Loading...
HomeMy WebLinkAboutStaff Report 2286City of Palo Alto (ID # 2286) Finance Committee Staff Report Report Type:Meeting Date: 12/6/2011 December 06, 2011 Page 1 of 4 (ID # 2286) Summary T itle: Status of Fleet Related Audit Recommendations Title: Request for Comment on Scope of Services for Leasing, Maintenance, and Management of Light-Duty and Transport Vehicles and Status of Related Fleet Audit Recommendations From:City Manager Lead Department: Public Works Recommendation Staff recommends that the Finance Committee review the attached draft Scope of Services (Attachment A) for the Leasing, Maintenance, and Management of Light-Duty and Transport Vehicles, provide comment, and if appropriate direct staff to solicit proposals for these services. Executive Summary This report includes an update on the status of related fleet audit recommendations. In April 2010, the City Auditor’s Office released an Audit of Fleet Utilization and Replacement. Of the twenty-two (22) recommendations contained in the audit report, four (4) were related to optimizing the fleet, improving fleet utilization, and aligning future fleet vehicle replacements with the City’s sustainability goals. Staff has already taken action to implement these recommendations, and is proposing the option of vehicle leasing as an enhancement to the actions already taken, as well as to promote additional cost savings in the fleet operation. Audit Status Update Staff has taken the following actions in response to the audit recommendations. These actions focused on the light-duty/transport portion of the City’s fleet, which consists of approximately 250 automobiles, light trucks, and vans. Increase Fleet Utilization and Identify an Optimal Fleet Size The audit report included a recommendation that Public Works develop an action plan for increasing fleet utilization and identifying an optimal fleet size and composition that includes: eliminating or re-assigning underutilized vehicles; exploring opportunities to rent specialized equipment; not replacing vehicles; utilizing mileage reimbursement; rotating vehicles, and placing underutilized vehicles and equipment in a centralized motor pool. In response in FY 2010 and FY 2011 Public Works surveyed the utilization of the City’s light- duty/transport vehicle fleet, identified underutilized vehicles, and made recommendations for 1 Packet Pg. 3 December 06, 2011 Page 2 of 4 (ID # 2286) their disposition to the Fleet Review Committee (FRC). The FRC was formed in response to another of the audit recommendations, and provides executive oversight to fleet-related activities. The FRC consists of the Assistant City Manager, Director of Administrative Services, and Director of Public Works. After reviewing the staff recommendations, the FRC met with representatives from the affected departments so that they could provide additional information regarding the utilization of vehicles recommended for elimination. Over the last two years, the FRC has successfully reduced the transport fleet by 10%, and further recommended that 14 vehicles be removed from direct assignment and assigned to the centralized motor pool. An additional two (2) vehicles were voluntarily consigned by the Utilities Department. Another fleet utilization study is currently being conducted as part of the FY 2012 budget process. Complete Implementation of a Centralized Citywide Vehicle and Equipment Pool Public Works had already begun the implementation of a centralized citywide vehicle pool prior to the audit. The centerpiece of the vehicle pool program is an automated pool vehicle reservation system that is currently testing at the Municipal Services Center (MSC). This system will be expanded to another location within the MSC, to the Utilities Department’s Elwell Court location, and to the Civic Center. The equipment needed to outfit these locations is currently on order and scheduled for installation in January 2012. Vehicle users will be oriented to the new reservation system immediately thereafter, and staff expects full implementation to be completed by March 2012. Initially, vehicles and equipment that are currently assigned to these vehicle pool locations will be integrated into the automated system. Later, Public Works will work with vehicle pool users to determine their needs and develop an optimal mix of vehicles and equipment for each pool location. Leasing and Potential Outsourcing of Light-Duty/Transport Vehicles During the implementation of the audit recommendations, staff determined that fleet efficiency could be further increased, and fleet costs further reduced, through leasing and potentially completely outsourcing the maintenance and management of light-duty/ transport vehicles. This determination was made based on the following factors: Reduced Depreciation Costs and the Elimination of Replacement Charges Currently, these vehicles are purchased, kept on average ten years, and then properly disposed through an auction firm. Over this period, they experience a great deal of wear and tear, and vehicles are fully depreciated with residual values being generally very low. Over the same period, replacement charges are collected from departments to fund the purchase of the next replacement vehicle. In a lease, depreciation costs are expensed over a much shorter period (typically three to five years), and the residual value of the vehicle is much higher, since it will be newer and in better condition at the time of disposal. Since the vehicle will not be replaced through a purchase a capital expenditure is avoided. The lease payments will generally be lower than the replacement charge since the lease payment is based on the value of the current vehicle (less the higher residual value), while the replacement charge is based on the cost of the future vehicle (less a much lower residual value). 1 Packet Pg. 4 December 06, 2011 Page 3 of 4 (ID # 2286) Reduced Operation and Maintenance Costs Under the current system of outright purchase and ownership of fleet assets, vehicles are typically kept for extended periods of time. Due to the City’s small service area and the low mileage accumulation of most vehicles, it is not financially prudent to replace them on a more frequent basis. These extended replacement cycles have several drawbacks. First, these older vehicles are less efficient and more polluting than newer vehicles. Second, as they reach the end of their economic life, these vehicles generate major maintenance and repair expenses that would not be experienced by vehicles that are cycled at three to five year intervals. Beyond the basic leasing of light duty fleet vehicles, there are other cost-saving alternatives that should be explored. Staff has included, in the attached scope of services, a requirement that proposers submit proposals for maintenance services and potentially full management of the City’s light-duty/transport fleet. The City’s overall fleet is diverse, and contains a wide variety of complex equipment that requires a high skill level in order to maintain and repair. Much of this work is not easily outsourced. However, a majority of the work performed on light-duty/transport vehicles is routine in nature, and does not require highly skilled technicians to perform it. This will be even more the case if vehicles are leased and replaced on a more frequent basis. Because of this, the maintenance and repair of light duty vehicles might be better outsourced, so highly- skilled staff could focus on the maintenance and repair of more complex and demanding vehicles and equipment. This will result in improved scheduling, decreased vehicle downtime, and better response to client departments. Outsourcing the maintenance of light-duty vehicles by itself might not be a cost-effective solution, unless the maintenance contractor was willing to pick up and deliver the vehicles. Vehicle transport is very expensive and time consuming to perform with in-house staff. To address that the attached scope of services also includes a requirement that proposers submit proposals for the full management of vehicles that are leased. Align Future Fleet Replacements with the City’s Sustainability Goals As mentioned previously, light duty vehicles are typically kept for 10 years. Given the current pace of technological change, this replacement interval inhibits the City’s ability to take advantage of improvements in fuel efficiency, emissions, and safety. Through leasing, replacement intervals can be decreased significantly, allowing the City to leverage changing technology. The attached scope of services also requires the proposal of alternatively fueled vehicles;including hybrids, compressed natural gas, and plug-in electrics. Potential Consequences of Vehicle Leasing While leasing and full management of light-duty/transport vehicles will reduce maintenance demand, it will also increase the staff time required to manage the vehicles. In a lease, it is imperative that the maximum residual value be attained at the time of turn-in, in order that the City is not required to pay the difference between the Reduced Book Value and the proceeds 1 Packet Pg. 5 December 06, 2011 Page 4 of 4 (ID # 2286) realized from the sale of the vehicle. Since most of the leased vehicles will be assigned to a centralized pool, careful monitoring and management will be required in order to insure that the vehicles are kept in good condition so that maximum residual value is attained. Implementation of the Leasing Program If staff is successful in entering into a contract for the leasing and management of light- duty/transport vehicles, the initial focus will be to lease a sufficient number of vehicles to replace those in the centralized vehicle pool. This will occur after consultation with vehicle users, as mentioned previously. As other replacement needs arise, leasing will be considered as an alternative to ownership. Other scenarios, where leasing may be appropriate would be the acquisition of sedans for Police Investigative Services and light trucks and vans used by field technicians and supervisors. Timeline Upon approval of the attached scope of services, staff expects to issue a Request for Proposals for the Leasing, Maintenance, and Management of Light-Duty and Transport Vehicles in early 2012. Resource Impact This recommendation may significantly reduce the cost of operating the City’s fleet. Policy Implications This recommendation does not represent a change to existing policy. The City’s Policies and Procedures 4-1 (Buildings and Equipment) will be revised to reflect the new requirements imposed by leasing, as well as the reduced replacement intervals for light-duty vehicle classes. Attachments: ·-a:Fleet Leasing RFP (revised 111811)(PDF) Prepared By:Keith LaHaie, Fleet Manager Department Head:J. Michael Sartor, Interim Director City Manager Approval: ____________________________________ James Keene, City Manager 1 Packet Pg. 6 1.0 PURPOSE OF THIS RFP 1.1 The City is currently seeking ways to reduce the costs of owning and operating its light- duty motor vehicle fleet. Methods under consideration include vehicle leasing rather than outright purchase; outsourcing the maintenance and management of light-duty vehicles, or a combination thereof. 1.2 Through this RFP, the City will seek proposals for the leasing, maintenance, and management (as defined in the “Program Scope of Services” section), of up to one hundred fifty (150) vehicles over a five (5) year period. The City reserves the right to order any amount of leased vehicles and additional services it deems in the best interest of the City. 1.3 The Contract that results from this RFP will consist of a one (1) year initial period, with four optional one (1) year renewal periods. All vehicles ordered under this contract are expected to remain in use by the City for three (3) to five (5) years. The Contractor’s responsibilities under this Contract will cease when the last vehicle leased under this Contract is sold and the end-of-lease balance is reconciled. 1.4 This RFP establishes a general scope and terms of services that should form the basis of each proposal. 2.0 VEHICLE USAGE Vehicles leased under this contract will be used by City employees to conduct official City business. All vehicle operators will be appropriately licensed, with a satisfactory driving record. Some vehicles leased under this contract will be used by law enforcement personnel; however, the vehicles will not be used for routine patrols or pursuit duty. Vehicles leased for law enforcement will be used primarily by investigators and administrative staff. The City will use and operate, and permit the use and operation of each vehicle in a careful manner and in compliance with all requirements of any governmental authority having jurisdiction, as applicable. The City will maintain responsibility for paying all fines and other liens that might be incurred against a vehicle leased under this contract, and will hold the Contractor harmless from and against any and all such fines, assessments, fees, charges, expenses, penalties and forfeitures incurred in connection with the use of a leased vehicle. 3.0 PROGRAM SCOPE OF SERVICES: The City requires vehicles on a lease basis satisfying the specifications described in this section and may potentially require the additional services described in this section on an “as needed” basis. Proposers are expected to submit proposals that address all portions of this section. If a Proposer is unable to satisfy every element of this section but chooses to submit a proposal anyway, it must clearly identify the element(s) it is unable to satisfy and the reason it cannot meet the requirement. The City will review any exceptions taken but, at its sole discretion, may determine the proposal not responsive to the City’s requirements and remove it from further consideration. 3.1 OPTION 1 - Vehicle Leasing: 3.1.1 The City intends to award a multiple-year lease contract that will allow ordering to occur throughout a one (1) year period with annual renewals for up to four (4) additional years upon mutual agreement with the successful proposer 1.a Packet Pg. 7 -: F l e e t L e a s i n g R F P ( r e v i s e d 1 1 1 8 1 1 ) ( 2 2 8 6 : S t a t u s o f F l e e t R e l a t e d A u d i t R e c o m m e n d a t i o n s ) (Contractor) and the City. Vehicles will be ordered via a service order under this Contract, and at prices applicable to the ordering period current at the time the purchase is made. 3.1.2 Prices for future ordering periods will be presented to the City by the Contractor near the beginning of each ordering period. The City will accept or reject future order period pricing through an amendment to the original Contract. Proposers will submit pricing for the first ordering period in response to this RFP. 3.1.3 Proposals will include a criteria for determining year-over-year price increases or decreases, whether a discount from Manufacturer’s Suggested Retail Price (MSRP), dealer cost plus markup, or pricing indexed to the appropriate Federal General Services Administration (GSA) Pricing Schedule. 3.2 OPTION 2 – Vehicle Leasing and Maintenance Services: 3.2.1 Leasing vehicles and replacing them on a not to exceed five-year schedule will reduce the City’s operating costs. Additionally, the City is interested in further reducing the cost of maintaining its light-duty fleet through the outsourcing of maintenance services. Proposals for maintenance services will be comprehensive, and will include all manufacturer-required maintenance, as well as recalls, warranty and non-warranty repairs. Details and additional requirements are outlined in item ?? below. 3.3 OPTION 3 – Vehicle Leasing, Maintenance Services and Management Services: 3.3.1 The provision of management services will result in the Contractor being completely responsible for the leased vehicles, with the exception of fueling and daily inspections. This responsibility will include maintenance scheduling, vehicle transportation, 24/7 roadside assistance, guaranteed loaner vehicles, and risk management services. 3.4 Additional Services: 3.4.1 Additional Services may include, but are not limited to:  Short-term vehicle rentals 4.0 DECISION TO AWARD The City, at its sole discretion, will determine the approach that is most cost effective, and best meets the needs of the City. The City will either award a single contract to a provider that can provide all services requested in this proposal; or to multiple vendors that can demonstrate an effective and efficient partnership pertaining to the delivery of services under this contract. Lease arrangements with a duration of more than one (1) year will be subject to availability of appropriations. 5.0 VEHICLE LEASING 5.1 General Requirements: The City is requiring all Contractors to use the following lease parameters for evaluation purposes. Upon award, the City will negotiate with the successful Contractor the 1.a Packet Pg. 8 -: F l e e t L e a s i n g R F P ( r e v i s e d 1 1 1 8 1 1 ) ( 2 2 8 6 : S t a t u s o f F l e e t R e l a t e d A u d i t R e c o m m e n d a t i o n s ) appropriate lease parameters the City deems necessary for each individual vehicle leased. 5.1.1 The following represents the City’s requirements for a lease:  36, 48 or 60 month Open or Closed-Ended Lease with no mileage restrictions.  For Open-Ended Leases, Vehicles must be depreciated at 1.5% per month with a 10% Residual Book Value.  List all other applicable fees and charges. 5.2 Lease Termination: Contractor must supply End of Term Balance and and Estimated Resale Value within 30 days of the termination of any lease. 5.3 Vehicle Disposal: Contractor will be responsible for the disposal of all leased vehicles. Vehicles will be sold within 90 days of consigment to the Contractor. Contractor will supply City with at least two of the highest bids for the vehicles within 30 days after vehicle is returned by City. 5.4 Reconciliation: Vehicle sales proceeds received by the Contractor will be used to reconcile the remaining Reduced Book Value and any other charges remaining on the lease. Any proceeds remaining after the lease is reconciled will be returned to the City. Any deficits remaining will be paid by the City. 5.5 Lease Extension: In the case of 36 and 48-month leases, the City, at its discretion, may desire to extend the lease term for an additional period of time that mutually agreeable to the City and the Contractor. In no case will the total lease term exceed 60 months. Requests for extension of a lease will be submitted 30 days prior to the expiration of lease termination. Contractor will make adjustments, if any, to the lease payments, and will re-submit the Reduced Book Value for the end of the new lease term. 5.6 Lease Cost: Pricing will remain firm for the duration of the contract period and for the length of any lease entered into during the contract period. The lease payment will include all costs and fees; all of which will be itemized on the payment invoice. 1.a Packet Pg. 9 -: F l e e t L e a s i n g R F P ( r e v i s e d 1 1 1 8 1 1 ) ( 2 2 8 6 : S t a t u s o f F l e e t R e l a t e d A u d i t R e c o m m e n d a t i o n s ) 6.0 VEHICLE SELECTION 6.1 Vehicles provided under lease will be of the current or upcoming model year, as determined by the effective date of the lease. The City reserves the right to select vehicles based on departmental needs and overall cost-effectiveness. Contractor will offer a minimum number of vehicle selections in each vehicle class, as shown below: Number of Selections Vehicle Type/Class Domestic Import Compact Sedan (conventional) 2 2 Compact Sedan (hybrid) 2 2 Compact Sedan (CNG) 1 Mid-size Sedan (conventional) 3 3 Mid-size Sedan (hybrid) 2 2 Compact Passenger Van 2 2 Compact Cargo Van 2 Full-size Passenger Van (8-Pass, 9,000 GVW) 2 Full-size Cargo Van (9,000 GVW) 2 Compact Pickup Truck 2 Full-size Pickup Truck (6,000 GVW) 2 Full-size Pickup Truck (8,600 GVW) 2 Chassis/Cab (9,000 – 15,000 GVW) 2 The above list is not meant to be all-inclusive. The City reserves the right to select vehicles not listed above as business needs arise. 7.0 MINIMUM VEHICLE SPECIFICATIONS All vehicles proposed must include the following features, whether standard or optional:  Air bags (driver, passenger, side curtain)  Air conditioning  AM/FM stereo radio, with auxiliary input  Automatic transmission  Cloth seats (except cargo vans, pickups and chassis/cabs)  Color-keyed carpeting with front and rear floor mats (sedans only)  Intermittent wipers  Power brakes, with anti-lock system  Power door locks  Power steering  Power windows  Rear window defroster  Remote keyless entry (four keyfobs will be provided)  Spare tire with jack  Tilt steering column  Tinted glass  Tire pressure monitoring system (TPMS)  Trailer towing package (pickup trucks only)  All vehicles must meet California emissions standards  Vehicles that include proximity keys and push-button start features are not acceptable. 1.a Packet Pg. 10 -: F l e e t L e a s i n g R F P ( r e v i s e d 1 1 1 8 1 1 ) ( 2 2 8 6 : S t a t u s o f F l e e t R e l a t e d A u d i t R e c o m m e n d a t i o n s ) The above requirements represent minimum specifications for the purpose of preparing a proposal. Additional features and options may be selected at the time of vehicle order. 7.1 Vehicle Color: The City will be able to select any standard color from the vehicle manufacturer’s selection at no additional charge. 8.0 VEHICLE MODIFICATIONS AND UPFITTING 8.1 Some of the vehicles ordered through this contract will be modified after delivery. These modifications will be performed by the City or its Contractors, and will include, but are not limited to:  The installation of decals and logos  The installation of emergency lighting  The installation of two-way radio equipment and mobile computers  The installation of fuel management hardware and telematics equipment. 8.2 Proposers will need to disclose:  Any limitations on the installation of aftermarket equipment  The extent of repairs required (if any) after the equipment is removed 8.3 Some of the vehicles (particularly cargo vans and pickup trucks) will be be ordered already upfitted with custom racks, shelves, bed liners and liftgates. Proposers will need to disclose:  The process by which upfitting is accomplished  The availability of upfit components and services  Any limitations on upfitting  How the cost of upfitting is determined and incorporated into the lease payment.  Whether upfit components will need to be removed at the termination of the lease. 9.0 VEHICLE DELIVERY/TURN-IN Vehicles ordered under this contract will be delivered within ninety (90) calendar days after the placement of an order. All vehicles will be delivered complete and ready to place into service, with the exception of modifications to be performed by the City or its Contractors. Vehicles will be delivered to: City of Palo Alto Attn: Equipment Management 3201 East Bayshore Road Palo Alto, CA 94303 9.1 Equipment Management will be notified at least 24 hours in advance of each delivery. 9.2 All pre-delivery vehicle servicing will be performed in accordance with recognized industry standards. 1.a Packet Pg. 11 -: F l e e t L e a s i n g R F P ( r e v i s e d 1 1 1 8 1 1 ) ( 2 2 8 6 : S t a t u s o f F l e e t R e l a t e d A u d i t R e c o m m e n d a t i o n s ) 9.3 Vehicle Turn-In: Vehicles ready for turn-in will be picked up by the service provider prior to the termination of the lease. Contractor will provide seven (7) calendar days of advance notice prior to picking up vehicles. 10.0 VEHICLE DAMAGE 10.1 Definitions: At a minimum, the following definitions will apply to this contract. 10.1.1 Normal wear and tear is defined as dents, dings, paint chips, or scratches three inches (3”) or less in size, pitted (but not cracked) windshields, and interior wear such as soiled carpets and seats normally incurred by a motor vehicle used in both rural and metropolitan areas over a period of 36 to 60 months. Small chips, scratches and holes resulting from vehicle upfitting will be considered “normal wear and tear.” 10.1.2 Excess wear and tear is defined as dents, dings, paint chips, or scratches more than three inches (3”) in size, cracked or punctured bumpers, chipped or cracked windshields, interior holes, burns, rips, tears, or stains requiring heavy cleaning or replacement of fabric, interior damage such as gouged steering wheels or dashboards, missing equipment, and any exterior or interior damage attributable to collision, as well as mechanical repairs not covered by the contracted maintenance program. 10.1.3 A Total Loss Vehicle is defined as a vehicle that the estimated cost to repair the vehicle is equal to at least 80 percent of the retail market value of the vehicle prior to the damage as determined by using NADAGuides at www.nadaguides.com. 10.2 The City, at its discretion, may be willing to incorporate into the contract a more detailed catalog of damage descriptions and a schedule of damage allowances and charges. This catalog and the associated schedule(s) should be based on a common industry standard, such as the “General Motors Daily Rental Guaranteed Residual Program Turn- In Standards and Procedures.” 10.3 Vehicle Damage Repair Due to Accidents: 10.3.1 If Option 1 (Lease Only) or Option 2 (Lease and Maintenance) is selected by the City, the City will be responsible for repairing all vehicle damage due to accidents. 10.3.2 If Option 3 (Full Management) is selected by the City, the Contractor will be responsible for repairing vehicle accident damage, except in cases where another party is at fault and has accepted responsibility. The cost of the damage will be covered by an insurance policy with comprehensive and collision coverage; the only cost to the City will be for the insurance deductible. In cases where vehicle damage is caused by another party and that party assumes responsibility, the Contractor will arrange to have the vehicle repaired and will seek reimbursement from the other party’s insurance carrier. 1.a Packet Pg. 12 -: F l e e t L e a s i n g R F P ( r e v i s e d 1 1 1 8 1 1 ) ( 2 2 8 6 : S t a t u s o f F l e e t R e l a t e d A u d i t R e c o m m e n d a t i o n s ) 10.4 Vehicle Damage Resulting in a Total Loss Vehicle: 10.4.1 If Option 1 (Lease Only) or Option 2 (Lease and Maintenance) is selected by the City, the City will be responsible for covering the loss. The Contractor shall submit an invoice to the City for any vehicle determined to be a Total Loss Vehicle. The amount of the invoice shall be equal to 80 percent of the retail market value of the vehicle prior to the damage as determined by use of NADAGuides at www.nadaguides.com. In cases where vehicle damage is caused by another party and that party assumes responsibility, the City will seek reimbursement from the other party’s insurance carrier. 10.4.2 If Option 3 (Full Management) is selected by the City, the Contractor will be responsible for covering the loss. The reimbursement the Contractor receives from insurance payments will satisfy any amount due from the City, and the City will not be liable to the Contractor for any additional cost as a result of the damage to the Total Loss Vehicle, other than that of any deductible owed by the City. 10.4.3 In cases where vehicle damage is caused by another party and that party assumes responsibility, the Contractor will seek reimbursement from the other party’s insurance carrier. 10.4.4 In the event that the other party’s insurance company does not accept full responsibility, the Contractor will be responsible for covering any deficits remaining, other than that of any deductible owed by the City. 10.5 Vehicle Damage Resulting from Excess Wear and Tear: (Applies to all Options) - When the City returns a vehicle to the Contractor at the end of the vehicle’s lease period, an assessment for excess wear and tear shall be made at the time the vehicle is returned. If excess wear and tear damage exists, the Contractor shall submit an invoice to the City for the excess wear and tear damage. The invoiced repair amounts shall be obtained from a reputable industry guide such as the “Mitchell Collision Estimating and Reference Guide.” Excess wear and tear must be fully documented, including clear photographic evidence of the damage. For any individual damage estimate that is greater than $3,000, the Contractor will provide the City with repair estimates from no less than three (3) repair facilities. 10.6 Stolen Vehicles: If Option 1 (Lease Only) or Option 2 (Lease and Maintenance) is selected by the City, the City will be assume responsibility if a vehicle is stolen while in its control. The City will be liable to pay the Contractor 80 percent of the retail market value of the vehicles as determined by use of NADA Guides at www.nadaguides.com. If Option 3 (Full Management) is selected by the City, the Contractor will be responsible for replacing the vehicle with a equivalent model within 30 days of the initial stolen vehicle report. The extent of the City’s responsibility in this case will relate to the difference between the vehicle’s replacement value and the cost of the new vehicles, plus any deductible owed. If the vehicle stolen vehicle is recovered subsequent to the delivery of the replacement vehicle, the City may choose to continue or cancel the lease of the recovered vehicle, at its discretion. 1.a Packet Pg. 13 -: F l e e t L e a s i n g R F P ( r e v i s e d 1 1 1 8 1 1 ) ( 2 2 8 6 : S t a t u s o f F l e e t R e l a t e d A u d i t R e c o m m e n d a t i o n s ) 11.0 VEHICLE REGISTRATION With the exception of vehicles leased for law enforcement use, the Contractor will register all vehicles with the Department of Motor Vehicles. Temporary registration documents will be installed on each vehicle prior to delivery. EXEMPT license plates and registrations will be provided within 30 days of delivery. The City’s business address will be shown on all documents: City of Palo Alto Attn: Equipment Management P.O. Box 10250, Palo Alto CA 94303. In the case of vehicles leased for law enforcement use (typically administrative and investigator vehicles), the City will be responsible for obtaining confidential registrations. 12.0 MAINTENANCE, WARRANTY AND REPAIR SERVICES 12.1 When Option 1 is selected, the City will be responsible for performing all required maintenance and repairs, including arranging for warranty and recall repairs. 12.2 When Option 2 is selected, Contractor will perform all manufacturer-required maintenance (with the exception of the items listed in item below) at manufacturer- prescribed intervals. Maintenance intervals will be selected to insure the continuation of warranty coverage. In no case will maintenance intervals will not exceed 5,000 miles or one (1) year, whichever comes first. The Contractor will be required to monitor vehicle usage, and will schedule maintenance appointments through Equipment Management. The City will be responsible for transporting vehicles to and from service providers. 12.2.1 Under this Option, the City will maintain responsibility for maintenance tasks that would typically be considered the duty of the vehicle operator, such as:  Periodic visual inspections  Fluid level checks  Replenishment of windshield washer fluid  Tire inflation 12.2.2 The maximum allowable round-trip distance to any maintenance service provider will be 30 miles. 12.2.3 If a vehicle requires repair, but due to time, distance, emergency or other constraints, the Contractor is unable to perform the repairs; the City reserves the right to have the repairs performed at a facility of its own choosing at customary and reasonable rates, and the Contractor will reimburse the City in full for its cost. 12.3 When Option 3 is selected, Contractor will provide all maintenance sevices required under Option 2, in addition to:  The scheduling of all maintenance, recalls, warranty work and repairs, including direct coordination with vehicle users.  Transportation of vehicles to and from service providers  Provision of loaner vehicles when a vehicle is out of service for repair more than 24 consecutive hours.  24/7 roadside assistance and towing. 1.a Packet Pg. 14 -: F l e e t L e a s i n g R F P ( r e v i s e d 1 1 1 8 1 1 ) ( 2 2 8 6 : S t a t u s o f F l e e t R e l a t e d A u d i t R e c o m m e n d a t i o n s ) 12.4 The City will be responsible for the replacement of any cracked or damaged windshields, regardless of which Option is chosen. 12.5 Proposals must disclose the process by which loaner vehicles are obtained, and must list all exclusions or alternatives to the requirements listed above. 12.6 Warranty Coverage: All vehicles proposed will be covered by a 36-month, 36,000 mile bumper-to-bumper warranty. Proposers will disclose additionally available bumper-to-bumper coverage in the proposal. All powertrain warranty coverage will extend for the duration of the lease period. 12.7 The Contractor will be liable for pursuing claims under the California Song-Beverly Consumer Warranty Act and the “Lemon Law” provisions contained therein. 12.8 Maintenance Reporting: 12.8.1 When Option 2 or 3 are selected, the Contractor will provide electronic copies of all maintenance invoices and service reports, so that the City may document maintenance work and verify that maintenance is being performed in accordance with Contract requirements. 12.8.2 Additional reporting may be required during the Contract period. Proposers should disclose details of reports that have proven to be useful to other fleet clients. 12.8.3 City-Provided Data: When Option 2 or 3 are selected, the City will provide the Contractor monthly meter reading reports via electronic format. 13.0 INSURANCE AND ACCIDENT SERVICES: 13.1 Insurance Coverage: The City is self-insured for liability and loss, and may, at its discretion, purchase comprehensive and collision coverage for vehicles leased under Option 1 and Option 2. 13.2 Contractor-Provided Comprehensive Coverage for Damage and Loss: 13.2.1 If Option 3 is selected (Full Management), the Contractor will provide an insurance policy covering the repairs of all damage to any vehicle caused by a City employee or third party, or the total loss of any vehicle due to theft or damage. The insurance policy will include a $500 deductible per occurrence. 13.2.2 Proposals will include a full description of the insurance coverage to be provided, including coverage limits, exclusions, and the cost and availability of optional coverage items. 13.3 City policy prescribes a process for documenting vehicle accidents and damage; however, under Option 3, the Contractor will be responsible for all handling administrative details for all vehicle accident reports, repairs, and insurance processes including, but not limited to:  Towing arrangements  Car/van rental arrangements  Appraisals and photographs 1.a Packet Pg. 15 -: F l e e t L e a s i n g R F P ( r e v i s e d 1 1 1 8 1 1 ) ( 2 2 8 6 : S t a t u s o f F l e e t R e l a t e d A u d i t R e c o m m e n d a t i o n s )  Salvage  Claims recovery assistance  Coordination of subrogation and loss recovery  Third party physical damage claims  Reporting associated with accident, repair, subrogation claims, recoveries and legal proceedings involving physical damage to the vehicles, and  Accident activity reports 13.4 Within 14 calendar days of a vehicle damage repair, the Contractor will provide a detailed report an/or invoice copy showing an itemized list of repair tasks performed, and the total cost of the repair. 14.0 PROJECT ORGANIZATION AND MANAGEMENT In addition to project staffing requirements outlined previously in this document, the Contractor will establish and maintain an organizational structure which will allow local management of this Contract. Documentation supporting the Contractor’s ability to service the Contract will be included with the proposal. 15.0 INVOICING AND PAYMENTS 15.1 The Contractor will submit invoice(s) monthly; showing payments due for all vehicle(s) and services provided during the previous month. 15.2 Vehicles that are in the City’s possession for the entire month will be invoiced at the full monthly amount shown in the Contract. Vehicles that are in the City’s possession for less than a full month will be invoiced at a pro-rata amount based on the number of days the vehicle was in the City’s possession. A “month” will be defined as thirty (30) days for the purposes of this calculation. 15.3 Payments will not accrue until the City accepts delivery of the vehicle, and will cease upon return of the vehicle to the Contractor. 16.0 QUALITY CONTROL/INSPECTIONS 16.1 It is assumed that the Contractor would desire to inspect vehicles leased under this Contract on a periodic basis, such as annually. Under Option 1 and Option 2, these inspections would occur at a mutually agreed-upon interval; preferably by scheduling the inspections so that a portion of the leased fleet is inspected each quarter, in order to minimize the impact of coordination and out-of-service time. 16.2 Under Option 3, the Contractor would bear full responsibility for conducting these inspections, which should occur during routine maintenance servicing. 16.3 Proposers should disclose inspection processes that have proven beneficial in other contracting efforts. 17.0 DISPUTE RESOLUTION AND MEDIATION 17.1 As disputes may occur over the course of any contract, a mutually-agreed upon dispute resolution and mediation process will be included in the final contract. Proposers should disclose the dispute resolution and mediation processes that have proven effective and beneficial in other contracting efforts. 1.a Packet Pg. 16 -: F l e e t L e a s i n g R F P ( r e v i s e d 1 1 1 8 1 1 ) ( 2 2 8 6 : S t a t u s o f F l e e t R e l a t e d A u d i t R e c o m m e n d a t i o n s ) 18.0 COMMUNICATIONS 18.1 It is assumed that the Contractor will be in communication with staff from Equipment Management (and other City departments, if Option 3 is selected) on a continuous basis, via e-mail or telephone. However, it may be beneficial for the City and Contractor to communicate more formally, such as through regular meetings, conducted on a mutually- agreed upon schedule. The purpose of these meetings would be to review progress on the contract, discuss areas of improvement, and plan for upcoming acquisitions and disposals. 18.2 Proposers should disclose the communications practices that have proven beneficial in other contracting efforts. EVALUATION AND SELECTION FACTORS  Selection of vehicles proposed and conformance to specifications  Quality of services offered  Past performance  Cost-effectiveness 1.a Packet Pg. 17 -: F l e e t L e a s i n g R F P ( r e v i s e d 1 1 1 8 1 1 ) ( 2 2 8 6 : S t a t u s o f F l e e t R e l a t e d A u d i t R e c o m m e n d a t i o n s )