges as the State
under the terms of this contract. Any agencies desiring to participate shall be
required to adhere to the same responsibilities as do State agencies and have no
authority to amend, modify or change any condition of the contract.
• A DGS issued billing code is not required for other governmental agencies to place
orders against this contract.
C. Unless otherwise specified within this document, the term "ordering agencies" will refer
to all State departments and/or local governmental agencies eligible to utilize this
contract. Ordering and/or usage instructions exclusive to State departments or local
governmental agencies shall be identified within each article.
3. DGS ADMINISTRATIVE FEES
A. State Departments
The DGS will bill each State department an administrative fee for use of this
statewide contract. The administrative fee should NOT be included in the order total,
nor remitted before an invoice is received from DGS.
Current fees are available online in the Price Book & Directory of Services
(https-//www.dgs.ca.gov/OFS/Price-Book) (go to Price Book Download and click on
Purchasing under Procurement Division).
B. Local Governmental Agencies
For all local government agency transactions issued against the contract, the
Contractor is required to remit the DGS-PD an Incentive Fee of an amount equal to
1 % of the total purchase order amount excluding taxes and freight. This Incentive
Fee shall not be included in the agency's purchase price, nor invoiced or charged to
the purchasing entity. All prices quoted to local governmental agency customers
shall reflect State contract pricing, including any and all applicable discounts, and
shall include no other add -on fees.
4. SB/DVBE OFF -RAMP PROVISION
There is no SB/DVBE off ramp associated with this contract.
5. EXEMPT PURCHASES
There are no exempt purchases associated with this contract.
Contract 1-19-58-69 Page 6 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
6, PROBLEM RESOLUTION/SUPPLIER PERFORMANCE
Ordering agencies and/or Contractor shall inform the State Contract Administrator of any
technical or contractual difficulties encountered during contract performance in a timely
manner. This includes and is not limited to informal disputes, supplier performance,
outstanding deliveries, etc. The ordering agency should include all relevant information
and/or documentation (e.g., purchase documents).
7. CONTRACT ITEMS
This contract contains both core and non -core items. Core items include the telematics
device, training, installation and monthly service plans.
Core Items
Proposed products shall provide a comprehensive in -asset GPS system to collect and
report usage, maintenance, and operational data on the following asset categories:
• Category 1 — Light Duty Vehicles
• Category 2 — Heavy Duty Vehicles
• Category 3 — Zero or Low Emission Vehicles
• Category 4 — Non -Self Propelled Assets
• Cellular Data (Monthly Service)
• Satellite Data (Monthly Service)
• Solar Tracker
• AVL Service (Monthly Service)
Non -Core Items
Non -Core Items are items that support the Core componants and services. Non -Core
items shall be offered at a 20 percent discount off the MSRP. Non -Core Catalog items
may include any components related to Telemetry and GPS Systems and services. Such
items may include, but are not limited to:
• Driver Identification Device (Key FOB)
• Key FOB Tethers
• Key FOB Readers
• Alternate Power Supply Harness
• Heavy Duty/CanBus Harness
• Light Duty/OBD Harness
• AVL Processor/Interface
• Additional Training
• Additional Installation
• Satellite Modems
• Network Extenders
• AVL Components
Contract 1-19-58-69 Page 7 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
8, CUSTOMER SERVICE
Contractor will provide a dedicated account support team and a primary single point of
contact for support services to each ordering agency. Back up personnel will be provided
in the absence of the primary point of contact.
Live technical support and customer support service will be provided by the Contractor and
available by telephone from 6.00 AM PT to 5.00 PM PT, Monday through Friday. Customer
support service will also be available by e-mail, chat, or other agreed upon method. Ability
to make corrections via the Application service for online data will be available twenty-four
(24) hours a day, seven (7) days a week, including holidays.
Incoming calls will be responded to within two (2) hours and substantive responses to user
questions will be provided within eight (8) hours (e.g., assistance resolving minor
support/administrative issues, retrieving desired data, formatting and saving queries and
reports, query results, alternative ways to group, present, or otherwise enhance the
understanding of reports, etc.).
Calls of a critical nature (e.g., system down, critical functionality not working correctly, etc.)
will be responded to within one (1) hour and substantive responses or resolution provided
within four (4) hours.
The Contractor will provide a complete response or resolution to all calls within of forty-
eight (48) hours of the call being logged or a time mutually agreed to by the Contractor and
the ordering agency.
The Contractor shall provide the following project personnel to comprise the Project Team
to include the following (one person can be assigned to multiple roles):
Project Manager
Role: The Contractor Project Manager must provide project management oversight
through acceptance of the ordering agency system.
Responsibilities:
• Creates and manages the Project Plan and schedule
• Manages the Contractor Project Team members
• Liaison between ordering agency and Contractor Resources
• Initiates Quality Assurance Processes to monitor the Project
• Manages issues and risks
• Point of escalation for project issues
• Manages the deliverable acceptance process
Business Analyst
Role: The Business Analyst must provide contract requirements verification, a project
traceability matrix, and subject matter expertise for the proposed project. The Business
Contract 1-19-58-69 Page 8 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1Q19-56=66
Contract User Instructions
Analyst will work with the ordering agency authorized personnel. The roles and
responsibilities of a Business Analyst can be satisfied by another business title.
Responsibilities:
• Provide a project traceability matrix to the ordering agency authorized personnel. The
traceability matrix will be a live, collaborative online document, requiring no new
software installed to access the matrix. The matrix will be updated within one (1) day of
project changes being made.
• Provides oversight of contract requirement verification, design, configuration, workflow,
security design, development, and testing.
• Provide solutions for issues that arise. Any business process changes will be provided
to, and approved by ordering agency prior to implementation.
• Provide input to training development, and participate as part of the immediate post -go -
live support team.
Technical Lead
Role: The Technical Lead will provide technical subject matter expertise for the proposed
ordering agency project implementation. The Technical Lead will work collaboratively with
the ordering agency authorized personnel.
Responsibilities:
• Lead the technical team in designing the technical architecture to support the proposed
an Application;
• Lead the technical team in tasks for inbound and outbound interfaces, customer
development, enhancements, reports, and testing;
• Lead the installation and administrative configuration of the proposed Application and
infrastructure;
• Comprehensive technical implementation of the proposed Application;
• Center point of communication for all technical matters concerning the Application and
supporting infrastructure;
• Communicate with ordering agency authorized personnel concerning any integration
solution that involves ordering agency authorized personnel, prior to any
implementation.
Training Lead
Role: The Training Lead's role will plan and lead the design, development, and
implementation of the Application and Hardware training program for ordering agency
personnel.
Responsibilities:
• Will follow deliverable schedules for ordering agency project
• Will have thorough understanding of the functional and technical requirements of the
Application and ordering agency needs
• Will have thorough understanding of the work flow process of the Application at every
tier
Contract 1-19-58-69 Page 9 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
Perform training needs analysis to determine the best method of delivery
Evaluate participants at every level to determine appropriate training solution
Lead the implement of the Training Plan
The Contractor will employ these members of the Project Team as regular, fulltime
employees throughout the term of the Contract, including all renewals of the Contract. Any
Project Team personnel changes after the contract award will not be allowed without prior
written approval from the ordering agency. The Contractor will also provide a Project Team
to complete the Project. Project Team members who are Contractor's full-time, regular
employees will perform at least 50% of the Work to complete the Project. The Contractor
may use its personnel or subcontractor personnel to meet the remaining 50% of the effort.
The ordering agency may screen or interview members of the Project Team prior to their
assignment to the Work. All Project Team members must demonstrate skills appropriate to
their assigned roles. The ordering agency may reject any Project Team member for poor
performance and request a new member at any time during the contract.
Contact
Phone
Direct Website and Email
Website: https://help.geotab.com/
Customer Service Unit
800-449-0614
Email: cacieotabsupport meotab.com
9. ELECTRONIC CATALOG/CONTRACT WEBSITE CONTENTS
An Electronic Catalog / Contract Website specific to the Statewide Contract for
Telemetry/GPS Systems is available and contains the following data elements at
minimum:
• Detailed line item descriptions of Telemetry/GPS systems Core items
• Warranty/PPM information
• State -specific contract current pricing
• Quote generation
• Contractor's customer service contact information
• Non -Core items
10. PRE -ORDER CONFIGURATION CONSULTATION (QUOTE GENERATION)
The Contractor shall provide pre -sale pre -order technical consultation and configuration
assistance to ordering departments in order to assure acquired configurations are
operationally designed for the ordering agency's technology needs. Ordering agencies will
assure that the Contractor has been appraised on the technical needs of the systems and
components acquired under the contract.
Contract 1-19-58-69 Page 10 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
111.OFFER FORMAT
The Contractor shall provide an offer to ordering agencies in MS Excel spreadsheet format
based upon agencies scope of work. The Contractor's offer format spreadsheet must
include the following data elements:
• Contractor letterhead
• Offer/Quote "prepared by" name and contact information
• Offer/Quote number
• Date of Offer/Quote
• Ordering agency name
• Ordering agency contact person
• Contract number
• Contract expiration date
o Table consisting of:
o Contract Line Item Number
o Quantity
o Core/Non-Core (Y/N)
o Description of Item
o Manufacturer's Part Number/SKU
o MSRP/Index Price
o Contract Discount
o Contract Unit Price
o Extended Price (Quantity x Contract Price)
o Subtotals of taxable and non-taxable items
o Rate and calculated tax
o Applicable fees
o Grand total
12. PRODUCT SUBSTITUTIONS
Products and configurations meeting or exceeding the category requirements shall be
available throughout the duration of the contract term. The contract provides for technology
refresh as models are discontinued or cease production and must be approved by the
contract administrator. These changes will be made in the form of a contract supplement,
and will not be effective until the supplement's release.
The Contractor shall not substitute products or configurations or modify catalog information
without written approval from the DGS-PD State Contract Administrator.
The Contractor will maintain the contract discount as bid throughout the original term of the
contract and any extension, including upon approved substitution.
Contract 1-19-58-69 Page 11 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
If no substitute product is available that meets or exceeds the specifications due to
fundamental technology or market change. the State may alter the core items to meet the
updated marketplace standards. Obsolescence of a core item may be determined at the
discretion of the State.
13. STATE AGENCY INFORMATION TECHNOLOGY CERTIFICATION REQUIREMENT
This requirement does not apply to local government agencies.
For State agencies, a signed certification of compliance with state information technology
(IT) policies is required for all IT acquisitions of hardware, software, and services that cost
$5,000 or more. The policy and required format is provided in SAM Section 4819.41.
14. PURCHASE EXECUTION
A. State Departments
1) Std. 65 Purchase Documents
State departments not transacting in FISCAL must use the Purchasing Authority
Purchase Order (Std. 65) for purchase execution. An electronic version of the
Std. 65 is available at the Office of State Publishing we site
(https://www.dgsapps.dgs.ca.gov/osp/StatewideFormsWeb/Forms.aspx) (select
STD Forms).
All Purchasing Authority Purchase Orders (Std. 65) must contain the following:
• Agency Order Number (Purchase Order Number)
• Ordering Agency Name
• Agency Billing Code
• Purchasing Authority Number
• Leveraged Procurement Number (Contract Number)
• Supplier Information (Contact Name, Address, Phone Number, Fax Number,
E-mail)
• Line Item number
• Quantity
• Unit of Measure
• Commodity Code Number
• Product Description
• Unit Price
• Extension Price
2) FISCAL Purchase Documents
State departments transacting in FISCAL will follow the FISCAL procurement and
contracting procedures.
Contract 1-19-58-69 Page 12 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
3) Blanket Orders
The use of blanket orders against this statewide contract is allowed.
B. Local Governmental Agencies
Local governmental agencies may use their own purchase document for purchase
execution. The purchase documents must include the same data elements as listed
above (Exception: Purchasing Authority Number is used by State departments only).
15. MINIMUM ORDER
The minimum order shall be one (1) unit or service plan.
16.ORDERING PROCEDURE
Ordering agencies are to submit appropriate purchase documents directly to the
Contractor(s) via one of the following ordering methods:
• U.S. Mail
• Facsimile
• Email
The Contractor's Order Placement Information is as follows:
ORDE PLACEMENT INFORMATION
U.S. Mail:
Geotab USA, Inc.
Phone:
Facsimile:
Email:
770 East Pilot
800-449-0614
888-243-5272
cageotaborders .geotab.com
Road, Suite A
When using any of the ordering methods specified above, all State departments must
conform to proper State procedures.
Ordering Agencies shall issue a separate Statement of Work (SOW) detailing vehicle
types, VINS, installation locations and agreed dates, training, and services, etc., with
purchase orders when necessary. Only these order specific details shall be included in the
SOW.
Upon receipt of purchase order, Contractor and ordering agency will schedule
implementation meetings to develop a plan for implementing Telemetry and GPS Systems
in required assets. The Contractor agrees to work with ordering agency to meet the
evolving reporting needs of ordering agency.
Contract 1-19-58-69 Page 13 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
17.ORDER ACCEPTANCE
The Contractor shall accept orders from any ordering agency. The Contractor shall not
accept purchase documents for this contract that:
• Are incomplete
• Contain non -contract items
• Contain non -contract terms and conditions
The Contractor must not refuse to accept orders from any ordering agency for any other
reason without written authorization from the State Contract Administrator.
18.ORDER RECEIPT CONFIRMATION
The The Contractor must provide the ordering agencies with an order receipt
acknowledgment via e-mail/facsimile within one (1) business day after receipt of an order.
The acknowledgement will include:
• Contractor Order Number
• Ordering Agency Name
• Agency Order Number (Purchase Order Number)
• Description of Goods
• Total Cost
• Anticipated Delivery Date
• Identification of any Out of Stock/Discontinued Items
Prior to contract award, Contractor shall provide a copy of a preliminary order receipt
acknowledgement during the contract execution period.
19.OUT OF STOCK REMEDY
Upon receipt of order acknowledgment identifying out of stock items, the ordering agencies
shall have the following options:
• Request back order
• Cancel the item from the order with no penalty
Contractor will provide notification to the ordering agencies regarding out -of -stock items
which have been back ordered.
Under no circumstance is the Contractor permitted to make substitutions with non -contract
items or unauthorized products.
20. DISCONTINUED ITEM REMEDY
Upon receipt of order acknowledgment identifying discontinued items, the ordering
agencies shall have the following options:
Contract 1-19-58-69 Page 14 41714420
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
• Amend purchase document to reflect State -approved substitute item (per Article #12,
Product Substitutions/Discontinued Items)
• Cancel the item from the order
Under no circumstance is the Contractor permitted to make substitutions with non -contract
items or unauthorized products without approval from the CA.
21. DELIVERY SCHEDULES
Delivery for orders placed against this contract shall be in accordance with the following:
A. Locations
Deliveries are to be made (statewide) to the location specified on the individual
purchase order, which may include, but not limited to inside buildings, high-rise office
buildings, and receiving docks.
B. Schedule
Full Implementation
Delivery and installation of Telemetry and GPS Systems will vary based on agreed
upon schedule determined during the implementation meetings between ordering
agency and Contractor.
Individual Asset Up -fit
Individual asset up -fits may take place following a full fleet implementation. Contractor
shall complete installation within five (5) business days after receipt of order or
installation request.
Parts and Supplies
Delivery of ordered product shall be completed within fifteen (15) calendar days after
receipt of an order, unless otherwise agreed to by the ordering agency. Since
receiving hours for each ordering agency will vary by facility, it will be the Contractor's
responsibility to check with each facility for their specific delivery hours before delivery
occurs.
The Contractor must notify the ordering agency within twelve (12) hours of scheduled
delivery time if delivery cannot be made within the time frame specified on the order.
Contractor is requested to make deliveries in Los Angeles County, Orange County,
San Bernardino Metropolitan Area, and San Diego Metropolitan Area during off-peak
hours. Off-peak hours are Monday through Friday, 10.00 AM to 4.00 PM PT.
C. Training
The in -asset GPS device and Application training shall be provided to authorized
ordering agency personnel at agreed upon ordering agency facility locations
throughout the state, at no additional cost to the State.
Contract 1-19-58-69 Page 15 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
The contractor, shall provide a qualified factory authorized service representative (not
a salesman) to provide training for Administrative Staff, Managers, and Technicians. A
training plan outline will be developed during implementation meetings with the
ordering agency. Training shall include, but not be limited to, the following:
• Administration:
The training for Administrative Users shall be provided at the ordering agency
headquarters or other site as designated. This training shall consist of two (2),
eight (8) hour days minimum with a cap of three (3), eight (8) hour days. Dates
of training will be agreed upon during implementation meetings.
Administrative Staff
One (1) course to be held at ordering agency HQ or designated location.
Up to 15 people
Minimum Two (2) day course three (3) day cap
Highest level of access rights
Comprehensive application/database training course
• Managers and Technicians:
The training for Managers and Technicians shall be provided at locations
outlined during the implementation meetings with ordering agency. This training
shall include up to thirty (30) classes, a minimum of four (4) hours in length each.
D. Security Requirements
Deliveries may be made to locations inside secure institutional grounds (such as the
California State Prisons) that require prior clearances to be made for delivery drivers.
Since security clearance procedures for each facility may vary, it will be the
Contractor's responsibility for contacting the secure location for security clearance
procedures, hours of operation for deliveries and service, dress code, and other
rules of delivery.
22. FREE ON BOARD (F.O.B.) DESTINATION
All prices are F.O.B. destination; freight prepaid by the Contractor, to the ordering
organization's receiving point. Responsibility and liability for loss or damage for all orders
will remain with the Contractor until final inspection and acceptance, when all responsibility
will pass to the ordering organization, except the responsibility for latent defects, fraud,
and the warranty obligations.
3. SHIPPED ORDERS
All shipments shall be in accordance with the General Provisions, section 12 entitled
"Packing and Shipment".
Contract 1-19-58-69 Page 16 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
24. PACKING SLIP
A packing label shall also be included with each order shipped and include the following
items, visible on the outside of the box:
• Ordering Agency Name
• Delivery Address, Unit, and/or Floor
• Ordering Agency Contact Information
25. SAFETY DATA SHEET
The Contractor shall provide a Safety Data Sheet for product(s) subject to Title 8 of the
California Code of Regulations, Section 5194, Hazard Communication. The Safety Data
Sheet is to be prepared and delivered in accordance with this Section.
26. INSTALLATION
A. Installation will be provided in all areas of the state and will be included with the
purchase of any device and hardware package. Hardware package includes all
hardware and peripherals necessary for system functionality in each asset.
B. New contractor is responsible to remove previously installed devices peripherals and
associated wiring, returning asset to an operational state relative to the general
condition of the asset, prior to installing their system components. Ordering agency will
provide disposal instructions for removed hardware during the consulting period.
C. Each ordering agency will provide a list of assets to be equipped with an in -asset GPS
monitoring system. The assets may vary in classification (LD, HD, ZEV or NSP),
model, make, year, and location within California. All hardware necessary for the
installation, will be provided by the contractor at the time of installations on like asset
model will be standardized to include wiring routing, device location, and location of
power supply. The Contractor will supply service documentation for each model
installation configuration to include location diagrams, photos of installed components,
service instructions, and troubleshooting instructions. Service documentation
packages will be supplied electronically to ordering agency's Contractor Manager and
available on Contractor's Application.
D. The Contractor is responsible for the project planning, implementation, logistics and
scheduling of device installations in cooperation and coordination with ordering agency
authorized personnel. Installations will typically be accomplished during regular
business hours Monday through Friday, 8.00 AM to 5.00 PM, however local
operational needs may require evening and weekend installation operations at no
additional cost. Installation times will correspond to the asset's availability.
Contract 1-19-58-69 Page 17 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1Q19-56=66
Contract User Instructions
E. The Contractor will provide an approved list of installers/field service technicians
and/or installation facilities prior to project implementation. The Contractor is required
to report installation personnel changes within two (2) days to the ordering agency.
F. All installations will be completed at an installation location approved by the ordering
agency. Changes to installation location require pre -approval by the ordering agency.
G. During the contract period, additional assets to be equipped with GIPS systems will be
identified by the ordering agency based on operational needs and service will be
activated on new devices upon request of the ordering agency.
H. Fleet size will vary due to acquisitions, sales, accidents, or unanticipated loss. The
Contractor will work with ordering agency to develop a process to allow for
deactivation of devices. Deactivated devices will have pro -rated service billing for the
month the device was deactivated.
I. All aftermarket installations will be hidden or protected to minimize tampering or
accidental disconnection. All installations will be inspected and approved by ordering
agency's authorized personnel prior to releasing the asset for service.
J. No splicing of OEM wires will be allowed.
K. All electronic/electrical installations will meet the applicable standards contained within
the Caltrans' electronic/electrical standards, Caltrans electronic/electrical quality
standards which can be viewed at-
LqpL//www. dot, ca._qov/eg u i pm ent/Qua I itvSta nda rds/lectric/E lectric pdf/ lectrical.pdf
L. The Contractor will be held liable for any malfunctions or asset damage that occurs as
a result of poor quality installations or installations that do not meet the applicable
standards contained within the Caltrans' electronic/electrical standards.
M. All installations will meet the requirements of the California Asset Code Section 26708
and will not cause interference with any existing asset systems. Installations identified
as causing interference with existing asset systems, will be repaired, at no cost to the
ordering agency, within three (3) business days of notification by ordering agency's
authorized personnel.
N. When installation is complete, the GIPS system will be tested by the
Contractor/Installer to ensure correct operation prior to release for service. Any
installation not meeting the Contract requirements will not be accepted as a compliant
system. Contractor will repair any and all non -compliant systems while on site at no
additional charge to the ordering agency.
O. The device/asset installation will be tested by the Contractor/Installer to verify
operation by a location ping/event before installation is approved. As a result of the
Contract 1-19-58-69 Page 18 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1Q19-56466
Contract User Instructions
ping/event, the Application will show, Asset ID, Asset operator and/or Asset operator
ID number, description of asset, Contractor device serial number, VIN, and current
location displayed on Application map by latitude and longitude and the nearest
address available.
P. All wiring harnesses will meet as a minimum standard the requirements of the Wiring
Harness Manufacturer Association IPC/WHMA-A-620 standards found:
https://whma.org/ipcwhma-a-620/
Q. Contractor shall own and assume all responsibility for all litter, waste, debris, and
similar materials arising from or produced by the Contractor under this contract The
Contractor shall clean and keep the work area in an orderly, safe, and clean condition,
including, but not limited to, spills and smudges. If the work site is not left clean and in
an orderly condition, the Contractor shall be called back to the worksite to clean the
worksite at the Contractor's sole expense.
R. Such litter, waste, debris, and other materials produced during this contract are not
expected to include hazardous materials. If hazardous materials are encountered, the
Contractor shall stop worknotify the ordering agency.
2'7. INSPECTION AND ACCEPTANCE
Inspection and acceptance shall be in accordance with the General Provisions, paragraph
16 entitled Inspection, Acceptance and Rejection (refer to Exhibit 8.22, General Provisions
- Information Technology, Rev. 09/05/2014).
28. CONTRACT ADMINISTRATION
Both the State and the Contractor have assigned contract administrators as the single
points of contact for problem resolution and related contract issues.
Administrator
DGS-PD
Geotab'USA Inc.
Information
State Contract Administrator
Contractor
Contact Name:
Robb Parkison
Scott Graves
Telephone:
916 375-5918
800-449-0614
Facsimile:
916 375-4613
888-243-5272
Email:
robb. arkison d s.ca. ov
scott raves eotab.com
Address:
DGS/Procurement Division
Geotab USA, Inc.
Attn: Robb Parkison
Attn: Scott Graves
707 Third Street, 2nd Floor, MS
770 E. Pilot Rd
201
Las Vegas, NV 89018
West Sacramento, CA 95605
Contract 1-19-58-69 Page 19 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
29. RETURN POLICY
Contractor will accept all products for return if returned prior to acceptance by the State
Contractor shall offer a credit or refund. Contractor may impose a Restocking Fee.
Products returned should be in the packaging as delivered and include all documentation.
Lost or damaged packaging materials and/or documentation shall be supplied by the
Contractor. The Contractor shall not charge for these materials in excess of the
Contractor's cost or the Restocking Fee, whichever is lower. The Contractor shall provide
the State CA and/or ordering department a copy of the Contractor's material cost, if
requested, within ten (10) days of request.
All returns shall be picked up within seven (7) working days of notification. Notification is
defined as notice in writing, by facsimile or e-mail. Shipping or freight costs for returned
items that were shipped in error, defective or freight -damaged shall be paid by the
Contractor.
30. CREDIT POLICY
The Contractor shall offer credit/refund for the following items
• Items shipped in error
• Defective or freight -damaged items
In all cases, the ordering agency shall have the option of taking an exchange or receiving a
credit, or receiving a refund.
The Contractor will be responsible for the credit or replacement of all products, including
those covered by manufacturer warranties. Contractor cannot require the ordering agency
to deal directly with the manufacturer.
31. RESTOCKING FEES
The Contractor will not impose a restocking fee on the ordering agency for the following
situations:
Items returned that were damaged upon receipt
Incorrect items shipped
Re -stocking fees for all other reasons can be no greater than ten percent (10%) of the
value of the items needing re -stocking.
32. INVOICING
Invoices shall be submitted to the ordering agencies within seven (7) calendar days from
date of delivery. Ordering agencies may require separate invoicing, as specified by each
ordering agency.
Prior to contract award, Contractor shall submit a preliminary copy of their invoice during
the contract implementation period.
Contract 1-19-58-69 Page 20 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
The State CA shall review and determine acceptability of the invoice and the authorized
copy shall become the standard for this contract. The State will notify the Contractor if
changes to the invoice need to be made.
33. PAYMENT
A. Terms
Payment terms for this contract are net forty-five (45) days. Payment will be made in
accordance with the provisions of the California Prompt Payment Act, Government
Code Section 927, et seq. Unless expressly exempted by statute, the Act requires
State departments to pay properly submitted, undisputed invoices not more than forty-
five (45) days after the date of acceptance of goods, performance of services, or
receipt of an undisputed invoice, whichever is later.
B. CAL -Card Use
State departments may use the CAL -Card for the payment of invoices. Use of the
CAL -Card requires the execution of Purchasing Authority Purchase Order (Std. 65) as
referenced in Article #39, Purchase Execution and must include all required
documentation applicable to the purchase.
The CAL -Card is a payment mechanism, not a procurement approach and, therefore,
does not relieve departments from adhering to all procurement laws, regulations,
policies, procedures, and best practices, including those discussed in the State
Contracting Manual (SCM) Volume 1 and Volume 2. This includes but is not limited to
the application of all sales and use tax laws, rules and policies as applicable to the
purchase.
C. State Financial Marketplace
The State reserves the right to select the form of payment for all procurements, be it
either an outright purchase with payment rendered directly by the State, or a
financing/lease-purchase or operating lease via the State Financial Marketplace (GS
$Mart and/or Lease $Mart). If payment is via the financial marketplace, the Contractor
will invoice the State and the State will approve the invoice and the selected
Lender/Lessor for all product listed on the State's procurement document will pay the
Contractor on behalf of the State.
D. Payee Data Record
Each State accounting office must have a copy of the Payee Data Record (Std. 204) in
order to process payments. State departments should forward a copy of the Std. 204
to their accounting office(s). Without the Std. 204, payment may be unnecessarily
delayed. State departments should contact the Contractor for copies of the Payee
Data Record.
Contract 1-19-58-69 Page 21 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
34. CAL -CARD INVOICING
All CAL -Card invoices are to be processed separately from other payment methods and
include the elements identified in Article #36, Invoicing. CAL -Card invoices shall be
submitted to the CAL -Card account holder. The total invoice amount for each CAL -Card
order must reflect a zero (0) balance due or credit, if applicable, and state "paid by CAL -
Card".
This website contains additional information regarding GS-P 's CA ®Card grogram
(https-//www.dgs.ca.gov/PD/Services/Page-Content/Procurement-Division-Services-List-
Folder/Enroll-in-CAL-Card-Program-for-Government-Entities).
35. CALIFORNIA SELLER'S PERMIT
The California seller permit number for the Contractor is listed below. State departments
can verify that permits are currently valid at the following website: www.cdtfa.ca.�ov.
State departments must adhere to the file documentation required identified in the State
Contracting Manual Volume 2 and Volume 3.
Contractor Name Seller Permit #Ili
Geotab USA, Inc. 102897608
36. WARRANTY
Equipment provided will be covered under warranty for a minimum period of two (2) year.
Warranty period will initiate when installation is complete, the system is activated verified
functional, and transmitting accurate data. In the event any contractor supplied equipment
becomes inoperative during the warranty period due to a malfunction or through normal
use. Battery warranty period shall be a minimum of 3 (three) years.
Warranty repairs will take no longer than five (5) business days to diagnose once the
Contractor has received a request for repair via telephone, email, or facsimile. Contractor
shall provide written acknowledgement of notification within twenty-four (24) hours to
ordering agency.
The Contractor shall bear all material and labor costs for repair of equipment defects and
failure during the warranty period. The Contractor shall be the main point of contact for all
warranty issues and shall facilitate any necessary contact between the ordering agency
and the manufacturer.
During the warranty period, the Contractor must:
Honor all manufacturers' warranties and guarantees on all products offered through
the contract.
• Continue to provide warranty service after contract termination until expiration of
warranties for products that have been sold under the contract.
Contract 1-19-58-69 Page 22 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
Provide all labor, parts, and travel necessary to keep the products in good operating
condition and preserve its operating efficiency in accordance with its technical
specifications.
Pay any necessary shipment and insurance costs.
The warranty services listed shall include all products, software and firmware maintenance
costs and costs of labor, parts, travel, factory overhaul, rehabilitation, transportation and
substitute products as necessary.
Substitute products will be comparable to or better than the products removed. In
instances where it is necessary for the Contractor to return the products to the factory, the
Contractor will be responsible for all costs of the products from the time it leaves the
authorized purchaser's site until it is returned to the site in good operating condition.
Only new standard parts or parts equal in performance to new parts will be used in
effecting repairs. Parts that have been replaced will become the property of the Contractor
except in instances where the State chooses to keep the hard drives. Replacement parts
installed will become the property of the authorized purchaser.
All operating system software and firmware will be considered an integral component of
the equipment and the Contractor will respond to all requests for warranty service for any
failure.
Warranty services during the warranty period will not include products not provided under
this contract. Warranty services also will not include repair of damage resulting from
transportation by the authorized purchaser between state or local sites or from accident,
unless the accident is caused by negligent or intentional acts or omissions of Contractor or
its agents.
Packing slip requirements shall be in accordance the General Provisions, section 18 entitled
"Warranty".
37. QUALITY ASSURANCE GUARANTEES
The Contractor shall represent and warrant that Telemetry/GPS Systems products
provided shall be free from defects in material and workmanship, given normal use and
care, over the period of the manufacturer warranty. The terms of this contract will
supersede any language to the contrary on purchase orders, invoices, or other sources.
Contractors must use new products, parts, and components for all new equipment
purchased by the State. Contractors may use parts that are equal in performance to new
parts for warranty replacement repair parts only as long as it does not violate
manufacturers' warranty.
Contract 1-19-58-69 Page 23 41712020
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
38. EQUIPMENT REPLACEMENT DURING WARRANTY
If the product(s) provided fails to perform in accordance with technical specifications and
functional descriptions contained or referenced in the awarded contract agreement and is
subject to warranty response three (3) or more times during any ninety (90) day period, the
Contractor will upon the authorized purchaser's request, replace the product(s) at no price.
The replacement product(s) will be delivered no later than fifteen (15) working days after
the authorized purchaser's request is received by the Contractor. Replacement goods
cannot be used, refurbished or recycled, and must be of equal or greater value.
39. PRINCIPAL PERIOD OF MAINTENANCE
The Contractor must provide warranty in accordance with the following Principal Period of
Maintenance (PPM).
• Metropolitan Areas shall be 8x5x8 NBD. diagnosis and remediation plan — Eight (8)
hours, typically 8.00 am to 5.00 pm, Pacific Time, five (5) days a week, Monday through
Friday, eight (8) hour Next Business Day onsite response time in metropolitan areas,
excluding State holidays.
• Non -Metropolitan Areas shall be 8x5x2 (two (2) hour call back response time, excluding
State holidays.) Diagnosis and a remediation plan shall be underway within 48 hours.
Metropolitan Areas
Counties
San Diego
Orange
Riverside
Los Angeles
San Francisco
Alameda
Sacramento
Santa Clara
San Bernardino
Yolo
Solano
Contra Costa
San Mateo
Cities
Redding
Stockton
Bakersfield
Ventura
Tracy
San Quentin
Santa Rosa
Santa Barbara
Fonterra Fresno
40. RECYCLED CONTENT
State departments are required to report purchases in many product categories. The
Postconsumer-Content Certification Form for the Contractor is attached (Attachment #C).
41. SMALL BUSINESS/DISABLED VETERAN BUSINESS ENTERPRISE PARTICIPATION
There is no small business (SB) or disabled veteran business enterprise (DVBE)
participation for this contract.
Contract 1-19-58-69 Page 24 41712420
User Instructions
STATE OF CALIFORNIA
DEPARTMENT OF GENERAL SERVICES
PROCUREMENT DIVISION
Contract Mandatory 1 Q19-56466
Contract User Instructions
42. BIDDER DECLARATION/COMMERCIALLY USEFUL FUNCTION (CUF)
The DGS-PD, as the awarding department, has assessed the Contractor and
subcontractor certifications and CUF during the solicitation evaluation process.
Consequently, when executing purchase documents pursuant to this contract, it is not
necessary for State departments operating under statewide contract purchasing authority
to request the completion of a Bidder Declaration document or perform additional CUF
analysis. The department should make a notation of this within their procurement file.
43. TAKE BACK/TRADE IN
Contractor shall make available a Take Back service for similar equipment, including other
OEM equipment. It is mandatory that the Contractor offer this Take Back service.
However, it is not mandatory that the ordering agency use the service offered. The
equipment returned as part of the Take Back service shall be environmentally responsibly
managed. To the greatest extent feasible, the equipment is to be refurbished for resale or
recycled.
The State reserves the right to remove and retain the Telemetry equipment, including but
not limited to any hard disk drives in the equipment, prior to Take Back.
44. ELECTRONIC WASTE RECYCLING
The Contractor will comply with the Electronic Waste Recycling Act of 2003 requiring
retailers to collect a recycling fee from consumers on covered electronic devices, starting
January 1, 2005. California Public Resources Code Section 42463(f) defines a "covered
electronic device" as a video display device containing a screen greater than four inches
measured diagonally. The fees must be shown on all purchase orders. See the code
identified above for more information and exceptions to this definition or go to C TA Tax
Rates - Special Taxes and Fees (https-//www.cdtfa.ca.gov/taxes-and-fees/tax-rates-
stfd.htm) for a breakdown of the fees.
45. ATTACHMENTS
Attachment A — Contract Pricing
Attachment B — Technical Requirments
Attachment C — PCRC
Contract 1-19-58-69 Page 25 41712020
User Instructions