Loading...
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