Loading...
HomeMy WebLinkAbout1996-01-22 City Council (9)TO:HONORABLE CITY COUNCIL FROM: AGENDA DATE: SUBJECT: REQUEST CITY MANAGER DEPARTMENT: Public Works January 22, 1996 CMR: 109:96 Award of Contract to Intelink Research, Inc. for a Wireless Vehicle Management System - CIP 19521 This report recommends that Council award a contract to Intelink Research, Inc., in the amount of $157,635 to provide a wireless vehicle management system for collecting usage data used in the City’s preventive maintenance program. Funds are available in the Wireless Vehicle Management System, CIP 19521. RECOMMENDATIONS Staff recommends that Council: Approve and authorize the Mayor to execute the attached contract with Intelink Research, Inc., in the amount of $157,635, for a wireless vehicle management system (CIP 19521). Authorize the City Manager or her designee to negotiate and execute one or more change orders to the contract with Intelink Research, Inc., the total value of which change orders shall not exceed $15,700. POLICY IMPLICATIONS Authorization of the contract does not represent any change to existing policy. EXECUT1WE SUMMARY Project Description This project will provide an automated system for collecting City vehicle usage data to be used in the City’s equipment preventive maintenance and fleet management programs. A small box containing sensors and transceivers will be mounted on each fleet vehicle. As vehicles enter or leave the Municipal Services Center (MSC) or Civic Center garage, a receiver mounted near the entrance/exit gates will automatically collect data from vehicles and wirelessly transmit the data to a site control computer. This data will be integrated into a vehicle usage database to support planning for predictive maintenance and management information programs. No additional data entry is required by City staff. CMR:109:96 Page 1 of 2 The wireless vehicle system will provide departments with exception reporting on vehicle usage and support the maintenance efforts of Equipment Management staff. It is anticipated that real-time data collected from each vehicle will help reduce fleet costs, reduce the frequency of unscheduled maintenance, and increase vehicle safety. Examples of the data collected are length of time operated, time idling, miles per trip, vehicle speeds and input from engine sensors. This new data and reporting process is consistent with the findings and recommendation of the vehicle utilization audit which was completed in fiscal year 1994-95. Request for Proposal Process Request for proposals were mailed to five vendors on November 16, 1995. Proposals were received from two vendors by December 19, 1995, as listed on the attached summary (Attachment A). Staff has reviewed all proposals submitted and recommends that the proposal submitted by Intelink Research, Inc., be accepted and determined by Council to be the lowest responsible bidder. The proposal from Intelink provides a low cost-per-vehicle approach to gathering data, while offering many of the benefits contained in the higher cost proposal. A major difference in Intelink’s proposal is the ability to directly interface with our current automated fueling system, as well as accommodate a gradual conversion from a key control to a wireless fueling system. FISCAL IMPACT Funds have been appropriated in the Equipment Replacement Fund CIP 19521, Wireless Vehicle Management System. This is a three-year CIP totalling $165,000; funds have been budgeted in FY!994-95 - $65,000, FY1995-96 - $50,000, and proposed funding 1996-97 for $50,000. ENVIRONMENTAL ASSESSMENT No environmental assessment is required for this report. ATTACHMENTS Bid Summary Contract PREPARED BY:Alan Simpson, Fleet Manager DEPARTMENT HEAD REVIEW: GLENN ROBERTS Director of Public Works CITY MANAGER APPROVAL: [. STROJNY Manager C~:109:96 Page 2 of 2 VENDOR Intelink Research Silent Witness PetroVend Fueltec, Inc. Rapac Network, Int. ATTACHMENT A BID SUMMARY WIRELESS VEHICLE MANAGEMENT SYSTEM CIP # 19521 TOTAL COST $157,635 $588,000 Non-responsive Non-responsive Non-responsive PHASE I TOTAL $115,000 $441,000 PHASE II TOTAL $ 42,635 $147,000 BY THIS AGREEMENT MADE AND ENTERED INTO ON THE BY AND BE’iSNEEN THE CITY OF PALO ALTO "CITY", AND AGREEMENT DAY OF Intelink Research, Inc.. ,a (ADDRESS) 260 Sheridan Avenue (c~Ty) Palo Alto (z~P) 94306 NO. 19__DATE TO BE ENTERED BY CITY PURCHASING (PHONE)~ "CONTRACTOR" ~N CONSIDERATION OF THEIR MUTUAL COVENANTS, THE PARTIES HERETO AGREE AS FOLLOWS: o CONTRACTOR SHALL PROVIDE OR FURNISH THE FOLLOWING SPECIFIED 1) GOODS AND MATERIALS, 2) SERVICES OR 3) A COMBINATION THEREOF AS SPECIFIED IN THE EXHIBITS NAMED BELOW AND ATTACHED HERETO AND INCORPORATED HEREIN BY THIS REFERENCE: TITLE: (DESCRIPTION) Wireless Vehicle Management System - REP #83545 EXHIBITS THEFOLLOWINGATTACHEDEXHIBITSHEREBYAREMADEPARTOFTHISAGREEMENT: - Wireless Vehicle Management System Request for Proposa! -Proposal from Intelink Research, Inc. dated 12-12-95.~ - Project schedule and material list. (Exhibit A)TERM THESERVtCESANDiORMATERIALSFURNISHEDUNDERTHISAGREEMENTSHALLCOMMENCEON .........February It 1996 ANDSHALLBECOMPLETEDB~, ~ ,~n~ 1~; 1997.(Pf 96/97 pending budget approval) COMPENSATION FOR THE FULL PERFORMANCE OF THIS AGREEMENT: [] CITY SHALL PAY CONTRACTOR: $107,635 (FY 95/96); $50,000 (FY 96/97) [] CONTRACTOR SHALL PAY CITY: PAYMENT RECORD (DEPARTMENT USE REVERSE SIDE) CITY ACCOUNT NUMBER" KEY CODE OBJECT /1534620 3550/19521 999 PROJECT PHASE NO.DOLLAR AMOUNT S107 ~635 GENERAL TERMS AND CONDITIONS ARE INCLUDED ON BOTH SIDES OF THIS AGREEMENT. THIS AGREEMENT SHALL BECOME EFFECTIVE UPON ITS APPROVAL AND EXECUTION BY CITY. IN WITNESS THEREOF, THE PARTIES HAVE EXECUTED THIS AGREEMENT THE DAY, MONTH, AND YEAR FIRST WRITTEN ABOVE. HOLD HARI~ILESS. CONTRACTOR agrees to indemnify, defend and hold harmless CITY, its 6ouncil Members, officers, employees, and agents from any and all demands, claims or liabilib7 of any nature, including wrongful death; caused by or arising out of CONTRACTOR’& its officers’, directors’, employees’ or agents’ negligent acts, errors. or omissions, or willful misconduct, or conduct for which the law imposes strict liability.on CONTRACTOR in the performance of or failure to perform this agreement by CONTRACTOR. ENTIRE AGREEMENT. This agreement and the terms and conditions on the reverse hereof represent the entire agreement between the parties with respect to the purchase and sale of the goods, equipment, materials or supplies or payment for services which may be the subject of this agreement. All prior agreements, representations. statements, negotiations and undertakings whether oral or written are superseded hereby. PROJECT MANAGER AND REPRESENTATIVE FOR CITY CONTRACTOR NAME Alan S::LT]:lps on BY DEPT.Public Works/Equipment Management P.O. BOX 10250 PALO ALTO, CA 94303 Telephone (415) 496-6945 TITLE SOCIAL SECURITY OR I.R.S. NUMBER INVOICING SEND ALL INVOICES TO THE CITY. ATTN: PROJECT MANAGER CITY OF PALO ALTO APPROVALS: (ROUTE FOR SIGNATURES ACCORDING TO NUMBERS IN APPROVAL BOXES BELOW) CITY DEPARTMENT [~Funds Have Been FINANCE RISK MANAGER PURCHASING & CONTRACT ADMINISTRATIONBudgeted (2) , (3) (4) IF OVER $5.000, REQUIRES CITY MANAGER’S SIGNATUREI IF OVER $25,000, REQUIRES MAYOR AND CITY ATTORNEY SIGNATURES CITY OF PAL0 ALTO ATTEST:APPROVED AS TO FORM: BY: BY:CITY MANAGER MAYOR CITY CLERK CiTY ATTORNEY CPA02782 =-":T~:~, GSE:_:~’gT=’’ ....--7 ..~--- _’7 REV. 1095