134
REQUEST FOR PROPOSALS Design, Supply, Install, Configure and Maintain Vehicle GPS & Telematics Solution RFP No. PS20150797 Issue Date: June 30, 2015 Issued By: City of Vancouver #153432v12 Revised by Law (SSD) March 2014

Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

  • Upload
    others

  • View
    8

  • Download
    0

Embed Size (px)

Citation preview

Page 1: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS

Design, Supply, Install, Configure and Maintain

Vehicle GPS & Telematics Solution

RFP No. PS20150797

Issue Date: June 30, 2015

Issued By: City of Vancouver

#153432v12 Revised by Law (SSD) March 2014

Page 2: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

TABLE OF CONTENTS

TABLE OF CONTENTS PART A – INFORMATION AND INSTRUCTIONS Pages A-1 to A-10 1.0 The RFP 2.0 Key Dates 3.0 Contact Person 4.0 Submission of Proposals 5.0 Changes to the RFP and Further Information 6.0 Contract Requirements 7.0 Pricing 8.0 Evaluation of Proposals 9.0 Sustainability 10.0 Certain Applicable Legislation 11.0 Legal Terms and Conditions 12.0 Definitions APPENDIX 1 – INFORMATION MEETING ATTENDANCE FORM PART B – CITY REQUIREMENTS AND ITEMS TO BE ADDRESSED IN PROPOSALS Pages B-1 to B-4 1.0 City Requirements 2.0 Items to be Addressed in Proposals APPENDIX 1 – VENDOR SUSTAINABILITY LEADERSHIP QUESTIONNAIRE Pages B-5 to B-9 PART C – PROPOSAL FORM Pages C-1 to C-8 APPENDIX 1 – LEGAL TERMS & CONDITIONS PART D – FORM OF AGREEMENT Pages D-1 to D-49 ANNEX 1 – SCHEDULE OF DETAILED REQUIREMENTS Pages 1-1 ANNEX 2 – SCHEDULE OF TECHNICAL REQUIREMENTS Pages 2-1 ANNEX 3 – SCHEDULE OF FUNCTIONAL REQUIREMENTS Pages 3-1 ANNEX 4 – SCHEDULE OF PRICES Pages 4-1 ANNEX 5 – DECLARATION OF SUPPLIER CODE OF CONDUCT COMPLIANCE Pages 5-1 ANNEX 6 – CERTIFICATE OF EXISTING INSURANCE Pages 6-1

June 2015 Page i

Page 3: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART A – INFORMATION AND INSTRUCTIONS 1.0 THE RFP

1.1 This Request for Proposals (the “RFP”) provides an opportunity to submit Proposals for review by the City and, depending on the City’s evaluation of Proposals, among other factors, to potentially negotiate with the City to enter into an Agreement. EXCEPT WHERE EXPRESSLY STATED OTHERWISE IN APPENDIX 1 TO PART C OF THE RFP: (I) NO PART OF THE RFP CONSISTS OF AN OFFER BY THE CITY TO ENTER INTO ANY CONTRACTUAL RELATIONSHIP; AND (II) NO PART OF THE RFP IS LEGALLY BINDING ON THE CITY.

1.2 The RFP concerns the City’s interest in procuring vehicle based Global Positioning System (“GPS”) and telematics for non-emergency municipal use. Details of the City’s objectives and requirements to which the RFP relates are set out in Part B of the RFP. The City welcomes Proposals respecting innovative or novel approaches to the City’s objectives and requirements.

1.3 The City is interested in selecting a single Proponent with the capability and experience to efficiently and cost-effectively meet the objectives and requirements described in the RFP. The City currently expects to select such a Proponent and then enter into negotiations with that Proponent, which will conclude in the execution of an Agreement between the Proponent and the City. However, the City may: (i) decline to select any Proponent; (ii) decline to enter into any Agreement; (iii) select multiple Proponents for negotiation; or (iv) enter into one or more agreements respecting the subject matter of the RFP with one or more Proponents or other entities at any time. The City may also terminate the RFP at any time.

1.4 The City currently intends that Proposals will be evaluated by the City in relation to their overall value, which will be assessed in the City’s sole and absolute discretion. In assessing value, the City expects to consider the factors described in Section 8 below, among others.

1.5 NO BID SECURITY IS REQUIRED FROM PROPONENTS IN CONNECTION WITH THE SUBMISSION OF PROPOSALS BECAUSE NO PROPOSAL WILL BE DEEMED TO BE AN IRREVOCABLE OR OTHERWISE BINDING LEGAL OFFER BY A PROPONENT TO THE CITY. THE LEGAL OBLIGATIONS OF A PROPONENT THAT WILL ARISE UPON THE SUBMISSION OF ITS PROPOSAL WILL BE LIMITED TO THE TERMS AND CONDITIONS STATED UNDER THE HEADING “LEGAL TERMS & CONDITIONS” IN APPENDIX 1 TO THE PROPOSAL FORM (PART C).

1.6 The execution of an Agreement may be contingent on funding being approved, and the relevant Proposal being approved, by the Vancouver City Council.

1.7 Certain capitalized terms used herein but not defined where first used are defined in Section 12 below.

1.8 The RFP consists of four parts:

(a) PART A – INFORMATION AND INSTRUCTIONS: This part is intended to serve as a guide to the RFP process for Proponents.

(b) PART B – CITY REQUIREMENTS AND ITEMS TO BE ADDRESSED IN PROPOSALS: This part describes the subject matter of the RFP, in respect of which the City invites Proposals. This part also stipulates the information that should be contained in each Proposal.

(c) PART C - PROPOSAL FORM: This part consists of the Proposal Form to be completed by each Proponent in connection with its Proposal. Each Proposal must be submitted under the cover of a duly completed and executed Proposal Form.

June 2015 Page A-1

Page 4: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART A – INFORMATION AND INSTRUCTIONS

(d) PART D - FORM OF AGREEMENT: This part contains a model Agreement. An Agreement or Agreements in this form may be entered into between the City and one or more successful Proponents.

2.0 KEY DATES

2.1 Potential Proponents should note the following key dates:

Event Time and Date

Deadline for submission of WebEx Information Meeting (Online) registration form (Appendix 1 to this Part A)

12:00 p.m. on Wednesday, July 08, 2015

Web-Ex Information Meeting (Online) 9:30 a.m. on Wednesday, July 15, 2015

Deadline for Enquiries 3:00 pm on Friday, July 24, 2015

Closing Time 3:00 pm on Friday, July 31, 2015

2.2 All references to time in the RFP are references to the time in the City of Vancouver, as shown on the clock used by the City for the purposes of requests for proposals.

3.0 CONTACT PERSON

3.1 All enquiries regarding the RFP must be addressed to:

Jason Lo, SCMP [email protected]

3.2 All enquiries must be made in writing. In-person or telephone enquiries are not permitted.

3.3 IF A POTENTIAL PROPONENT BELIEVES THAT THE CITY MAY BE UNABLE TO SELECT IT DUE TO A CONFLICT OF INTEREST, BUT IS UNCERTAIN ABOUT THIS, THE POTENTIAL PROPONENT IS URGED TO CONTACT THE ABOVE-MENTIONED INDIVIDUAL AS SOON AS POSSIBLE WITH THE RELEVANT INFORMATION SO THAT THE CITY MAY ADVISE THE POTENTIAL PROPONENT REGARDING THE MATTER. SEE SECTION 11.2(l), (m) and (n) BELOW FOR AN INDICATION OF THE TYPES OF CONFLICTS OF INTEREST THAT OFTEN ARISE.

4.0 SUBMISSION OF PROPOSALS

4.1 Proponents should submit their Proposals in writing on or before the time and date specified in the bottom row of the table in Section 2.1 above (the “Closing Time”).

4.2 Each Proponent should submit its Proposal in an envelope clearly marked with the Proponent’s name and the RFP title and number (“Design, Supply, Install, Configure and Maintain Vehicle GPS & Telematics Solution; PS20150797”) to the following address:

City of Vancouver Information Desk, Main floor Rotunda Vancouver City Hall 453 West 12th Avenue Vancouver, British Columbia Canada, V5Y 1V4

June 2015 Page A-2

Page 5: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART A – INFORMATION AND INSTRUCTIONS

Notwithstanding the foregoing, envelopes submitted by courier or otherwise in-person should be delivered to:

Information Desk, Main Floor Rotunda, Vancouver City Hall 453 West 12th Avenue Vancouver, British Columbia Canada, V5Y 1V4

4.3 To be considered by the City, a Proposal must be submitted under the cover of a Proposal Form, completed and duly executed by the relevant Proponent, including Appendix 1 thereto.

4.4 Proposals must not be submitted by fax or email.

4.5 Amendments to a Proposal may be submitted via the same methods, at any time prior to the Closing Time.

4.6 The City requests that one hard copy and one electronic copy (on a CD, flash drive, memory stick or similar medium) of each Proposal (or amendment) be submitted.

4.7 Proposals should not be bound in three-ring binders.

4.8 Proposals are revocable and may be withdrawn at any time before or after the Closing Time.

4.9 All costs associated with the preparation and submission of a Proposal, including any costs incurred by a Proponent after the Closing Time, will be borne solely by the Proponent.

4.10 Unnecessarily elaborate Proposals are discouraged. Proposals should generally be limited to the items specified in Part B of the RFP.

4.11 The City is willing to consider any Proposal from two or more Proponents that wish to form a consortium solely for the purpose of submitting a joint Proposal in response to the RFP, provided that they disclose the names of all members of the consortium and all members complete and execute a Proposal Form (Part C). Nonetheless, the City has a strong preference for Proposals submitted by a single Proponent, including a Proponent that would act as a general contractor and use subcontractors as required.

4.12 Proposals that are submitted after the Closing Time or that otherwise do not comply in full with the terms hereof may or may not be considered by the City and may or may not be returned to the Proponent, in the City’s sole discretion.

5.0 CHANGES TO THE RFP AND FURTHER INFORMATION

5.1 The City may amend the RFP or make additions to it at any time.

5.2 It is the sole responsibility of Proponents to check the City’s website at: http://vancouver.ca/doing-business/open-bids.aspx regularly for amendments, addenda, and questions and answers in relation to the RFP.

5.3 Proponents must not rely on any information purported to be given on behalf of the City that contradicts the RFP, as amended or supplemented in accordance with the foregoing Section 5.2

5.4 A WebEx information meeting online (the “WebEx Information Meeting”) will be held to enable Proponents to seek clarification with respect to any aspect of the RFP in a group forum. The details are as follows:

June 2015 Page A-3

Page 6: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART A – INFORMATION AND INSTRUCTIONS

Date: as specified in Section 2.1 above.

Time: as specified in Section 2.1 above.

Location: WebEx Meeting (ONLINE)

5.5 Potential Proponents are encouraged to read the RFP and submit any questions relating to the RFP to the Contact Person prior to the WebEx Information Meeting (Online).

5.6 Potential Proponents interested in participating in the WebEx Information Meeting (Online) should pre-register for the WebEx Information Meeting (Online) by completing and submitting the form contained in Appendix 1 to this Part A, by fax to (604)-873-7057, or by e-mail to [email protected], on or before the time and date specified in Section 2.1 above.

5.7 The City will in good faith attempt to give accurate oral responses to questions posed during the WebEx Information Meeting (Online) but Proponents are advised that they may only rely on the written information contained herein or in documents posted to the City’s website, as described in Section 5.1 above.

6.0 CONTRACT REQUIREMENTS

6.1 In addition to addressing the other requirements of Part B hereof, each Proponent should indicate in its Proposal the extent to which the Form of Agreement included as Part D hereof is consistent with its Proposal. If the Proposal is inconsistent with any part of the Form of Agreement, the Proponent should so state and should propose alternative contract language as part of its Proposal.

6.2 If the head office of a Proponent is located within the City of Vancouver or if the Proponent is to perform any work at a site located within the City of Vancouver, the execution of any Agreement will be contingent upon the Proponent having a valid City of Vancouver business license.

6.3 The term of any Agreement is expected to be a five-year period, with two possible one-year extensions, for a maximum total term of seven years.

7.0 PRICING

7.1 All prices quoted in any Proposal are to be exclusive of applicable sales taxes calculated upon such prices, but inclusive of all other costs.

7.2 Prices must be quoted in Canadian currency.

7.3 Fixed prices must be quoted for the full term of the Proponent’s proposed agreement.

7.4 Prices are to be quoted CIP, destination (Incoterms, 2010). For the avoidance of doubt, freight, insurance, unloading at the destination designated by the City, import duties, brokerage, royalties, handling, overhead, profit and all other similar costs are to be included in quoted prices.

8.0 EVALUATION OF PROPOSALS

8.1 The City may open or decline to open Proposals in such manner and at such times and places as are determined by the City.

June 2015 Page A-4

Page 7: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART A – INFORMATION AND INSTRUCTIONS 8.2 The City currently intends that all Proposals submitted to it in accordance with the RFP will be

evaluated by City representatives, using quantitative and qualitative tools and assessments, as appropriate, to determine which Proposal or Proposals offer the overall best value to the City. In so doing, the City expects to examine not only financial terms, but also (i) Proponents’ skills, knowledge, reputations and previous experience(s), including experience(s) with the City (if any); (ii) Proponents’ capabilities to meet the City’s Requirements (as defined in Part B), (iii) quality and service factors, (iv) innovation, (v) environmental or social sustainability impacts; and (vi) transition costs or challenges. Certain other factors may be mentioned in Part B or elsewhere in the RFP.

8.3 The City will retain complete control over the RFP process at all times until the execution and delivery of an Agreement or Agreements, if any. The City is not legally obligated to review, consider or evaluate Proposals, or any particular Proposal, and need not necessarily review, consider or evaluate Proposals, or any particular Proposal in accordance with the procedures set out in the RFP. The City may continue, interrupt, cease or modify its review, evaluation and negotiation process in respect of any or all Proposals at any time without further explanation or notification to any Proponents.

8.4 The City may, at any time prior to signing an Agreement, discuss or negotiate changes to the scope of the RFP with any one or more of the Proponents without having any duty or obligation to advise the other Proponents or to allow the other Proponents to vary their Proposals as a result of such discussions or negotiations.

8.5 The City may elect to short-list Proponents and evaluate Proposals in stages. Short-listed Proponents may be asked to provide additional information or details for clarification, including by attending interviews, making presentations, supplying samples, performing demonstrations, furnishing technical data or proposing amendments to the Form of Agreement. The City will be at liberty to negotiate in parallel with one or more short-listed Proponents, or in sequence, or in any combination, and may at any time terminate any or all negotiations.

8.6 Prior to approval of a Proposal, the City must be satisfied as to the Proponent’s financial stability. Proponents may be asked to provide financial statements prepared by an accountant and covering at least the prior two years.

8.7 The City may request that any proposed subcontractors undergo evaluation by the City.

8.8 The City is not under any obligation to approve any Proposal and may elect to terminate the RFP at any time.

8.9 For the avoidance of doubt, notwithstanding any other provision in the RFP, the City has in its sole discretion, the unfettered right to:

(a) accept any Proposal;

(b) reject any Proposal;

(c) reject all Proposals;

(d) accept a Proposal which is not the lowest-price proposal;

(e) accept a Proposal that deviates from the Requirements or the conditions specified in the RFP;

(f) reject a Proposal even if it is the only Proposal received by the City;

June 2015 Page A-5

Page 8: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART A – INFORMATION AND INSTRUCTIONS

(g) accept all or any part of a Proposal;

(h) split the Requirements between one or more Proponents; and

(i) enter into one or more agreements respecting the subject matter of the RFP with any entity or entities at any time.

Without limiting the foregoing, the City may reject any Proposal by a Proponent that has a conflict of interest, has engaged in collusion with another Proponent or has otherwise attempted to influence the outcome of the RFP other than through the submission of its Proposal.

9.0 SUSTAINABILITY

9.1 The City’s Procurement Policy, Ethical Purchasing Policy and related Supplier Code of Conduct found at http://vancouver.ca/doing-business/selling-to-and-buying-from-the-city.aspx align the City’s approach to procurement with its corporate social, environmental and economic sustainability values and goals. They evidence the City’s commitment to maximize benefits to the environment through product and service selection, and to ensure safe and healthy workplaces, where human and civil rights are respected. Each Proponent is expected to adhere to the supplier performance standards set forth in the Supplier Code of Conduct. The Ethical Purchasing Policy shall be referred to in the evaluation of Proposals, to the extent applicable.

9.2 Proponents are to provide environmentally sensitive products or services wherever possible. Where there is a requirement that the Proponent supply materials, and where such materials may cause adverse environmental effects, the Proponent is to indicate the nature of the hazard(s) in its Proposal. Furthermore, the Proponent is to advise the City of any known alternatives or substitutes for such materials that would mitigate such adverse effects.

10.0 CERTAIN APPLICABLE LEGISLATION

10.1 Proponents should note that the City of Vancouver is subject to the Freedom of Information and Protection of Privacy Act (British Columbia), which imposes significant obligations on the City’s consultants or contractors to protect all personal information acquired from the City in the course of providing any service to the City.

10.2 Proponents should note that the Income Tax Act (Canada) requires that certain payments to non-residents be subject to tax withholding. Proponents are responsible for informing themselves regarding the requirements of the Income Tax Act (Canada), including the requirements to qualify for any available exemptions from withholding.

11.0 LEGAL TERMS AND CONDITIONS

11.1 The legal obligations of a Proponent that will arise upon the submission of its Proposal are stated in Appendix 1 to the Proposal Form (Part C). Except where expressly stated in such Appendix 1: (i) no part of the RFP consists of an offer by the City to enter into any contractual relationship; and (ii) no part of the RFP is legally binding on the City.

11.2 Potential Proponents should review Appendix 1 to the Proposal Form carefully before submitting a Proposal. Among other things, potential Proponents should note that:

(a) Except for limited duties in respect of the protection of confidential information and the resolution of legal disputes (as fully specified in Appendix 1 to the Proposal Form), the City does not have, and will not have, any legal obligations to a Proponent or to

June 2015 Page A-6

Page 9: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART A – INFORMATION AND INSTRUCTIONS

any proposed subcontractor of that Proponent in respect of the RFP or that Proponent’s Proposal until such time as an Agreement is entered into with that Proponent.

(b) The City is a public body required by law to act in the public interest. In no event, however, does the City owe to the Proponent or to any of the Proponent’s proposed subcontractors (as opposed to the public) any contract or tort law duty of care, fairness, impartiality or procedural fairness in the RFP process, or any contract or tort law duty to preserve the integrity of the RFP process.

(c) Except only and to the extent that the City is in breach of its duties with respect to a Proponent’s confidential information, each Proponent is required to broadly release the City, its officials, its agents and its employees from liability for any losses incurred by the Proponent.

(d) Except only and to the extent that the City is in breach of its duties with respect to a Proponent’s confidential information, each Proponent is required to broadly indemnify and hold harmless the City, its officials, its agents and its employees from and against losses in respect of any claim or threatened claim against any of them.

(e) Except with respect to the City’s duties in respect of a Proponent’s confidential information, even to the extent the city is found to have breached any duty to the Proponent, if any, the liability of the City, its officials, its agents and its employees to the Proponent will be limited to $100.

(f) With limited exceptions set forth in such Appendix 1 to the Proposal Form, any dispute between the City and a Proponent will be subject to arbitration.

(g) All RFP-related documents provided to any Proponent by the City remain the property of the City and must be returned to the City, or destroyed, upon request by the City.

(h) The documentation containing any Proposal, once submitted to the City, becomes the property of the City, and the City is under no obligation to return the Proposal to the Proponent.

(i) The City will treat any Proposal (and the City’s evaluation of it), in confidence in substantially the same manner as it treats its own confidential material and information, subject, however, to the applicable provisions of the Freedom of Information and Protection of Privacy Act (British Columbia), other applicable legal requirements, and the City’s full right to publicly disclose any and all aspects of the Proposal in the course of publicly reporting to the Vancouver City Council or announcing the results of the RFP to Proponents.

(j) Proponents must not divulge or disclose to any third parties any non-public documents or information concerning the affairs of the City, which have been or are in the future provided or communicated to a Proponent at any time (whether before, during or after the RFP process). Furthermore, each Proponent must agree to not use or exploit any such non-public documents or information in any manner, including in submitting its Proposal.

(k) Each Proponent must waive any rights to obtain any records produced or kept by the City in evaluating its Proposal (and any other submissions) and must agree that under no circumstances will it make any application to the City or any court for disclosure of any records pertaining to the receipt, evaluation or selection of its Proposal (or any other submissions), including, without limitation, records relating only to the Proponent.

June 2015 Page A-7

Page 10: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART A – INFORMATION AND INSTRUCTIONS

(l) Each Proponent must disclose whether any officer, director, shareholder, partner, employee or contractor of the Proponent or of any of its proposed subcontractors, or any other person related to the Proponent’s or any proposed subcontractor’s organization (a “person having an interest”) or any spouse, business associate, friend or relative of a person having an interest is:

i. an elected official or employee of the City; or

ii. related to or has any business or family relationship with an elected official or employee of the City,

in each case such that there could be any conflict of interest or an appearance of a conflict of interest in the evaluation or consideration of the Proponent’s Proposal by the City. The City will evaluate each matter disclosed to determine whether and to what extent the Proponent can be given consideration in the RFP in light of the particular matter.

(m) Each Proponent must disclose whether any person having an interest (as defined above) is a former official, former employee or former contractor of the City who has non-public information relevant to the RFP obtained during his or her employment or engagement by the City. The City will evaluate each matter disclosed to determine whether and to what extent the Proponent can be given consideration in the RFP in light of the particular matter.

(n) Each Proponent must disclose whether the Proponent or any of its proposed subcontractors is currently engaged in supplying (or is proposing to supply) goods or services to a third party such that entering into an agreement with the City in relation to the subject matter of the RFP would create a conflict of interest or the appearance of a conflict of interest between the Proponent’s duties to the City and the Proponent’s or its subcontractors’ duties to such third party. The City will evaluate each matter disclosed to determine whether and to what extent the Proponent can be given consideration in the RFP in light of the particular matter.

(o) Each Proponent is required to disclose whether the Proponent is competing for purposes of the RFP with any entity with which it is legally or financially associated or affiliated. Each Proponent must also disclose whether it is cooperating in any manner in relation to the RFP with any other Proponent responding to the RFP. The City will evaluate each matter disclosed to determine whether and to what extent the Proponent can be given consideration in the RFP in light of the particular matter.

(p) Each Proponent is required to disclose whether it or any officer, director, shareholder, partner, employee or agent of the Proponent or any of its proposed subcontractors: (1) is registered as a lobbyist under any lobbyist legislation in any jurisdiction in Canada or in the United States of America; or (2) has engaged in any form of political or other lobbying whatsoever with respect to the RFP or sought, other than through the submission of its Proposal, to influence the outcome of the RFP process. The City will evaluate each matter disclosed to determine whether and to what extent the Proponent can be given consideration in the RFP in light of the particular matter.

(q) A Proponent must not disclose or promote any relationship between it and the City, including by means of any verbal declarations or announcements and by means of any sales, marketing or other literature, letters, client lists, press releases, brochures, web sites or other written materials (whether in print, digital, electronic or other format) without the express prior written consent of the City. Each Proponent must undertake

June 2015 Page A-8

Page 11: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART A – INFORMATION AND INSTRUCTIONS

not to use the name, official emblem, mark, or logo of the City without the express prior written consent of the City.

(r) Any Proposal which contains an error, omission or misstatement, which contains qualifying conditions, which does not fully address all of the requirements or expectations of the RFP, or which otherwise fails to conform to the RFP may or may not be rejected by the City at the City’s sole discretion. The City may also invite a Proponent to adjust its Proposal to remedy any such problem, without providing the other Proponents an opportunity to amend their Proposals.

12.0 DEFINITIONS

12.1 In the RFP, the following capitalized terms have the following meanings:

(a) “Agreement” means a contract entered into between the City and a successful Proponent, if any, following the conclusion of the RFP process, which contract is expected to be in substantially the same form as the Form of Agreement;

(b) “City” means the City of Vancouver, a municipal corporation continued pursuant to the Vancouver Charter;

(c) “Form of Agreement” means the form of agreement contained in Part D of the RFP;

(d) “Proponent” means an entity, which is not, by the terms hereof, restricted from submitting a Proposal, and which does submit a Proposal;

(e) “Proposal” means a proposal submitted in response to the RFP; and

(f) “Proposal Form” means the form contained in Part C of the RFP.

12.2 All other capitalized terms used in the RFP have the meanings given to them elsewhere in the RFP.

June 2015 Page A-9

Page 12: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART A – INFORMATION AND INSTRUCTIONS

APPENDIX 1 TO PART A

FINANCIAL SERVICES GROUP Supply Management

Re. Request for Proposals No. PS20150797, Design, Supply, Install, Configure and Maintain Vehicle GPS & Telematics Solution

To acknowledge your intent to participate in the WebEx Information Meeting (online) and to ensure that you receive the required information, please submit this form to the person identified below in accordance with the RFP:

Jason Lo City of Vancouver Fax: 604 873-7057 Email: [email protected]

Proponent’s Name:

Address:

Key Contact Person:

Telephone: Fax:

E-mail: Incorporation Date:

Our company WILL □ / WILL NOT □ participate in the WebEx information meeting (online) for Requestfor Proposals No. PS20150797, Design, Supply, Install, Configure and Maintain Vehicle GPS & Telematics Solution

Signature

Name of Authorized Signatory

E-mail Address

June 2015 Page A-10

Page 13: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART B – CITY REQUIREMENTS AND ITEMS TO BE ADDRESSED IN PROPOSALS

1.0 CITY REQUIREMENTS

1.1 The City has the following objectives and requirements (together, the “Requirements”):

(a) SCOPE – Design, supply, install, configure and maintain vehicle GPS & telematics solution

(b) AREAS OF INTEREST: • The quality and relevance of references; • Demonstration of extensive project management expertise utilizing and

adhering to industry-accepted project management methodologies and best practices (e.g., PMI) on previous projects;

• Demonstration of successfully analyzing/understanding the business needs of

the customer, offering appropriate solutions to meet/exceed those needs, and extensive experience in designing/configuring a system solution to fulfill the business needs of the customer;

• The ability to successfully implement the solution, as demonstrated by

implementation of comparable GPS/OBD/TELEMATIC solutions

• Demonstration of extensive experience with projects related to the integration of the proposed solution with other applications (for example: Fleet, Emergency Management, Routing, GIS) using web based API’s;

• Demonstration of completing a project within the timeframe established by

the project schedule

(c) Further information regarding the Requirements, is contained in Annex 2 to the RFP.

1.2 The Requirements stated herein are current as of the date hereof, but they may change or be refined in the course of the evaluation of Proposals or otherwise.

1.3 Unless otherwise stated, if, and wherever, the Requirements state a brand name, a make, the name of a manufacturer, a trade name or a vendor catalogue number, it is for the purpose of establishing a grade or quality of materials, goods or equipment only. It is not intended to rule out the use of other equivalent materials, goods or equipment. If, however, products other than those specified are proposed in any Proposal, the Proposal must explicitly include the names of such products and their manufacturers, any trade names and any applicable vendor catalogue numbers, and the City may request that the Proponent provide specific evidence of equivalency. Evidence of quality in the form of samples may also be requested.

1.4 To the extent that the Requirements express estimates of quantities or volumes of goods or services expected to be required by the City, the City cannot offer any assurances that such quantities or volumes will in fact be required.

2.0 ITEMS TO BE ADDRESSED IN EACH PROPOSAL

2.1 Each Proposal should have: (i) a title page that clearly indicates the name of the Proponent and the general nature of the Proposal; (ii) a detailed table of contents; and (iii) an executive summary no more than one page long.

June 2015 Page B-1

Page 14: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART B – CITY REQUIREMENTS AND ITEMS TO BE ADDRESSED IN PROPOSALS

2.2 Each Proposal should contain a section titled “Technical Proposal,” which should address the

Requirements. This section of the Proposal should be divided into paragraphs that correspond to the numbered paragraphs of the foregoing Section 1 of this Part B and the numbered sections of Annex 2 to the RFP.

2.3 Each Proposal should contain a section titled “Commercial Proposal,” which should contain full details of the Proponent’s proposed pricing and payment terms, which should be in accordance with Part A of the RFP and, which should include a completed table in the following form:

Please refer to Annex 4 – Pricing for details.

All prices are to be exclusive of applicable sales taxes calculated upon such prices, but inclusive of all other costs.

Reference should be made to the foregoing Section 1 of this Part B and Annex 4 to the RFP for any further requirements concerning pricing or payment terms, which should be addressed in each Proposal.

2.4 Each Proposal should contain a section titled “Proponent Overview,” which should provide a description of the Proponent’s company, purpose and history of successes.

2.5 Each Proposal should contain a section titled “Key Personnel,” which should identify and provide professional biographical information for the key personnel that would perform the Proponent’s work, outlining their intended roles in meeting the Requirements. If appropriate, also include a complete organization chart, identifying all roles and areas of responsibility.

2.6 Preference may be given to Proponents and proposed personnel that demonstrate knowledge and experience involving vehicle GPS & telematics solution. Each Proponent should make clear in its Proposal its relevant knowledge and experience, and that of its proposed personnel.

2.7 Each Proposal should contain a section titled “References,” which should provide names and contact information for approximately three parties for whom the Proponent has done work in the past.

2.8 Each Proposal should contain a section titled “Subcontractors,” which should list all of the subcontractors that the Proponent proposes to use in carrying out its work under an Agreement, or state that the Proponent does not propose to use any subcontractors. If selected to enter into an Agreement with the City, the Proponent may be limited to using subcontractors listed in its Proposal.

2.9 If the City objects to a subcontractor listed in a Proposal, the City may permit a Proponent to propose a substitute Subcontractor acceptable to the City.

2.10 Each Proposal should contain a section titled “Work Plan,” which should detail the sequential process by which the Proponent proposes to undertake the work, and which should include a timeline as necessary. The Proponent’s work plan should make reference to the Requirements as appropriate. This section of the Proposal may be completed by cross-referencing the “Technical Proposal” section where appropriate.

2.11 The City is committed to environmental and socio-economic sustainability. Therefore, each Proposal should contain a section titled “Sustainability,” wherein the Proponent should describe the environmental aspects of its Proposal. In addition, this section of the Proposal should include a completed table in the following form:

June 2015 Page B-2

Page 15: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART B – CITY REQUIREMENTS AND ITEMS TO BE ADDRESSED IN PROPOSALS

Sustainability Initiative

Description Details Response

a. Packaging Reduction

The City aims to reduce the packaging associated with acquiring various products. More and more suppliers are adopting innovative programs to reduce packaging.

Tell us about your proposed measures to reduce product packaging such as recycle ability, percentage of recycled content, return/collections programs and/or re-use. Examples include providing products in reusable packaging such as plastic totes, reducing unnecessary packaging such as shrink wrap or offering packaging that is made from recycled material.

b. Greenhouse Gas/Carbon Reduction

The City aims to reduce its greenhouse gas/carbon emissions, where possible as part of its Climate Protection Program.

Tell us how the design and use of your product or service takes into account strategies to reduce its carbon footprint. Examples could include offering products with a limited amount of embedded carbon, having a strategy for limiting transportation-related to service provision and/or purchasing carbon credits to offset emissions

c. Waste Reduction

The City aims to reduce waste where possible.

Tell us how your firm addresses waste minimization and diversion of waste from the landfill in the design of your product or service and its associated delivery, use and disposal. Examples include take-back programs you may have for your products at end-of-life or products that are made from recycled materials.

d. Toxic Reduction

The City aims to reduce toxins and hazardous substances in the workplace where possible.

Tell us what steps your firm has taken to use ‘design for environment’ principles to reduce toxic and hazardous substances found in your products. Examples could include products that contain polyvinyl chlorides (PVCs) or volatile organic compounds (VOCs).

e. Third Party Eco-labelling

The City aims to purchase, when possible, products that are eco-certified or eco-labelled by a recognized third party.

Describe and explain third party certification for the products to be supplied, which includes labelling requirements. State the type of testing performed, and the standards applicable to support biodegradable products completely breaking down in the landfills.

f. Socio-economic Sustainability

Socio-economic sustainability is important to the City. As such, The City aims to do business with suppliers who are striving to advance social and economic wellbeing in the community.

Tell us about your firm’s efforts with regards to socio-economic sustainability. Examples include, but are not limited to, broadening educational and professional development opportunities, supporting minority/youth groups, and supporting low-threshold job programs for vulnerable people.

June 2015 Page B-3

Page 16: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART B – CITY REQUIREMENTS AND ITEMS TO BE ADDRESSED IN PROPOSALS

Additionally, each Proposal should be accompanied by a duly completed Declaration of Supplier Code of Conduct Compliance in the form of Annex 5.

2.12 Notwithstanding any other provision hereof, the City welcomes Proposals respecting innovative or novel approaches to the City’s objectives and requirements and may consider value-creating Proposals that derogate from the Requirements. Each Proposal should contain a section titled “Deviations and Variations,” in which the Proponent should: (i) note proposed deviations or variations from the terms and conditions set out in the RFP or from the Requirements, even if such deviations or variation are also noted elsewhere in the Proposal; and (ii) detail proposed amendments to the Form of Agreement. If no amendments to the Form of Agreement are proposed, the Proponent should state that its Proposal is fully consistent with the Form of Agreement.

2.13 If, in addition to proposing services which meet the Requirements, the Proponent wishes to offer an alternative or alternatives, the alternative solution(s) should to be submitted separately as an appendix within the Proposal. Any pricing impact of the alternative solution(s) should be provided separately in the appendix.

2.14 Each Proponent should note Section 9 of Appendix 1 to Part C and should include in its Proposal a section entitled “Conflicts; Collusion; Lobbying” as necessary.

2.15 The sections of each Proposal should be arranged in the order in which they are referred to in this Part B. Proponents should avoid, to the extent possible, the inclusion of other top-level Proposal sections.

2.16 Each Proponent should submit with its Proposal a Certificate of Existing Insurance, in the form of Annex 2 to the RFP, duly completed and signed by its insurance agent or broker as evidence of its existing insurance, along with a letter from its insurance broker or agent indicating whether or not (and, if not, then to what extent) it will be able to comply with the insurance requirements set out in the Form of Agreement, should the Proponent be selected as a successful Proponent. (Any successful Proponent will also be required to provide proof of the satisfaction of all insurance requirements prior to or concurrently with the City entering into any Agreement.)

2.17 Each Proponent should submit with its Proposal proof of valid WorkSafeBC registration. Such registration should be maintained as required by the Form of Agreement.

2.18 Each Proposal must be submitted under the cover of a completed Proposal Form, including Appendix 1 thereto.

June 2015 Page B-4

Page 17: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS &

TELEMATICS SOLUTION PART B – CITY REQUIREMENTS AND ITEMS TO BE ADDRESSED IN PROPOSALS

APPENDIX 1 TO PART B VENDOR SUSTAINABILITY LEADERSHIP QUESTIONNAIRE

Purpose: This document is designed to identify where suppliers are going above the minimum standards in the Supplier Code of Conduct and are demonstrating sustainability leadership in their own operations as part of the evaluation criteria of a bid process.

As part of the City’s corporate Purchasing Policy and related Supplier Code of Conduct, all City vendors must meet minimum requirements related to ethical, social and environmental standards. Beyond these basic requirements, the City would also like to reward vendors that are demonstrating leadership and innovation in sustainability. In order to be able to do so, the City requires that all suppliers bidding on a City contract answer the following questions. The answers to the questionnaire will be evaluated as part of the bid evaluation process. You will need to be able to verify all your answers to the City upon request. Please keep in mind that these questions relate to your company’s internal operations and overall sustainability leadership.

Section 1: Fair Workplace Practices 1. Does your company know the locations of 100% of the facilities that produce your products? � Yes � No

2. Does your company have a documented Supplier Code of Conduct or policy that sets internationallyrecognized minimum labour standards that you expect your suppliers to meet when manufacturing your products?

� Yes � No

3. Tell us how your company verifies compliance to the standards in the Supplier Code of Conduct and/or Purchasing Policy.

a) We conduct third party audits of factories we work with � Yes � No b)We conduct internal audits of our supply chain and work with our supply base to resolve issues � Yes � No c) We publicly disclose the names and locations of our factories � Yes � No d) We rely on a complaint-based system to identify supplier non-compliance � Yes � No 4. Tell us which memberships you hold with organizations that work to promote fair and reasonable employment conditions for workers.

a) We are a member of Fair Labour Association or Social Accountability International or Worker’s RightsConsortium

� Yes � No

b) We are a member of Fair Factories Clearinghouse or Sedex � Yes � No

B-5

Page 18: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20140836 SUPPLY AND DELIVERY OF VARIOUS LIGHT DUTY VEHICLES

PART B – CITY REQUIREMENTS AND ITEMS TO BE ADDRESSED IN PROPOSALS

APPENDIX 1 TO PART B VENDOR SUSTAINABILITY LEADERSHIP QUESTIONNAIRE

c) We are a member of another organization that promotes fair and reasonable employment conditions Please specify______________________

Section 2: Workplace Health & Safety, Wage Rates and Diversity 5. Tell us how your company works to promote workplace health and safety.

a) We have a documented Health & Safety Policy and Program that is openly endorsed by seniormanagement and is updated on an annual basis

� Yes � No

b) We have a Health & Safety Manual that includes safe work procedures, incident investigation processwith the intent of prevention, workplace inspection process and emergency preparedness and response.

� Yes � No

c) We conduct hazard assessments and job task-specific health & safety training on an annual basis � Yes � No d) We are registered with one or more of these Safety Management Systems/Programs:OHSAS 18001 � Yes � No CAN/CSA Z1000 � Yes � No ANSI Z10 � Yes � No e) We have a system registered, certified or recognized by another standard Please specify_______________________ f) We adhere to one or more of the ILO health and safety resolutions � Yes � No g) We have a non-registered audited health and safety management system � Yes � No 6. Tell us how you ensure fair wages and employee benefits

a) We pay all of our staff a minimum wage that meets the regional LICO (Seehttp://www.statcan.gc.ca/pub/75f0002m/2009002/tbl/tbl-2-eng.htm for wage amounts)

� Yes � No

b) We pay benefits to all of our full-time employees � Yes � No 7. Tell us about your strategy to address diversity in your workplace.

a) We have a policy or strategy to support hiring a diverse workforce � Yes � No b) We have a policy or strategy to purchase from diverse contractors / suppliers � Yes � No c) We participate in work/employment training programs for vulnerable/diverse populations (e.g. Socialpurchasing portal)

� Yes Please specify

� No

B-6

Page 19: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS &

TELEMATICS SOLUTION PART B – CITY REQUIREMENTS AND ITEMS TO BE ADDRESSED IN PROPOSALS

APPENDIX 1 TO PART B VENDOR SUSTAINABILITY LEADERSHIP QUESTIONNAIRE

Section 3: Environmental Management & Stewardship 8. Tell us what policies and programs your company has in place to manage its environmental impact.

a) We have a documented Environmental or Sustainability Policy � Yes � No b) We have an environmental management system registered to ISO 14001 � Yes � No c) We have a system registered, certified or recognized by another standard (e.g. EMAS)Please specify ___________________________

� Yes � No

d) We have a non-registered audited environmental management system � Yes � No e) We conduct compliance audits to health, safety and environmental legislation � Yes � No f) We produce a publicly available annual environmental, CSR, sustainability or accountability report � Yes � No 9. Tell us how your company works to reduce its greenhouse gas (GHG) emissions.

a) We measure our GHG emissions and have developed a reduction strategy � Yes � No b) We publicly report our GHG emissions � Yes � No

c) We have set publicly available GHG reduction targets � Yes � No d) We have set a target for the use of renewable or alternative forms of energy and have developed a strategyto reach this target

� Yes � No

e) We have retrofitted our facilities, our fleet and/or made process improvements to decrease GHG emissionsand energy use.

� Yes � No

f) We have an alternative transportation program for employees (e.g. public transit subsidy, cycling facilities,carpooling program)

� Yes � No

g) We purchase from shipping/delivery companies that have taken steps to reduce their GHG emissions. � Yes � No h) We operate in third party verified green buildings and have developed a plan to meet third party verifiedstandards (such as LEED, BREEAM, etc) in as many of our facilities as possible. Please specify the verification system :

� Yes � No

10. Tell us how your company works to reduce waste in its daily operations.

a) We conduct regular audits to measure the total amount of solid waste generated by our facilities and havea waste reduction strategy

� Yes � No

B-7

Page 20: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS &

TELEMATICS SOLUTION PART B – CITY REQUIREMENTS AND ITEMS TO BE ADDRESSED IN PROPOSALS

APPENDIX 1 TO PART B VENDOR SUSTAINABILITY LEADERSHIP QUESTIONNAIRE

b) We have set publicly available waste reduction targets � Yes � No c) We have an office recycling program that includes office paper, beverage containers, batteries and printercartridges

� Yes � No

d) We have other recycling programs in our operationsPlease specify additional materials recycled:

� Yes � No

11. Tell us how your company works to reduce the use of toxins and properly manage hazardous substances

a) We are not in violation with any local, national or international laws related to the use of toxins andmanagement of hazardous substances

� Yes � No

d) We have a Toxic Reduction Strategy/Policy that aims to reduce toxins across all operations � Yes � No e) We measure the implementation of our Toxic Reduction Strategy/Policy against a pre-determined set of

performance metrics and verify performance with a third-party� Yes � No

Back-up Documentation to Verify Responses The City reserves the right to verify responses on this questionnaire and may request some or all of the following documentation. Section Question Back-up Documentation Section 1 Fair Workplace Practices

Question 1 • Location details of factory locationsQuestion 2 • A copy of Supplier Code of Conduct or policyQuestion 3 • A copy of third-party audit reports

• A list of publicly disclosed factoriesQuestion 4 • Proof of membership

Section 2 Workplace Health and Safety

Question 5 • A copy of policy• Proof of safety management system certification

Question 6 • Documentation of employee benefit packages and a list of thosewho receive benefits

Question 7 • A copy of policiesSection 3 Question 8 • A copy of policy

B-8

Page 21: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS &

TELEMATICS SOLUTION PART B – CITY REQUIREMENTS AND ITEMS TO BE ADDRESSED IN PROPOSALS

APPENDIX 1 TO PART B VENDOR SUSTAINABILITY LEADERSHIP QUESTIONNAIRE

Environmental Management and Stewardship

• Proof of environmental management system certification• A copy of public report

Question 9 • Copy of public report• A copy of reduction targets and related results• Proof of LEED, BEEAMA, etc. certification

Question 10 • Total tonnes of solid waste generated• A copy of reduction targets

Question 11 • Copy of strategy/policy• A copy of reduction targets and related results• Copy of third-party audit/verification

B-9

Page 22: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART C – PROPOSAL FORM

PROPOSAL FORM

RFP No. PS20150797, Design, Supply, Install, Configure and Maintain Vehicle GPS & Telematics Solution (the “RFP”)

Proponent’s Name: “Proponent”

Address:

Jurisdiction of Legal Organization:

Date of Legal Organization:

Key Contact Person:

Telephone: Fax:

E-mail:

The Proponent, having carefully examined and read the RFP, including all amendments and addenda thereto, if any, and all other related information published on the City’s website, hereby acknowledges that it has understood all of the foregoing, and in response thereto hereby submits the enclosed Proposal.

The Proponent further acknowledges that it has read and agreed to the Legal Terms & Conditions attached as Appendix 1 hereto and has separately executed such Appendix 1.

IN WITNESS WHEREOF the Proponent has executed this Proposal Form: Signature of Authorized Signatory for the Proponent Date Name and Title Signature of Authorized Signatory for the Proponent Date Name and Title

June 2015 Page C-1

Page 23: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART C – PROPOSAL FORM

APPENDIX 1 TO PROPOSAL FORM

LEGAL TERMS AND CONDITIONS

1 APPLICATION OF THESE LEGAL TERMS AND CONDITIONS

These legal terms and conditions set out the City’s and the Proponent’s legal rights and obligations only with respect to the RFP proposal process and any evaluation, selection, negotiation or other related process. In no event will the legal terms and conditions of this Appendix 1 apply to, or have the effect of supplementing, any Contract formed between the City and the Proponent or otherwise apply as between the Proponent and the City following the signing of any such Contract.

2 DEFINITIONS

In this Appendix 1, the following terms have the following meanings:

(a) “City” means the City of Vancouver, a municipal corporation continued pursuant to the Vancouver Charter.

(b) “Contract” means a legal agreement, if any, entered into between the City and the Proponent as a result of the RFP.

(c) “Losses” means, in respect of any matter, all direct or indirect, as well as consequential: claims, demands, proceedings, losses, damages, liabilities, deficiencies, costs and expenses (including without limitation all legal and other professional fees and disbursements, interest, penalties and amounts paid in settlement whether from a third person or otherwise).

(d) “Proponent” means the legal entity which has signed the Proposal Form, and “proponent” means any proponent responding to the RFP, excluding or including the Proponent, as the context requires.

(e) “Proposal” means the package of documents consisting of the Proposal Form (including this Appendix 1), the Proponent’s proposal submitted under cover of the Proposal Form, and all schedules, appendices and accompanying documents, and “proposal” means any proposal submitted by any proponent, excluding or including the Proponent, as the context requires.

(f) “Proposal Form” means that certain Part C of the RFP, completed and executed by the Proponent, to which this Appendix 1 is appended.

(g) “RFP” means the document issued by the City as Request for Proposals No. PS20150797, as amended from time to time and including all addenda.

June 2015 Page C-2

Page 24: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART C – PROPOSAL FORM

3 NO LEGAL OBLIGATION ASSUMED BY THE CITY

Despite any other term of the RFP or the Proposal Form, including this Appendix 1 (except only Sections 7, 8.2 and 11 of this Appendix 1, in each case to the extent applicable), the City assumes no legal duty or obligation to the Proponent or to any proposed subcontractor in respect of the RFP, its subject matter or the Proposal unless and until the City enters into a Contract, which the City may decline to do in the City’s sole discretion.

4 NO DUTY OF CARE OR FAIRNESS TO THE PROPONENT

The City is a public body required by law to act in the public interest. In no event, however, does the City owe to the Proponent or to any of the Proponent’s proposed subcontractors (as opposed to the public) any contract or tort law duty of care, fairness, impartiality or procedural fairness in the RFP process, or any contract or tort law duty to preserve the integrity of the RFP process. The Proponent hereby waives and releases the City from any and all such duties and expressly assumes the risk of all Losses arising from participating in the RFP process on this basis.

5 EVALUATION OF PROPOSALS

5.1 Compliance / Non-Compliance

Any proposal which contains an error, omission or misstatement, which contains qualifying conditions, which does not fully address all of the requirements or expectations of the RFP, or which otherwise fails to conform to the RFP may or may not be rejected by the City at the City’s sole discretion. The City may also invite a proponent to adjust its proposal to remedy any such problem, without providing the other proponents an opportunity to amend their proposals.

5.2 Reservation of Complete Control over Process

The City reserves the right to retain complete control over the RFP and proposal processes at all times. Accordingly, the City is not legally obligated to review, consider or evaluate the proposals, or any particular proposal, and need not necessarily review, consider or evaluate the proposals, or any particular proposal, in accordance with the procedures set out in the RFP, and the City reserves the right to continue, interrupt, cease or modify its review, evaluation and negotiation processes in respect of any or all proposals at any time without further explanation or notification to any proponents.

5.3 Discussions/Negotiations

The City may, at any time prior to signing a Contract, discuss or negotiate changes to the scope of the RFP, any proposal or any proposed agreement with any one or more of the proponents without having any duty or obligation to advise the Proponent or to allow the Proponent to vary its Proposal as a result of such discussions or negotiations with other proponents or changes to the RFP or such proposals or proposed agreements, and, without limiting the general scope of Section 6 of this Appendix 1, the City will have no liability to the Proponent as a result of such discussions, negotiations or changes.

June 2015 Page C-3

Page 25: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART C – PROPOSAL FORM

5.4 Acceptance or Rejection of Proposals

The City has in its sole discretion, the unfettered right to: accept any proposal; reject any proposal; reject all proposals; accept a proposal which is not the lowest-price proposal; accept a proposal that deviates from the requirements of the RFP or the conditions specified in the RFP; reject a proposal even if it is the only proposal received by the City; accept all or any part of a proposal; enter into agreements respecting the subject matter of the RFP with one or more proponents; or enter into one or more agreements respecting the subject matter of the RFP with any other person at any time.

6 PROTECTION OF CITY AGAINST LAWSUITS

6.1 Release by the Proponent

Except only and to the extent that the City is in breach of Section 8.2 of this Appendix 1, the Proponent now releases the City, its officials, its agents and its employees from all liability for any Losses incurred in connection with the RFP or the Proposal, including any Losses in connection with:

(a) any alleged (or judicially determined) breach by the City or its officials, agents or employees of the RFP (it being agreed that, to the best of the parties’ knowledge, the City has no obligation or duty under the RFP which it could breach (other than wholly unanticipated obligations or duties merely alleged or actually imposed judicially))

(b) any unintentional tort of the City or its officials or employees occurring in the course of conducting the RFP process,

(c) the Proponent preparing and submitting the Proposal;

(d) the City accepting or rejecting the Proposal or any other submission; or

(e) the manner in which the City: reviews, considers, evaluates or negotiates any proposal; addresses or fails to address any proposal or proposals; resolves to enter into a Contract or not enter into a Contract or any similar agreement; or the identity of the proponent(s) or other persons, if any, with whom the City enters any agreement respecting the subject matter of the RFP.

6.2 Indemnity by the Proponent

Except only and to the extent that the City breaches Section 8.2 of this Appendix 1, the Proponent indemnifies and will protect, save and hold harmless the City, its officials, its agents and its employees from and against all Losses, in respect of any claim or threatened claim by the Proponent or any of its proposed subcontractors or agents alleging or pleading:

(a) any alleged (or judicially determined) breach by the City or its officials or employees of the RFP (it being agreed that, to the best of the parties’ knowledge, the City has no obligation or duty under the RFP which it could breach (other than wholly unanticipated obligations or duties merely alleged or actually imposed judicially));

(b) any unintentional tort of the City or its officials or employees occurring in the course of conducting the RFP process, or

(c) liability on any other basis related to the RFP or the proposal process.

June 2015 Page C-4

Page 26: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART C – PROPOSAL FORM

6.3 Limitation of City Liability

In the event that, with respect to anything relating to the RFP or this proposal process (except only and to the extent that the City breaches Section 8.2 of this Appendix 1), the City or its officials, agents or employees are found to have breached (including fundamentally breached) any duty or obligation of any kind to the Proponent or its subcontractors or agents whether at law or in equity or in contract or in tort, or are found liable to the Proponent or its subcontractors or agents on any basis or legal principle of any kind, the City’s liability is limited to a maximum of $100, despite any other term or agreement to the contrary.

7 DISPUTE RESOLUTION

Any dispute relating in any manner to the RFP or the proposal process (except to the extent that the City breaches this Section 7 or Section 8.2 of this Appendix 1, and also excepting any disputes arising between the City and the Proponent under a Contract (or a similar contract between the City and a proponent other than the Proponent)) will be resolved by arbitration in accordance with the Commercial Arbitration Act (British Columbia), amended as follows:

(a) The arbitrator will be selected by the City’s Director of Legal Services;

(b) Section 6 of this Appendix 1 will:

i. bind the City, the Proponent and the arbitrator; and

ii. survive any and all awards made by the arbitrator; and

(c) The Proponent will bear all costs of the arbitration.

June 2015 Page C-5

Page 27: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART C – PROPOSAL FORM

8 PROTECTION AND OWNERSHIP OF INFORMATION

8.1 RFP and Proposal Documents City’s Property

(a) All RFP-related documents provided to the Proponent by the City remain the property of the City and must be returned to the City, or destroyed, upon request by the City.

(b) The documentation containing the Proposal, once submitted to the City, becomes the property of the City, and the City is under no obligation to return the Proposal to the Proponent.

8.2 Proponent’s Submission Confidential

Subject to the applicable provisions of the Freedom of Information and Protection of Privacy Act (British Columbia), other applicable legal requirements, and the City’s full right to publicly disclose any and all aspects of the Proposal in the course of publicly reporting to the Vancouver City Council on the proposal results or announcing the results of the RFP, the City will treat the Proposal (and the City’s evaluation of it), in confidence in substantially the same manner as it treats its own confidential material and information.

8.3 All City Information Confidential

(a) The Proponent will not divulge or disclose to any third parties any non-public documents or information concerning the affairs of the City which have been or are in the future provided or communicated to the Proponent at any time (whether before, during or after the RFP process). Furthermore, the Proponent agrees that it has not and must not use or exploit any such non-public documents or information in any manner, including in submitting its Proposal.

(b) The Proponent now irrevocably waives all rights it may have by statute, at law or in equity, to obtain any records produced or kept by the City in evaluating its Proposal (and any other submissions) and now agrees that under no circumstances will it make any application to the City or any court for disclosure of any records pertaining to the receipt, evaluation or selection of its Proposal (or any other submissions) including, without limitation, records relating only to the Proponent.

9 NO CONFLICT OF INTEREST / NO COLLUSION / NO LOBBYING

9.1 Declaration as to no Conflict of Interest in RFP Process

(a) The Proponent confirms and warrants that there is no officer, director, shareholder, partner, employee or contractor of the Proponent or of any of its proposed subcontractors, or any other person related to the Proponent’s or any proposed subcontractor’s organization (a “person having an interest”) or any spouse, business associate, friend or relative of a person having an interest who is:

i. an official or employee of the City; or

ii. related to or has any business or family relationship with an elected official or employee of the City,

in each case, such that there could be any conflict of interest or any appearance of conflict of interest in the evaluation or consideration of the Proposal by the City, and, in each case, except as set out, in all material detail, in a separate section titled “Conflicts; Collusion; Lobbying” in the Proposal.

June 2015 Page C-6

Page 28: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART C – PROPOSAL FORM

(b) The Proponent confirms and warrants that there is no person having an interest (as defined above) who is a former official, former employee or former contractor of the City and who has non-public information relevant to the RFP obtained during his or her employment or engagement by the City, except as set out, in all material detail, in a separate section titled “Conflicts; Collusion; Lobbying” in the Proposal.

9.2 Declaration as to No Conflict of Interest Respecting Proposed Supply

The Proponent confirms and warrants that neither the Proponent nor any of its proposed subcontractors is currently engaged in supplying (or is proposing to supply) goods or services to a third party such that entering into an agreement with the City in relation to the subject matter of the RFP would create a conflict of interest or the appearance of a conflict of interest between the Proponent’s duties to the City and the Proponent’s or its subcontractors’ duties to such third party, except as set out, in all material detail, in a separate section titled “Conflicts; Collusion; Lobbying” in the Proposal.

9.3 Declaration as to No Collusion

The Proponent confirms and warrants that:

(a) the Proponent is not competing within the RFP process with any entity with which it is legally or financially associated or affiliated, and

(b) the Proponent is not cooperating in any manner in relation to the RFP with any other proponent responding to the RFP.

in each case, except as set out, in all material detail, in a separate section titled “Conflicts, Collusion, Lobbying” in the Proposal.

9.4 Declaration as to Lobbying

The Proponent confirms and warrants that:

(a) neither it nor any officer, director, shareholder, partner, employee or agent of the Proponent or any of its proposed subcontractors is registered as a lobbyist under any lobbyist legislation in any jurisdiction in Canada or in the United States of America; and

(b) neither it nor any officer, director, shareholder, partner, employee or agent of the Proponent or any of its proposed subcontractors has engaged in any form of political or other lobbying whatsoever with respect to the RFP or sought, other than through the submission of the Proposal, to influence the outcome of the RFP process,

in each case as set out, in all material detail, in a separate section titled “Conflicts, Collusion, Lobbying” in the Proposal.

10 NO PROMOTION OF RELATIONSHIP

The Proponent must not disclose or promote any relationship between it and the City, including by means of any verbal declarations or announcements and by means of any sales, marketing or other literature, letters, client lists, press releases, brochures, web sites or other written materials (whether in print, digital, electronic or other format) without the express prior written consent of the City. The Proponent undertakes not to use the name, official emblem, mark, or logo of the City, including without limitation, “City of Vancouver”, “Vancouver Police Board”, “Vancouver Public Library”, “Vancouver Park Board”, “Vancouver Board of Parks and Recreation”, or any other reference to any of the foregoing, without the express prior written consent of the City.

June 2015 Page C-7

Page 29: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART C – PROPOSAL FORM

11 GENERAL

(a) All of the terms of this Appendix 1 to this Proposal Form which by their nature require performance or fulfillment following the conclusion of the proposal process will survive the conclusion of such process and will remain legally enforceable by and against the Proponent and the City.

(b) The legal invalidity or unenforceability of any provision of this Appendix 1 will not affect the validity or enforceability of any other provision of this Appendix 1, which will remain in full force and effect.

(c) The Proponent now assumes and agrees to bear all costs and expenses incurred by the Proponent in preparing its Proposal and participating in the RFP process.

(d) The Proponent consents to the City contacting any references named by the Proponent in the Proposal.

AS EVIDENCE OF THE PROPONENT’S INTENT TO BE LEGALLY BOUND BY THIS APPENDIX 1, THE PROPONENT HAS EXECUTED AND DELIVERED THIS APPENDIX 1 AS AN INTEGRAL PART OF ITS PROPOSAL FORM IN THE MANNER AND SPACE SET OUT BELOW: Signature of Authorized Signatory for the Proponent Date Name and Title Signature of Authorized Signatory for the Proponent Date

June 2015 Page C-8

Page 30: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

SUPPLY AGREEMENT

BETWEEN:

<SUPPLIER NAME> AND:

CITY OF VANCOUVER

RELATING TO PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

DATED [INSERT]

#125589v3 Revised by Law (SSD) May 2014

Page 31: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

SUPPLY AGREEMENT

THIS AGREEMENT is made as of <>

BETWEEN:

<SUPPLIER NAME>, a <corporation> organized under the laws of <> and having an office at <>

(hereinafter referred to as the “Supplier”)

AND:

CITY OF VANCOUVER, a municipal corporation continued under the Vancouver Charter (British Columbia) and having an office at 453 West 12th Avenue, Vancouver, British Columbia, V5Y 1V4

(hereinafter referred to as the “City”)

WHEREAS the Supplier is in the business of <>;

AND WHEREAS the City wishes to procure <> from the Supplier upon and subject to the terms and conditions hereinafter set forth,

NOW THEREFORE, in consideration of the premises and the covenants herein contained, the parties hereto agree as set forth herein.

Page D-1

Page 32: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

ARTICLE 1 INTERPRETATION

1.1 Definitions

In this Agreement, unless something in the subject matter or context is inconsistent therewith:

(a) “Agreement” means this agreement, including the schedules hereto, and all amendments made hereto or thereto by written agreement between the Supplier and the City;

(b) “Background IP” has the meaning ascribed thereto in Section 14.4;

(c) “Business Day” means a day on which banks are open for business in Vancouver, British Columbia, except a Saturday, Sunday or statutory holiday;

(d) “Change in Control” means an occurrence whereby a person (or persons acting in concert) acquires control of the relevant entity;

(e) “City Policies” means any or all (as the context requires) of those procedures, standards and/or standard specifications, requirements, policies and the like listed in Schedule F or notified to the Supplier from time to time, as the same may be updated, modified, expanded, revised, supplemented and/or replaced from time to time by the City (as notified to the Supplier);

(f) “City’s Manager” means a manager who at the relevant time carries such designation from the City under, or in accordance with, ARTICLE 5;

(g) “Competent Authority” means:

(i) any multinational, federal, provincial, state, regional, municipal, local or other government or governmental body and any ministry, department, division, bureau, agent, agency, commission, board or authority of any government or governmental body, domestic or foreign;

(ii) any domestic, foreign or international judicial, quasi-judicial or administrative court, tribunal, commission, board, panel, arbitrator or arbitral body acting under the authority of any of the foregoing; or

(iii) any quasi-governmental or private body exercising any statutory, regulatory, expropriation or taxing authority under the authority of any of the foregoing;

(h) “Confidential Information” means all or any confidential information (however recorded or preserved) disclosed before, on or after the date of this Agreement by either Party or any of its Representatives to the other Party or its Representatives in connection with this Agreement, concerning:

(i) this Agreement; or

(ii) the affairs, operations, processes, know-how, suppliers, plans or intentions of the disclosing Party or of any member of the disclosing Party’s Group, including, without limitation, any information which is not generally known to the public or which has been specifically identified as confidential or proprietary by the disclosing Party,

Page D-2

Page 33: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

but does not include:

(iii) any information that is or becomes generally available to the public or to industry professionals (other than as a result of its disclosure by the receiving Party or its Representatives in breach of this Agreement);

(iv) any information that was available to the receiving Party on a non-confidential basis prior to disclosure by the disclosing Party;

(v) any information that was, is or becomes available to the receiving Party on a non-confidential basis from a person who, to the receiving Party’s knowledge, is not bound by a confidentiality agreement or other duty of confidentiality with or to the disclosing Party or a member of the disclosing Party’s Group or otherwise prohibited from disclosing the information to the receiving Party;

(vi) any information that was known to the receiving Party before the information was disclosed to it by the disclosing Party or its Representatives and was not subject to a confidentiality agreement or other duty of confidentiality (including any obligation under this Agreement) with or to the disclosing Party or a member of the disclosing Party’s Group;

(vii) any information that the Parties agree in writing is not confidential or may be disclosed; and

(viii) any information unrelated to this Agreement that is developed by or for the receiving Party independently of and without reference to the information disclosed by the disclosing Party;

(i) “Consent” means an approval, clearance, registration, franchise, right, privilege, certification, quota, consent, permit, licence, qualification, filing, exemption, certificate or permission and any such other matter or authorization whatsoever, including any condition thereof, that is lawfully and necessarily required under any Law or from any Competent Authority in connection with the Supply or the Site;

(j) “Contract Price” means the amounts payable (subject to and in accordance with the terms of this Agreement) by the City to the Supplier in return for the proper performance by the Supplier of its obligations under this Agreement, as detailed in Schedule B;

(k) “Defect” means any part of the Supply (or omission therefrom) which is defective, deficient or incomplete or does not otherwise comply with the requirements of this Agreement;

(l) “Delivery” means the completion of delivery of goods or products ordered in a particular purchase order, in accordance therewith and herewith;

(m) “Delivery Date” has the meaning ascribed to such term in Section 3.6(a);

(n) “Delivery Location” has the meaning ascribed to such term in Section 3.6(a);

(o) “Documentation” means calculations, computer programs and other software, drawings, designs, plans, manuals, records, reports, documents, papers, photos, typographical arrangements, models, contract documents, deliverables, agreements, tender/enquiry documents, and all other materials in whatever form, including but not limited to tangible copies and electronic forms, supplied either by or on behalf of the

Page D-3

Page 34: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

Supplier or generated collaboratively by the Parties in the course of the provision of the Supply under this Agreement;

(p) “Effective Date” has the meaning ascribed to such term in Section 2.1;

(q) “Encumbrance” means any mortgage, charge, pledge, hypothecation, security interest, assignment, lien or claim of lien (statutory or otherwise), easement, deemed or statutory trust, restrictive covenant, adverse claim, exception, reservation, right of occupation, any matter capable of registration against title, right of pre-emption, privilege or other encumbrance or third party right of any nature or any other arrangement or condition that, in substance, secures payment or performance of an obligation;

(r) “Environmental Law” means any Law which imposes any obligations relating to:

(i) the protection, management, conservation or restoration of the natural environment;

(ii) reporting, licensing, permitting, investigating, remediating and cleaning up in connection with any presence or Release, or the threat of the same, of Hazardous Substances; and

(iii) the manufacture, processing, distribution, use, treatment, storage, disposal, transport, handling and the like of Hazardous Substances, including those pertaining to occupational health and safety.

(s) “Force Majeure” means, exhaustively, any:

(i) war, hostilities (whether war is declared or not), invasion, act of foreign enemies;

(ii) rebellion, terrorism (or threat of terrorism), revolution, insurrection, military or usurped power or civil war;

(iii) riot, civil commotion or disorder, strike or lockout by persons other than the Supplier’s personnel and other employees, Subcontractors or any other person for whom the Supplier is responsible;

(iv) natural catastrophe such as an earthquake, forest fire, landslide or flood; or

(v) change in Law or action by a Competent Authority, which makes it illegal or impossible for either Party to perform its obligations under this Agreement;

(t) “Good Industry Practice” means, in relation to the Supply or the performance of any other obligation under this Agreement, the practices, and the application of the skill, care, diligence, prudence and foresight, which would reasonably and ordinarily be expected from a skilled and experienced international contractor carrying out or procuring equivalent services of similar type, scope and value, in the same or similar location and in similar circumstances to those pertaining to the Supplier;

(u) “Group” means:

(i) in respect of the Supplier, the group constituted from time to time by:

(A) the Supplier;

Page D-4

Page 35: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(B) all persons that directly or indirectly control or are controlled by the Supplier; and

(C) all persons that are directly or indirectly controlled by any person that directly or indirectly controls the Supplier; and

(ii) in respect of the City, the group constituted from time to time by:

(A) the City; and

(B) all bodies corporate directly or indirectly controlled by the City.

(v) “Hazardous Substance” means any substance or material that is prohibited, controlled or regulated by any Competent Authority pursuant to any Environmental Law including pollutants, contaminants, dangerous goods or substances, toxic or hazardous substances or materials, wastes (including solid non-hazardous wastes and subject wastes), petroleum and its derivatives and by-products and other hydrocarbons, all as defined in or pursuant to any Environmental Law;

(w) “Intellectual Property Rights” means any and all current and future proprietary rights provided under patent law, copyright law, design patent or industrial design law, or any other applicable statutory provision or common law principle, including trade secret law, that may provide a right in ideas, formulae, algorithms, concepts, inventions, know-how, computer software, database or design, or the expression or use thereof, whether registered or unregistered, together with any right to apply for or register any of the foregoing;

(x) “Key Project Personnel” means the persons named in Schedule G (Key Project Personnel) and any replacement(s) approved by the City in accordance with ARTICLE 7;

(y) “Laws” means all laws, statutes, codes, ordinances, decrees, rules, regulations, by-laws, judicial or arbitral or administrative or ministerial or departmental or regulatory judgments, orders, decisions, rulings, determinations or awards of any Competent Authority whether or not having the force of law and any legal requirements or bases of liability under the common law or civil law, including all such Laws relating to Taxes, the environment, human health or safety, pollution and other environmental degradation, and hazardous materials , which affect or are otherwise applicable to the Supply, the Supplier, the Site or any other lands affected by the Supply;

(z) “Letter Agreement” means an agreement in the form of Schedule I.

(aa) “OHS Requirements” means all Laws applicable to the Supply and related to occupational health or safety, and all of the City Policies that relate to occupational health or safety, and includes without limitation the WCA;

(bb) “Other City Entity” means each of: the Vancouver Public Library Board, the Vancouver Police Board, the Vancouver Art Gallery Association and the Parking Corporation of Vancouver

(cc) “Parties” means the City and the Supplier and “Party” means one of them or either of them, as the context requires;

(dd) “Permitted Purpose” has the meaning ascribed thereto in Section 15.3;

(ee) “Preferred Supplier” means a person named in Schedule E;

Page D-5

Page 36: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(ff) “Proposal” means the Supplier’s proposal dated <>, submitted by the Supplier to the City in response to the RFP;

(gg) “Release” means any release or discharge of any Hazardous Substance including any discharge, spray, injection, inoculation, abandonment, deposit, spillage, leakage, seepage, pouring, emission, emptying, throwing, dumping, placing, exhausting, escape, leach, migration, dispersal, dispensing or disposal;

(hh) “Representative” means a Group member of a Party, or an official, officer, employee, agent, subcontractor or other representative of a Party or any member of its Group, or any other person for whom the Party is responsible;

(ii) “RFP” means the City’s Request for Proposal number PS20150797;

(jj) “Safety Incident” means:

(i) a failure by the Supplier or any Subcontractor to comply with any OHS Requirements; or

(ii) any hazard, incident or accident caused by the Supplier or a Subcontractor.

(kk) “Sales Tax” has the meaning ascribed to such term in Section 16.1;

(ll) “Site” means a City building or other City worksite at which any part of the Supply shall be performed, which Sites are expected to include those listed in Schedule H.

(mm) “Subcontractor” means any person named in a schedule to this Agreement as a subcontractor, or any other person appointed by the Supplier, in accordance with this Agreement, to perform any part of the Supply;

(nn) “Supplier’s Manager” means a manager who at the relevant time carries such designation from the Supplier under, or in accordance with, ARTICLE 5;

(oo) “Supply” means the provision of the goods, services and works described in Schedule A (or, as the context requires, the particular such goods, services or works provided or to be provided by the Supplier to the City at a particular time or times and in the particular combinations and quantities directed by the City in accordance herewith), and any other services to be provided by the Supplier pursuant to this Agreement;

(pp) “Taxes” means all taxes, duties, imposts, levies, assessments, tariffs and other charges imposed, assessed or collected by a Competent Authority, including:

(i) any gross income, net income, gross receipts, business, royalty, capital, capital gains, goods and services, harmonized sales, value added, severance, stamp, franchise, occupation, premium, capital stock, sales and use, real property, land transfer, personal property, ad valorem, transfer, licence, import, customs, profits, windfall profits, environmental, carbon, emissions, pollution, payroll, employment, employer health, pension plan, anti-dumping, countervailing, or excise tax, duty, import, levy, assessment, tariff or other charge;

(ii) all withholdings on amounts paid to or by the relevant person;

Page D-6

Page 37: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(iii) all statutory remittances, employment insurance premiums and social security or pension plan contributions or premiums and Canada pension plan contributions;

(iv) any fine, penalty, interest or addition to tax;

(v) any tax imposed, assessed, or collected or payable pursuant to any tax-sharing agreement or any other contract relating to the sharing or payment of any such tax, levy, assessment, tariff, duty, deficiency or fee; and

(vi) any liability for any of the foregoing as a transferee, successor, guarantor, or by contract or by operation of law;

(qq) “Time(s) for Completion” means the time(s) stated in Schedule D by which the Supply or any particular Supply or part thereof must be completed, as such time(s) may be adjusted (including in relation to a particular instance of Supply), strictly in accordance with this Agreement;

(rr) “Variation” has the meaning ascribed to such term in Section 3.11(a);

(ss) “WCA” means the Workers Compensation Act (British Columbia) and the regulations thereunder.

1.2 Headings

This division of this Agreement into articles and sections and the insertion of headings are for convenience of reference only and do not affect the construction or interpretation of this Agreement. The terms “hereof”, “hereunder” and similar expressions refer to this Agreement, including its schedules, and not to any particular article, section or other portion hereof. Unless something in the subject matter or context is inconsistent therewith, references herein to articles, sections and schedules are to articles, sections and schedules of this Agreement.

1.3 Extended Meanings

In this Agreement:

(a) words importing the singular include the plural and vice versa, words importing a gender include all genders and words importing persons include individuals, partnerships, associations, trusts, unincorporated organizations and corporations, except where the context requires otherwise;

(b) any provision calling for “agreement” requires the relevant agreement to be recorded in writing and signed by both Parties;

(c) the words “include”, “includes”, “including” and “included” shall be construed without implying limitation by the words which follow those words and without prejudice to the generality of the provisions to which such words relate, unless inconsistent with the context, and the rule of interpretation known as ejusdem generis shall not apply;

(d) each reference to a specific statute, regulation, law or any subordinate instrument or statutory or regulatory provision shall be construed as including any legal or regulatory provision which subsequently amends or replaces the same, and shall include any and all subordinate instruments, orders, rules, regulations and bylaws made thereunder or guidelines issued in respect thereof;

Page D-7

Page 38: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(e) each reference to a writing means a writing that is hand-written, type-written, printed or electronically made, and which results in a permanent un-editable record; and

(f) “control” when used to describe a relationship between one person and any other person, has the following meanings:

(i) a person controls a body corporate if securities of the body corporate to which are attached more than 50% of the votes that may be cast to elect directors of the body corporate are beneficially owned by the person and the votes attached to those securities are sufficient, if exercised, to elect a majority of the directors of the body corporate;

(ii) a person controls an unincorporated entity, other than a limited partnership, if more than 50% of the ownership interests, however designated, into which the entity is divided are beneficially owned by that person and the person is able to direct the business and affairs of the entity;

(iii) the general partner of a limited partnership controls the limited partnership; and

(iv) a person who controls an entity is deemed to control any entity that is controlled, or deemed to be controlled, by the entity.

1.4 Schedules

The following are the schedules hereto, each of which is deemed to be part hereof:

Schedule A Scope of Goods and Services Schedule B Prices for Supply Schedule C Items to be provided by the City Schedule D Time Schedule for Supply Schedule E Preferred Suppliers Schedule F City Policies Schedule G Key Project Personnel Schedule H Site Schedule I Form of Letter Agreement

ARTICLE 2 EFFECTIVENESS

2.1 Effective Date

This Agreement shall come into full force and effect on the date hereof (the “Effective Date”).

2.2 Term

(a) Unless earlier terminated pursuant to ARTICLE 12 and subject to the below Section Error! Reference source not found., this Agreement shall terminate on the 5th anniversary of the Effective Date or on such later date as the Parties may agree in writing.

(b) Subject to termination pursuant to ARTICLE 12, but notwithstanding Section 2.2(a), the term of this Agreement may be extended for up two successive one-year periods

Page D-8

Page 39: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

following the 5th anniversary of the Effective Date, at the option of the City, upon written notice from the City to the Supplier.

ARTICLE 3 SUPPLY; GENERAL TERMS

3.1 Supply

(a) During the term of effectiveness of this Agreement, the Supplier shall provide the Supply to the City at the Sites directed by the City, at the times and in the quantities directed by the City, and otherwise in accordance with the directions of the City and in conformity with this Agreement.

(b) Notwithstanding any other provision hereof, any goods, services or works described in Schedule A shall be provided to the City only upon receipt by the Supplier of a purchase order from the City or another instruction given by the City pursuant to Section 5.1 relating to such Supply.

(c) The Supplier shall maintain at all times sufficient business capacity and inventories of the supplies necessary for the provision of the Supply, to meet the business plans and requirements of the City.

(d) In connection with the Supply, the Supplier shall provide to the City, without additional compensation, all services, conveniences, materials or features proposed in the Proposal that are not otherwise expressly provided for herein, as well as all other ancillary materials or services that are not expressly mentioned either herein or in the Proposal, but are reasonably inferable from the descriptions of the Supply herein or from the descriptions of proposed services, conveniences, materials or features in the Proposal.

3.2 Application to Prior Acts

Insofar as the Supplier has commenced any part of the Supply prior to the Effective Date, such services shall, as of the Effective Date, be deemed to be performed under and subject to the terms of this Agreement, unless otherwise expressly agreed between the Supplier and the City.

3.3 Sufficiency and Competence of Personnel

(a) The Supplier shall have and maintain at all times and in accordance with all applicable Laws, sufficient numbers of fit, skilled, qualified and experienced personnel to carry out the provision of the Supply within the times and in the manner required by the City.

(b) The Supplier warrants that it has (and its Subcontractors, if any, have) the experience, competence, certifications, qualifications and capacity necessary for the Supply.

3.4 Standards and Requirements

The Supplier shall (and shall procure that its Subcontractors) provide the Supply and perform all other obligations under this Agreement in an expeditious manner and at all times in accordance with:

(a) all applicable Laws and Consents;

Page D-9

Page 40: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(b) the specific requirements of Schedule A (Scope of Goods and Services) and Schedule D (Time Schedule for Supply), and the instructions of the City;

(c) the City Policies; and

(d) where no higher standard is expressly required of the Supplier under this Agreement, Good Industry Practice,

and the Supplier shall comply with the standards and requirements in Sections 3.4(a)to 3.4(d) in the order of priority in which such standards or requirements are listed (with Section 3.4(a) being of highest priority).

3.5 Consents

The Supplier shall, at the Supplier’s sole expense, obtain, maintain and comply with all Consents required by Law to enable it to perform its obligations under this Agreement, except to the extent otherwise expressly stated in the schedules hereto.

3.6 Goods Orders

(a) Notwithstanding any other provision hereof, the City shall not order any goods or materials hereunder except pursuant to a written purchase order, which must:

(i) be given in writing;

(ii) refer to this Agreement;

(iii) specify the goods and materials ordered; and

(iv) specify a date pre-agreed upon by the Supplier and the City by which the goods and materials ordered pursuant to the purchase order are to be delivered (the “Delivery Date”), and the location or address to which they are to be delivered (the “Delivery Location”), provided that the Delivery Location for each order must be a Site.

3.7 Delivery Requirements

(b) The Supplier shall pack, transport and supply all goods and materials forming part of the Supply in accordance with all:

(i) manufacturer recommendations and requirements;

(ii) generally accepted industry standards and practices; and

(iii) applicable Laws.

(c) The Supplier shall ensure that all goods and materials are properly packed and secured in such manner as to enable them to reach their destination in good condition.

(d) The Supplier shall deliver all goods or materials ordered by the City hereunder to the applicable Delivery Location by the applicable Delivery Date.

(e) Delivery of the goods or materials specified in a purchase order shall be complete only upon the completion of their unloading at the Delivery Location and their installation by the Supplier to the satisfaction of the City.

Page D-10

Page 41: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(f) Each shipment of goods or materials shall be accompanied by a delivery document from the Supplier showing the purchase order number, the date of the purchase order, the type and quantity of goods or materials included in the shipment, and, in the case of an order being delivered by instalments, the outstanding balance of goods or materials remaining to be delivered.

(g) If the Supplier requires the City to return any shipping containers, or other packaging or shipping materials, to the Supplier, that fact must be clearly stated on the delivery document accompanying the relevant goods or materials, and any such return shall be at the Supplier’s expense.

(h) In respect of any goods or materials that originate outside Canada, the Supplier shall be responsible for all customs and import Taxes, costs, expenses, administrative duties and formalities.

3.8 Rejection of Defective goods or materials

(a) The Supplier shall test all goods and materials prior to their delivery to the City to confirm they function correctly, and as intended, except for goods and materials that are delivered directly to the City and are not configured by the Supplier.

(b) If any goods or materials delivered to the City do not comply with Schedule A or the Proposal, or are otherwise not in conformity with the terms of this Agreement, then, without limiting any other right or remedy that the City may have, the City may at any time reject those goods or materials and:

(i) require the Supplier to remove the rejected goods or materials from any facility or work site of the City at the Supplier’s risk and expense within ten Business Days of being requested to do so;

(ii) require the Supplier to repair or replace the rejected goods or materials at the Supplier’s risk and expense within 20 Business Days of being requested to do so; and

(iii) claim damages for any costs, expenses or losses resulting from the Supplier's delivery of goods or materials that are not in conformity with the terms of this Agreement.

(c) The City’s rights and remedies under this Section 3.8 are in addition to the rights and remedies available to it under other sections of this Agreement and applicable Laws.

(d) The terms of this Agreement shall apply to any repaired or replacement goods or materials supplied by the Supplier pursuant to Sections 3.8 or 3.9.

3.9 Warranties

(a) The Supplier warrants that the Supply shall be performed in accordance with this Agreement and to the best practice standards of diligence, skill, care and efficiency expected of a competent contractor performing work of a similar nature to the Supply.

(i) All goods or materials provided under the Agreement as part of the Supply shall be new and fully warranted for a period of <> year[s] from the time of delivery to the City, against defects in design, manufacturing, materials, workmanship and performance, and the Supplier affirms and covenants that such warranty is, and shall be, provided by

Page D-11

Page 42: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

the Supplier if and to the extent it is not fully and effectively provided to the City by third-party manufacturers or suppliers of the goods or materials.

(b) All goods, works and materials provided under the Agreement as part of the Supply shall be non-defective and fit for their intended purposes and shall function safely in all respects.

(c) All costs associated with warranty replacements or repairs shall be the responsibility of the Supplier, including repair, adjustment, and shipping costs, and replacements of goods or materials.

(d) If requested by the City, the Supplier shall handle and manage any claim on a manufacturer warranty for any defect in goods or materials provided as part of the Supply.

(e) The Supplier shall deliver to the City all such documentation as the City may require to evidence any warranty required by this Section 3.9 or to evidence the Supplier’s compliance with this Section 3.9, and the Supplier shall assign all warranties, and do all other things necessary, to ensure that the City receives the full benefit of each warranty or other covenant set forth in this Section 3.9.

3.10 Relationship Between the Parties

(a) The Supplier in its provision of the Supply and its performance of its obligations under this Agreement shall at all times act as an independent contractor on its own account and shall have no authority to act as the City’s agent unless expressly empowered to do so by the City. This Agreement shall not be deemed to create any relationship of partnership, agency, joint enterprise or other like relationship between the Parties, and the Supplier shall be solely responsible for all employment-related obligations in connection with its employees, its other Representatives and its Subcontractors and their employees.

(b) The City intends to use the Supplier as a preferred supplier of the goods, services and works described in Schedule A; however the City is not bound to treat the Supplier as its exclusive supplier of any goods or services.

3.11 Variations Requested by the City

(a) Any instruction given by the City which constitutes or gives rise to a variation from the scope of the Supply expressed in Schedule A (Scope of Goods and Services) or a time expressed in Schedule D (Time Schedule for Supply), shall constitute a “Variation” and shall be governed by and subject to this Section 3.11.

(b) During the term of this Agreement, the City may at any time effect a Variation by notice in writing to the Supplier, and the Supplier shall not be entitled to refuse to implement any Variation unless the carrying out of such Variation would contravene any Law (in which case the Supplier shall promptly give notice to the City).

(c) If the Supplier is of the opinion that a Variation justifies an increase to the Contract Price or a change to any of the Time(s) for Completion, the Supplier must, as a condition to being entitled to any such increase to the Contract Price or change to the Time(s) for Completion, no later than 10 Business Days after the City gives notice of the Variation, submit a claim to the City which sets out the Supplier’s assessment of the impact the Variation should have on the Contract Price due for such Supply and on the Time(s) for Completion for such Supply, and thereafter:

Page D-12

Page 43: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(i) the City shall consider that claim as soon as possible and may request the Supplier to supply such further evidence as is reasonably required to confirm the details of such claim (and, as soon as practicable after such further evidence is available to it, the Supplier shall provide it to the City); and

(ii) within ten Business Days after the receipt of all the information requested by the City, the Supplier and the City shall meet in order to agree any variations to the Contract Price for such Supply or the Time(s) for Completion for such Supply, which such agreement must be evidenced in writing.

(d) If no agreement is reached under 3.11(c)(ii) within 20 Business Days of the Parties’ first meeting (or such other period as the Parties may agree), the Parties may then refer the matter for arbitration in accordance with ARTICLE 17.

(e) Notwithstanding the foregoing, the City shall be entitled to replace, revise, expand or modify the City Policies at any time upon notice to the Supplier, and no such change shall be considered to be a Variation.

3.12 Tests; Defects and Acceptance

(a) When, in the Supplier’s judgement, any part of the Supply is complete in accordance herewith, the Supplier shall give written notice to that effect to the City. Thereafter, the City shall reasonably promptly perform such practical tests of the Supply as the City reasonably deems necessary, and the Supplier shall assist the City with all such tests, if and to the extent so requested by the City.

(b) If a Defect appears the testing described in the foregoing Section 3.12(a) reveals, in the judgement of the City, any Defects in the Supply, the City shall notify the Supplier accordingly.

(c) The Supplier shall remedy at its own cost and risk Defects in the Supply that the Supplier discovers or that are notified by the City, as soon as reasonably practicable following discovery or notification of such Defects, as the case may be.

(d) If the Supplier fails to remedy any Defect in the Supply within a reasonable time, a date may be fixed by the City on or by which the Defect is to be remedied. The Supplier shall be given reasonable notice of this date.

(e) If the Supplier fails, without reasonable excuse, to remedy any Defect in the Supply by this notified date, the City may (at its option) elect to carry out the work itself or by others and shall be entitled to recover from the Supplier all direct, proper and reasonable costs of so doing (as a debt due on demand). The City’s exercise of its election under this Section 3.12(e) shall in no event absolve the Supplier of its responsibility for remediation of other Defects or otherwise constitute a waiver by the City of its rights and remedies in relation to other Defects, nor shall it preclude or restrict the further exercise of such rights or remedies.

3.13 Title and Risk

(a) The Supplier warrants that title in each good, work or improvement supplied by the Supplier hereunder, when it passes to the City hereunder, shall be free and clear of Encumbrances.

(b) Title to any good, work or improvement supplied by the Supplier hereunder shall pass to the City upon the earlier of:

Page D-13

Page 44: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(i) payment therefor by the City;

(ii) its delivery to the Delivery Point; and

(iii) its incorporation into a good or work supplied by the Supplier.

(c) The risk in goods, products or materials delivered to the City hereunder shall pass to the City on Delivery.

(d) The Supplier shall deliver to the City any documentation, including a bill of sale, which the City may reasonably require to evidence the transfer of title in and to goods to the City, free and clear of all Encumbrances.

(e) The Supplier must not enter any contract that reserves ownership of goods or materials supplied by the Supplier hereunder in favour of any third party and, at the request of the City, the Supplier must provide evidence that no such contract has been entered into.

(f) Notwithstanding the foregoing provisions of this Section 3.13, the Supplier is responsible for the care of, and bears all of the risk of loss or damage to, each good, work or improvements supplied hereunder and each material used in connection with the Supply, until the completion of the relevant Supply to the satisfaction of the City.

ARTICLE 4 PREFERRED SUPPLIERS

4.1 Procurement of Supplies

If so required as part of the Supply specified in Schedule A (Scope of Goods and Services), the Supplier shall procure, in the name of and on behalf of the City:

(a) those materials and/or services specified in Schedule E (Preferred Suppliers) (if any) as being required to be procured from a particular Preferred Supplier from such Preferred Supplier; and

(b) where no particular materials and/or services are specified in Schedule E (Preferred Suppliers) as being required to be procured from a particular Preferred Supplier, materials or services that are in any event required for purposes of the Supply in accordance with Good Industry Practice.

Such procurement shall be in accordance with the City Policies (if and insofar as applicable) and otherwise the provisions of this Agreement.

4.2 Information Concerning Alternative Suppliers

Exercising Good Industry Practice, the Supplier shall use all reasonable endeavours to submit to the City details of alternatives to each Preferred Supplier where:

(a) it would be more economical to purchase the relevant materials or services from an alternative supplier; or

(b) a better quality of materials or services may be obtained from an alternative supplier; or

Page D-14

Page 45: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(c) it would be more beneficial to the City to procure such materials or services from an alternative supplier.

4.3 Use of Alternative Suppliers

If the Supplier needs to procure any materials or services for which a Preferred Supplier is specified in Schedule E (Preferred Suppliers) and the Supplier wishes to procure such materials or services from an alternative supplier, the Supplier shall provide written notification to the City within a reasonable time so as not to delay the Time(s) for Completion. Such notice shall be in the form acceptable to the City and shall contain, as a minimum, the following information:

(a) the relevant materials or services to be procured;

(b) the name of the Preferred Supplier;

(c) the name of the alternative supplier;

(d) corporate, financial, technical, insurance and commercial information concerning the alternative supplier that is reasonably adequate to permit the City to evaluate the alternative supplier; and

(e) the Supplier’s reason(s) for recommending that such materials or services be procured from the alternative source (supported by evidence).

The City shall provide its acceptance or rejection of such recommendation within a reasonable period so as not to delay the Time(s) for Completion. The City’s decision shall be at its absolute discretion and shall be final and binding on the Parties.

ARTICLE 5 CONTRACT MANAGERS

5.1 City’s Managers

(a) The City hereby designates each of <> and <> as a “City’s Manager.” Each City’s Manager, including any additional City’s Managers designated by the City in accordance herewith, has, for so long as he or she remains a City’s Manager, full authority to act on behalf of the City in relation to all matters arising under this Agreement.

(b) Any instruction from the City to the Supplier pursuant to this Agreement shall be issued through an executive officer of the City or through a City’s Manager and shall only be effective if in writing or confirmed in writing within seven days of oral instruction. Failure to comply with this Section 5.1 shall render any purported City’s instruction invalid. However, this restriction does not apply to any instruction issued in an emergency situation or which relates to a threat or potential threat to the life, health or safety of any individual.

(c) Notwithstanding the foregoing, each City’s Manager may, in writing, delegate his or her authority hereunder to others.

5.2 Supplier’s Managers

(a) The Supplier hereby designates each of <> and <> as a “Supplier’s Manager.” Each Supplier’s Manager, including any additional Supplier’s Managers designated by the Supplier in accordance herewith, has, for so long as he or she remains a Supplier’s Manager, full authority to act on behalf of the Supplier in relation to all matters arising

Page D-15

Page 46: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

under this Agreement, and any instruction given by the City (through an executive officer or City’s Manager) to either of them shall be deemed to be valid and effective, if given as stated in Section 5.1(b).

(b) Each Supplier’s manager may, in writing, delegate his or her authority hereunder to others, upon the written agreement of the City.

5.3 Designation of New Managers

The City may designate new City’s Managers, or remove that designation from any individual, and the Supplier may designate new Supplier’s Managers, or remove that designation from any individual, from time to time, each at its own discretion, through notice to the other Party. In the case of the Supplier, any such designation or removal must be in writing to the City.

ARTICLE 6 SUPPLIERS’ WARRANTIES AND COVENANTS

6.1 General Representations and Warranties

The Supplier represents and warrants that:

(a) the Supplier has the full right, power, and authority to enter into this Agreement and to perform the Supply;

(b) the Supplier is a <> duly organized, validly existing and in good standing under the laws of <> and is lawfully authorized to do business in the Province of British Columbia;

(c) the Supplier is not a party to or bound by any agreement (written or oral), indenture, instrument, licence, permit or understanding or other obligation or restriction under the terms of which the execution, delivery or performance of this Agreement does or shall constitute or result in a violation or breach;

(d) the Supplier has a valid City of Vancouver business license;

(e) all statements made by the Supplier in its Proposal are true and accurate;

(f) the Supplier is fully experienced in the design and management of projects or works of a similar scope, purpose, complexity, size and technical sophistication as the Supply;

(g) the Supplier possesses a level of skill and expertise commensurate with Good Industry Practice, which it shall utilize in the performance of its obligations under this Agreement;

(h) the Supplier understands that the City is relying upon the skill, judgment and expertise of the Supplier and its Subcontractors (if any) in the carrying out of the Supply and the co-ordination and planning thereof;

(i) the Supplier’s and any Subcontractors’ employees are accredited to carry out the relevant portions of the Supply to the extent required by applicable Laws and all of them are appropriately skilled, competent and experienced and possess relevant qualifications having regard to the nature and extent of the Supply and the Sites;

Page D-16

Page 47: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

6.2 General Health and Safety-Related Acknowledgements and Covenants

The Supplier shall:

(a) in the provision of the Supply, comply at all times with the OHS Requirements and take all reasonably necessary steps to ensure similar compliance from its Representatives and its Subcontractors, if any;

(b) if the Supply involves any type of manual labour, prior to their attendance at any Site, deliver to each of its Representatives and each of its Subcontractors, if any, and to their employees, if applicable, copies of the OHS Requirements relevant to the Site;

(c) at all times take all reasonable precautions to maintain the health and safety of workers;

(d) be at all times registered and in good standing with the relevant workers’ compensation insurance Competent Authorities, and provide to the City copies of any notices, correspondence or directions issued by any government or Competent Authority relating to workplace-related employment, human rights, labour, immigration policy, health, safety or environmental matters within 24 hours of the Supplier’s receipt of such notice, correspondence or direction;

(e) appoint a qualified health and safety coordinator to ensure coordination of health and safety activities in the provision of the Supply;

(f) report (with full details) any accident, injury, illness or other incident relating to workplace health and safety or the environment to the City as soon as reasonably practicable, investigate the accident, injury, illness or other incident reasonably thoroughly (and in any event in accordance with any applicable OHS Requirements) and promptly report to the City the results of each such investigation;

(g) maintain such records and make such reports concerning health, safety and welfare of persons, and damage to property, or the natural, physical or biological environment, as the City may reasonably require; and

6.3 Covenants Regarding Violations of Health and Safety Requirements

Without prejudice to any remedies available to the City hereunder, if any Subcontractor or person employed or engaged by the Supplier (or by a Subcontractor) violates any OHS Requirement, the Supplier shall:

(a) ensure that the violation is promptly resolved;

(b) ensure the violation is promptly and appropriately reported to the City and to the applicable competent authorities (if and to the extent required by the OHS Requirements);

(c) promptly take all reasonable steps necessary to avoid recurrence of the violation;

(d) communicate to the City its plan to avoid recurrence of the violation; and

(e) without prejudice to the foregoing Section 6.3(c), promptly remove any person responsible for the violation from the provision of the Supply if reasonable to do so or if requested to do so by the City.

Page D-17

Page 48: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

6.4 Covenants Regarding the Environment

(a) The Supplier shall:

(i) at all times, be conscious of the importance of the protection of the natural, physical and biological environment at and in the vicinity of the Sites;

(ii) conduct, and cause its Representatives to conduct, their respective activities that relate to the Supply in a manner that shall have the least possible adverse effect on the natural environment and in compliance with all Environmental Laws and Consents, all at the Supplier’s expense;

(iii) perform the Supply with the least degree of environmental degradation during and as a result of such performance; and

(iv) without restricting the generality or application of any other provisions of this Agreement, comply, and cause its Representatives to comply, with all applicable Laws and Consents and with all plans and instructions contained in this Agreement or issued in writing by the City concerning the existence, Release, removal, handling, transport, storage, disposal and treatment of any Hazardous Substances or other materials that are or may be hazardous to the life or health of any person or that endanger the environment or that are regulated by applicable Law.

(b) During the term of this Agreement, the Supplier shall not bring or store or permit to be used at any Site, any Hazardous Substances unless such Hazardous Substances are (i) reasonably required to carry out the Supply, and (ii) brought or stored or permitted to be used at any Site in compliance with all Laws (including Environmental Laws). The Supplier shall not Release nor permit the Release of any Hazardous Substances into the environment. The Supplier is solely responsible for all Hazardous Substances introduced to the Sites or the environment by the Supplier or its Representatives or Subcontractors, and the Supplier shall promptly and fully remediate, to the City’s satisfaction, any release of Hazardous Substances on or from any Site, or in the vicinity of any Site.

6.5 Further Covenants Regarding the Sites

The Supplier shall:

(a) at its sole cost, keep any portion of any Site used in connection with the Supply in a safe and tidy condition and to maintain and operate the Supplier’s equipment in a good, workmanlike and safe manner; and

(b) not to do anything at any Site which is or may become a nuisance, danger or disturbance to the City or to any other occupants or users of the Site or adjacent areas or to any works or structures or installations thereon.

6.6 Covenants Against Encumbrances

(a) The Supplier shall keep each Site and the goods included in the Supply, and each part thereof, free of all Encumbrances filed pursuant to any Law or otherwise in respect of any such work or materials. In any event, if any Encumbrance has been filed in relation to the Site or any improvement thereon, or in relation to any goods included in the Supply, the Supplier shall cause any such Encumbrance to be discharged within 30 days after the Encumbrance has come to the notice of the Supplier.

Page D-18

Page 49: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(b) The Supplier acknowledges and agrees that, in the event the Supplier fails to discharge any Encumbrance contemplated in Section 6.6(a) within 60 days of written notice of such Encumbrance being given by the City, in addition to any other right or remedy, the City may, but shall not be obligated to, discharge the Encumbrance by paying to the applicable Competent Authority, the amount claimed to be due or the amount due, together with a reasonable amount for costs and the amount paid by the City shall be paid by the Supplier to the City forthwith upon demand. In no case shall the City be required to investigate the validity of the Encumbrance prior to discharging the same in accordance with this Section 6.6(b).

6.7 Absence of Conflicts of Interest

(a) Neither the Supplier, nor any of its Representatives has given or shall give or offer to give to the City or any official, officer, employee or agent of the City any gratuity, reward, advantage or benefit of any kind as consideration for doing or forbearing to do, or for having done or forborne to do, any act in connection with this Agreement.

(b) To the best of the Supplier’s knowledge, the Supplier, its Subcontractors, and their respective directors, officers, employees and agents have no pecuniary interests or any other current or past interests or dealings, including with any officials, officers or employees of the City, that would cause any conflict of interest or be seen to cause a conflict of interest in respect of the Supply. Should such a conflict or perceived conflict arise during the term of this Agreement, the Supplier shall declare it immediately in writing to the City. The City may direct the Supplier to resolve any conflict or perceived conflict to the satisfaction of the City. The Supplier warrants that neither the Supplier nor any of its Subcontractors, or any of their respective directors, officers, employees or agents, has any predisposition, affinity or association with any third party which would impair or be seen to impair or qualify the Supplier’s provision of the Supply.

ARTICLE 7 PERSONNEL

7.1 Separate Personnel

(a) It is the intention of the Parties that any personnel utilized or supplied by the Supplier or any Subcontractor hereunder shall remain employees of the Supplier or Subcontractor, respectively, for the purposes of any applicable Law and no activity performed by such personnel shall be deemed to create or imply any employment or other like relationship between such personnel and the City. If contrary to this intention such personnel are treated as employees of the City for the purposes of any applicable Law, the Supplier shall indemnify the City against any loss, cost, expense, complaint, claim, levy, assessment, penalty or fine (including any Tax liability) resulting therefrom.

(b) Neither the City nor the Supplier shall, and the Supplier shall ensure that none of its Representatives or Subcontractors shall, induce any employee of the other, who may work in connection with the Supply, to leave his or her current employer, and neither of them shall, and the Supplier shall ensure that none of its Representatives or Subcontractors shall, employ or make an offer of employment to any such employee of the other during the term of this Agreement or the period of 365 days after the termination of this Agreement without the express prior approval in writing of the employee’s current employer.

Page D-19

Page 50: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(c) If any persons are brought by the Supplier into Canada for purposes of the Supply, the Supplier shall be responsible for all immigration matters, and for the expatriation and repatriation of such personnel, and the costs of the same shall be deemed included in the Contract Price.

7.2 Changes in Personnel

The City may request the removal or replacement of any personnel engaged by the Supplier or any Subcontractor in relation to any part of the Supply, provided that such request is made in writing stating the City’s detailed reasons. The Supplier shall comply with such request as soon as reasonably practicable and shall bear the cost of replacement where the City is of the opinion that the personnel in question are guilty of misconduct, do not have acceptable qualifications or are otherwise unable or unfit to perform satisfactorily and safely. If the City requests a replacement for a reason other than the immediately aforementioned reasons, the City shall reimburse the Supplier its reasonable properly incurred costs of replacement.

7.3 Key Project Personnel

(a) Where there are Key Project Personnel the Supplier shall:

(i) use best endeavours to retain Key Project Personnel for the duration of the provision of the Supply;

(ii) take reasonable steps to ensure that Key Project Personnel dedicate their time fully to the Supply (unless otherwise agreed or approved by the City in writing);

(iii) promptly inform the City should any of the Key Project Personnel leave, or give notice of an intention to leave the Supplier, and obtain a substitute or substitutes;

(iv) not reassign or allow the reassignment of the Key Project Personnel to other projects during the term of this Agreement without the City’s prior written consent (such consent not to be unreasonably withheld or delayed); and

(v) take all reasonable steps to ensure that the Key Project Personnel perform their roles and responsibilities in accordance with any organisational structure agreed in writing between the Parties.

(b) If:

(i) the Supplier wishes to reassign or to replace an individual designated as Key Project Personnel; or

(ii) an individual designated as Key Project Personnel gives notice of his or her intention to leave or is otherwise no longer able to perform the duties, including for reasons of illness, injury or personal hardship,

the Supplier shall provide a substitute with experience and qualifications equivalent or greater than the Key Project Personnel to be replaced, and shall provide documentation to the City to establish such experience and qualifications.

(c) Key Project Personnel who are reassigned to other work shall, to the extent possible, remain available to the project team until completion of the Supply.

Page D-20

Page 51: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(d) All the Supplier’s Key Project Personnel must be fluent in both spoken and written English, except as may be agreed to the contrary between the City and Supplier in relation to specific individuals or positions to be filled from time to time.

ARTICLE 8 REPORTING

8.1 Progress Reports

(a) Monthly progress reports shall be prepared by the Supplier and submitted to the City in a format reasonably acceptable to the City the format required by the schedules hereto, if any, or as otherwise required by the City, each within seven days after the last day of the month to which it relates.

(b) Each such report shall include (as a minimum):

(i) charts and detailed descriptions of progress in preparing Documentation and in otherwise delivering the Supply

(ii) copies of any quality assurance documents; and

(iii) comparisons of actual and planned progress, with details of any events or circumstances which may jeopardize any aspect of the Supply or the timing therefor.

8.2 Assistance regarding Reporting Requirements

The Supplier shall, and shall cause its Representatives to, provide the City with reasonable assistance and information which is necessary to enable the City to comply with any Law.

ARTICLE 9 PAYMENT; AUDITS

9.1 Payment to the Supplier

(a) Subject to ARTICLE 12 and Section 9.3, the City shall pay the Supplier for the Supply in accordance with Schedule B (Prices for Supply), following the receipt of invoices prepared and delivered in accordance with Section 9.2(b) and Section 9.3.

(b) Notwithstanding any other provision hereof, prior to making any payment under this Agreement, the City shall determine whether the Builders Lien Act (British Columbia) applies to this Agreement and, if so:

(i) payments made under this Agreement shall be subject to ten percent withholding, in the form of a lien holdback, to be held by the City in accordance with the provisions of the statute; and

(ii) the lien holdback shall be released by the City 56 days after the issuance of a certificate of completion in conformity with the Builders Lien Act (British Columbia)) in relation to the Supply if no liens then exist.

(c) If any lien claim based on the provisions of the Builders Lien Act (British Columbia) relating directly or indirectly to this Agreement exists at any time, the Supplier agrees

Page D-21

Page 52: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

to immediately take all steps and do all things necessary or required to remove, cancel and dismiss such lien and until such lien is removed, cancelled or dismissed (as appropriate, to the satisfaction of the City), or all further payments under this Agreement may be withheld by the City or, at the discretion of the City, amounts payable to the Supplier may be used by the City to obtain the removal, cancellation or dismissal of any such lien.

(d) Unless otherwise expressly stated in the schedules hereto, the Supplier shall pay any and all costs, including freight, marine and transit insurance, Taxes, and transportation and delivery charges on all equipment or things of whatsoever nature provided by the Supplier as required by it for the purposes of the Supply and any other incidental costs and all such costs shall be deemed to be included in the Contract Price.

(e) The Supplier shall be deemed to have satisfied itself as to the correctness and sufficiency of Schedule B (Prices for Supply) and to have obtained all information and to have taken into account all circumstances, risks and other contingencies that may affect the cost of performing the Supply (including any circumstances, risks or contingencies that a contractor exercising Good Industry Practice would typically expect to encounter) and any other obligation under this Agreement. The Supplier shall not be entitled to any additional compensation beyond the Contract Price (including without limitation for escalation in the prices of goods, materials and labour) except as otherwise expressly stated in this Agreement.

(f) Notwithstanding any other provisions of this Agreement, the Supplier shall not be entitled to payment for any Supply that has not been performed in compliance with the provisions of this Agreement.

9.2 Purchase Orders; Content of Invoices

(a) The City shall from time to time issue purchase orders to the Supplier in relation to the Supply. These shall not have the effect of amending or waiving the application of any provision of this Agreement.

(b) Each of the Supplier’s invoices shall set out, as a minimum (and in such form or format as required by the City):

(i) the number of the purchase order of the City relating to the particular Supply to which the invoice relates;

(ii) an itemized list of the amounts owing;

(iii) the time period to which the invoice relates;

(iv) a description of the portion of the Supply to which the invoice relates;

(v) the total amounts payable under the invoice;

(vi) all supporting documentation relating to disbursements; and

(vii) such other information as the City may require from time to time.

(c) Any terms or conditions proposed by the Supplier to govern the Supply that are contained in any invoice (or in any shipping document, packing list or similar document) are void and of no effect, notwithstanding any statement in such document

Page D-22

Page 53: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

concerning the means by which the City may accept or be deemed to accept such terms or conditions.

9.3 Procedure for Invoices

(a) The Supplier shall submit each of its invoices to the City, Attention: Accounts Payable, by email to [email protected], or to such other address as is specified in an applicable purchase order. The City shall thereafter pay the invoice within 30 days, provided the other requirements of this Agreement have been satisfied and subject to the other provisions hereof.

(b) The City shall not be liable for any interest on any invoice amount in respect of any period for any reason.

9.4 Currency of Payment

All currency amounts stated herein are denominated in, all invoices hereunder shall be stated in, and all payments hereunder shall be made in, Canadian dollars.

9.5 Contested Claims for Payment

If any item contained in an invoice submitted by the Supplier is contested by the City, the City shall give prompt notice thereof, together with reasons to the Supplier.

9.6 Audits

(a) The Supplier shall maintain up-to-date records and accounts which clearly document the provision of the Supply and shall make the same available to the City upon request. The City may request copies of all such records and accounts which shall be provided to the City by the Supplier (subject to reimbursement of the Supplier’s reasonable copying costs and any other direct costs and expenses, if any) at any time prior to the expiry of 365 days after completion of all of the Supply or earlier termination of this Agreement. For avoidance of doubt, any records and accounts provided by the Supplier in accordance with this Section 9.6(a) shall be deemed to be Confidential Information;

(b) Not later than three years after the completion of all of the Supply or earlier termination of this Agreement, the City can itself, on notice of not less than 14 days, require that a firm of accountants, surveyors or other auditors nominated by it audit any such records and accounts of the Supplier by attending during normal working hours at the office where the records are maintained. For avoidance of doubt, any records and accounts or other documents provided by the Supplier in accordance with this Section 9.6(b) shall be provided only subject to the accountants, surveyors or other auditors, and each of them, being subject to and agreeing to meet such of the Supplier’s reasonable requirements as to confidentiality as the Supplier deems (at its sole discretion) to be appropriate in the circumstances; and

(c) Any overpayments by the City discovered during the course of any such audit pursuant to Section 9.6(b)shall be payable by the Supplier to the City within 30 days of such discovery, and if the overpayments have been caused by an act or omission of the Supplier and the amount of those overpayments is no less than one quarter of the total amount paid by the City to the Supplier in respect of the Supply, then the costs of the relevant audit shall be for the account of the Supplier.

Page D-23

Page 54: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

9.7 Set Off

Notwithstanding any provision to the contrary in this Agreement and without prejudice to any other remedy which the City may have (whether in common law or equity), the City shall be entitled to deduct from and set off against any sum(s) otherwise due to the Supplier hereunder any sums which are due from the Supplier to the City or which the Supplier is liable to pay to the City under this Agreement or in connection herewith (including without limitation any monies overpaid to the Supplier under this Agreement or otherwise due and payable to the City by reason of any error in payment under this Agreement).

ARTICLE 10 CERTAIN ADDITIONAL OBLIGATIONS OF THE CITY

10.1 Scheduled Items

The City shall make available, free of cost and without delay or in accordance with any agreed timetable or schedule set forth in Schedule C (Items to be Provided by the City), to the Supplier for the purpose of the Supply, the personnel, equipment, facilities, services (including services of third parties) and information described in such Schedule C (if any), and in accordance therewith.

10.2 Other Information

The City shall, within a reasonable time following a written request by the Supplier, provide to the Supplier free of cost such further information, which the City considers relevant to provision of the Supply and which is either already in its possession or reasonably within its power to obtain.

10.3 Decisions in Writing

On all matters properly referred to it in writing by the Supplier, the City shall (wherever practicable) give its decision in writing within a reasonable time having regard to the Time(s) for Completion and the Supplier’s obligations with regard to the Supply.

10.4 Access to the Site

Except to the extent prohibited by applicable Law or any Consent, the City shall grant to the Supplier non-exclusive, timely and in accordance with any agreed schedule, access (as the City is reasonably able to provide) to all necessary areas of the Site on and from the Effective Date and such other non-exclusive access as is necessary or appropriate to perform the Supply and the Supplier’s other obligations in accordance with this Agreement.

ARTICLE 11 LIABILITY AND INSURANCE

11.1 Covenants of Indemnification by the Supplier

(a) The Supplier shall indemnify and keep indemnified and hold the City, the Other City Entities and their respective officials, officers, employees and agents harmless against all losses, liabilities, claims, demands, costs and expenses (including legal fees), fines, penalties and charges (including those imposed by statute or otherwise imposed), arising out of or in connection with, or consisting of:

(i) any:

Page D-24

Page 55: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(A) damage to a Site or any part thereof, or any property whether located at a Site or otherwise, which occurs during the provision of the Supply;

(B) any claim by a Subcontractor under the Builders Lien Act (British Columbia);

(C) damage to the natural environment, including any remediation cost recovery claims;

(D) loss or damage arising from a claim by any third party concerning or arising out of the Supply, or by any employee or Subcontractor of the Supplier for any reason;

(E) occupational illness, injury or death of any person, whether at a Site or otherwise, which occurs during, or as a result of, the provision of the Supply;

(F) failure by the Supplier to fully comply with the provisions of this Agreement;

(G) breach by the Supplier or any Subcontractor of any Law in the course of, or as a result of, the provision of the Supply;

(H) actual or alleged infringement of any Intellectual Property Rights caused by the provision of the Supply or the use of any process, work, material, matter, thing or method used or supplied by the Supplier or any Subcontractor in the provision of the Supply; or

(I) breach of the warranties of the Supplier contained herein,

in each case to the extent that it is due to any act, omission or default, or any breach of Law or this Agreement, of the Supplier, a Subcontractor or any Representative of the Supplier or any employee, agent or contractor of any of them; or

(ii) any defect in a good, work or material provided as part of the Supply or any failure of any such good, work or material to function safely or to satisfy any applicable safety standard.

(b) Nothing in this Section 11.1 nor otherwise in this Agreement shall limit or exclude any direct liability (whether in contract, tort, for breach of statutory duty or any other legal basis) of the Supplier to any person, including without limitation any liability for:

(i) the Supplier’s default hereunder or fraud, fraudulent misrepresentation or reckless misconduct in the provision of the Supply; or

(ii) any loss or damage flowing from the termination of this Agreement.

(c) The Supplier appoints the City as the trustee of the Other City Entities and of their and the City’s officials, officers, employees and agents in relation to the covenants of indemnification of the Supplier contained in this Section 11.1 and the City accepts such appointment.

Page D-25

Page 56: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

11.2 Contamination of Lands

Without limiting any other provision hereof or any other remedy available to the City hereunder, the Supplier agrees and covenants that if, at any time during the term or following the expiry of this Agreement, the Site or any other lands affected by the Supply are found to be contaminated or polluted (as determined pursuant to Environmental Laws) as a result of or in connection with the Supply, the Supplier shall forthwith at its sole cost:

(a) undertake all necessary audits, investigations, tests and surveys to determine the nature and extent of the contamination or pollution;

(b) notify the City of the nature and extent of the contamination or pollution and any proposed or required work necessary to control, abate, dissipate or remove (as appropriate) the pollution or contamination as required by Environmental Laws; and

(c) undertake the work referred to in the foregoing paragraph (b).

11.3 Conduct of Claims

In the event of any claims, statutory fees, costs, charges, penalties (including without limitation any legal costs), contributions, compensations, cost recoveries, expenses or fines being levied or claimed from a person in respect of which an indemnity is provided by the Supplier pursuant to ARTICLE 11, the following provisions shall apply:

(a) subject to Sections 11.3(b), 11.3(c) and 11.3(d), where it appears that a person is or may be entitled to indemnification from the Supplier in respect of all (but not part only) of the liability arising out of a claim, such person entitled to indemnification may at its sole election and subject to:

(i) approval by any relevant insurers (without prejudice to Section 11.3(f); and

(ii) the Supplier providing the party entitled to indemnification with a secured indemnity to its reasonable satisfaction against all costs and expenses (including legal expenses) that it may incur by reason of such action,

permit or require the Supplier to dispute the claim on behalf of the person entitled to indemnification at the Supplier’s own expense and take conduct of any defence, dispute, compromise, or appeal of the claim and of any incidental negotiations; provided that the person entitled to indemnification shall give the Supplier (provided at the Supplier’s cost) all reasonable cooperation, access and assistance for the purposes of considering and resisting such claim;

(b) with respect to any claim conducted by the Supplier pursuant to Section 11.3(a):

(i) the Supplier shall keep the person entitled to indemnification fully informed and consult with it about material elements of the conduct of the claim;

(ii) the Supplier shall not bring the name of the person entitled to indemnification (or any Group Member thereof) into disrepute; and

(iii) the Supplier shall not pay or settle such claims without the prior consent of the person entitled to indemnification, such consent not to be unreasonably withheld or delayed;

Page D-26

Page 57: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(c) a person entitled to indemnification shall be free to pay or settle any claim on such terms as it thinks fit (and without prejudice to its rights and remedies under this Agreement) if:

(i) the Supplier is not entitled to, or is not permitted or instructed, take conduct of the claim in accordance with Section 11.3(a); or

(ii) the Supplier fails to comply in any material respect with the provisions of Sections 11.3(a) or 11.3(b);

(d) the person entitled to indemnification pursuant to ARTICLE 11 shall be free at any time to give notice to the Supplier that it is retaining or taking over (as the case may be) the conduct of any defence, dispute, compromise or appeal of any claim (or of any incidental negotiations) to which Section 11.3(a) applies. On receipt of such notice the Supplier shall promptly take all steps necessary to transfer the conduct of such claim to the person entitled to indemnification, and shall provide to the person entitled to indemnification all reasonable co-operation, access and assistance for the purposes of considering and resisting such claim;

(e) if the Supplier pays to the person entitled to indemnification an amount in respect of an indemnity and the person entitled to indemnification subsequently recovers (whether by payment, discount, credit, saving, relief or other benefit or otherwise) a sum which is directly referable to the fact, matter, event or circumstances giving rise to the claim under the indemnity, the person entitled to indemnification shall forthwith repay to the Supplier whichever is the lesser of:

(i) an amount equal to the sum recovered (or the value of the saving or benefit obtained) less any out-of-pocket costs and expenses (including legal expenses) properly incurred by the person entitled to indemnification in recovering the same; and

(ii) the amount paid to the person entitled to indemnification by the Supplier in respect of the claim under the relevant indemnity,

provided that there shall be no obligation on the part of the person entitled to indemnification to pursue such recovery and that the Supplier is repaid only to the extent that the amount of such recovery aggregated with any sum recovered from the Supplier exceeds any loss sustained by the person entitled to indemnification;

(f) the Supplier shall inform the person entitled to indemnification of the requirements of any insurer who may have an obligation to provide an indemnity in respect of any liability arising under this Agreement and in relation to such the person entitled to indemnification shall issue instructions accordingly; and

(g) any person entitled to an indemnity from the Supplier must take all reasonable measures to mitigate any loss, damage or liability that it may suffer in respect of any such matter.

11.4 Insurance

(a) In addition to those mandatory insurance policies that the Supplier is required to carry by any applicable Laws, the Supplier shall take out and maintain in force, with a reputable insurance company, during the term of this Agreement and for a period of five years afterwards, commercial general liability insurance with coverage of not less than $5 million per occurrence and at least $5 million of annual aggregate coverage

Page D-27

Page 58: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

endorsing the City as an additional insured on a primary and non-contributory basis and providing a waiver of subrogation in favour of the City.

(b) The Supplier shall ensure that any Subcontractors also maintain the same insurance as the Supplier, having regard to the obligations under this Agreement which they are contracted to fulfil.

(c) The Supplier's liabilities under this agreement shall not be deemed to be released or limited by the Supplier taking out the insurance policies referred to in Section 11.4(a).

(d) The cost of the insurances arising under this Section 11.4 shall be deemed to be incorporated into the prices specified in Schedule B.

(e) As a condition precedent to any payment from the City to the Supplier under this Agreement, and as and when reasonably requested by the City, the Supplier shall provide documentary evidence (to the reasonable satisfaction of the City, including by completing the City’s standard reporting documents used for this purpose) that the insurances required by this Section 11.4 have been taken out and are being maintained.

ARTICLE 12 FORCE MAJEURE; TERMINATION

12.1 Force Majeure

(a) Neither Party shall be deemed to be in breach of this Agreement or otherwise liable to the other Party in any manner whatsoever for any failure or delay in performing its obligations under this Agreement reasonably due to Force Majeure.

(b) If either Party’s performance of its obligations under this Agreement is affected by an event of Force Majeure, then:

(i) it shall give written notice to the other Party, specifying the nature and extent of the event of Force Majeure, within ten days after becoming aware of the event of Force Majeure;

(ii) performance of such obligation(s) shall be deemed suspended but only for a period equal to the delay reasonably caused by such event;

(iii) it shall not be entitled to payment from the other Party in respect of extra costs and expenses incurred by virtue of the event of Force Majeure;

(iv) the Time(s) for Completion shall be extended to take into account such delay; and

(v) within five days of the cessation of any Force Majeure event, the Party affected thereby shall submit a written notice to the other Party, specifying the actual duration of the delay of its obligations caused by the event of Force Majeure and the consequences resulting from such delay, and submit a specific plan to minimize and mitigate those consequences.

(c) The affected Party shall use all reasonable diligence in accordance with Good Industry Practice to mitigate the cause and the result of an event of Force Majeure and to remedy the situation and resume its obligations under this Agreement, including complying with any instructions from the City, as to how to do so.

Page D-28

Page 59: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(d) Notwithstanding the obligations of a Party affected by an event of Force Majeure pursuant to Sections 12.1(b) and 12.1(c), if the event of Force Majeure renders it impossible or impractical for the Supplier to provide the Supply in accordance with this Agreement for a period of at least 45 days, the City may terminate this Agreement upon notice delivered to the Supplier at any time following the expiration of such period of 45 days.

12.2 City Suspension and Termination Rights

The City shall have the following rights:

(a) The City may order the suspension of all or part of the Supply at any time and for such period as it determines, by notice with immediate effect to the Supplier, in the event of a Safety Incident; and upon receipt of any such notice of suspension, the Supplier shall immediately cease performing the Supply, minimise expenditure and comply with any reasonable instructions of the City relating to such Safety Incident, including any investigations.

(b) Without prejudice to Section 12.2(a), the City may suspend all or part of the Supply (for such period as its determines) or terminate this Agreement at any time (and for its convenience) upon 60 days’ written notice to the Supplier, which shall immediately upon receipt of such notice take all reasonable steps to wind down the performance of the Supply and to minimise expenditure, including complying with any instructions from the City as to how to do so.

(c) If the City reasonably considers that the Supplier is not discharging any of its material obligations under this Agreement, the City may inform the Supplier by notice stating the grounds for the notice. If evidence of remediation satisfactory to the City, is not received as soon as practicable or in any case within 14 days or such longer period as agreed by the Parties, the City may by a further notice to the Supplier of at least 14 days terminate this Agreement.

(d) The City may terminate this Agreement with immediate effect if:

(i) the Supplier becomes bankrupt or insolvent, goes into liquidation, has a receiver or administrator appointed over it or any of its assets of undertaking, enters into any arrangement for the benefit of its creditors, becomes the subject of any moratorium or carries on business under a receiver, trustee, manager or arrangement for the benefit of its creditors, or if any act is done or event occurs which (under applicable Laws) has a similar effect to any of these acts or events; or

(ii) a Change in Control of the Supplier occurs and the City reasonably considers that the Change in Control shall substantively affect the Supplier’s ability to perform its obligations under this Agreement.

12.3 Supplier Termination Rights

After giving at least seven days’ written notice to the City, the Supplier may terminate this Agreement, or at its discretion and without prejudice to the right to terminate, may suspend or continue suspension of performance of the whole or part of the Supply when:

(a) 90 days after the due date for payment of an invoice, it has not received payment of that part which has not by that time been contested in writing by the City and provided always that:

Page D-29

Page 60: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(i) the Supplier has issued a notice of reminder to the City following the due date for payment in relation to such unpaid sum; and

(ii) the termination notice may not be issued until the expiry of 30 days following the issue of such reminder notice; or

(b) the City commits any material or persistent breach(es) of its obligations under this Agreement which render(s) performance by the Supplier of its obligations under this Agreement or a substantial part thereof impossible or significantly adversely affect(s) such performance of this Agreement as a whole and further which, remain(s) irremediable after 60 days.

12.4 Consequences of Termination

The following consequences shall apply upon a termination:

(a) On termination of this Agreement for any reason, the Supplier shall, as soon as reasonably practicable:

(i) deliver to the City all work and Documentation produced by or on behalf of the Supplier during the course of performing the Supply;

(ii) return (or destroy if otherwise directed by the City in writing) all Confidential Information provided to it for the purposes of this Agreement;

(iii) return all of the City’s Site access cards, equipment and other items provided under this Agreement, failing which, the City may enter the relevant premises and take possession thereof, and, until any such access cards, equipment and other items have been returned or repossessed, the Supplier shall be solely responsible for its or their safe-keeping;

(iv) if so requested by the City, take reasonable steps to assign any Subcontractor contracts to the City and do all things and execute all documents necessary to give effect thereto; and

(v) otherwise comply with all reasonable requirements of the City arising from the cessation of the Supply or the continuing development of the Site.

(b) The Supplier shall be entitled to be paid its reasonable properly incurred costs of compliance with Section 12.4(a) and its reasonable demobilization costs, up to a maximum of $5,000, in aggregate, save in circumstances in which the City reasonably claims that the termination was a consequence of a Safety Incident or a default by the Supplier in the provision of any part of the Supply, in which case all such costs shall be for the Supplier’s own account.

(c) On termination of this Agreement for any reason, the Supplier shall be entitled to payment for any completed portion of the Supply rendered in full compliance herewith prior to the time of termination, in accordance with Schedule B (Prices for Supply).

12.5 Other Surviving Rights and Liabilities of Parties

(a) Termination of this Agreement shall not prejudice or affect the accrued rights or claims and liabilities of the Parties.

Page D-30

Page 61: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(b) After termination of this Agreement, the provisions of Sections 3.9 and 9.6, ARTICLE 11, ARTICLE 14, ARTICLE 15 and ARTICLE 17 shall remain in force.

ARTICLE 13 ASSIGNMENT AND SUBCONTRACTING

13.1 Assignment

Neither Party shall assign, transfer, mortgage, charge or deal in any other manner with this Agreement or any of its rights and obligations under or arising out of the Agreement (or any document referred to herein), or purport to take any such action without the prior written consent of the other.

13.2 Subcontracting

(a) The Supplier shall not subcontract the whole or substantially all of the Supply.

(b) Without prejudice to the foregoing Section 13.2(a), save in the case of Subcontractor(s) whose role in the provision of the Supply is expressly provided for in the schedules hereto (and only to the extent so provided for), the Supplier may not subcontract any part of the Supply without the City’s prior written consent.

(c) The Supplier shall include in each contract by which it engages a Subcontractor a provision allowing the benefit of such contract to be assigned by the Supplier to the City upon request.

(d) The Supplier shall not without the written consent of the City (which shall not be unreasonably withheld or delayed) initiate or terminate any contract with a Subcontractor.

(e) If the Supplier is unable to enter into a contract with a Subcontractor whose role in the provision of the Supply is expressly provided for in the schedules hereto, it shall as soon as reasonably practicable inform the City of the reason for such inability and procure the services of a replacement subcontractor that is acceptable to the City, acting reasonably.

(f) The Supplier shall be responsible for the acts, defaults or neglect or any omission of each Subcontractor, its employees and agents in all respects as if they were the acts and defaults or neglect or omission of the Supplier its employees or agents themselves.

ARTICLE 14 INTELLECTUAL PROPERTY

14.1 Assignment

The Supplier acknowledges and agrees that the City is the exclusive owner of all right, title, and interests in and to the Documentation, including, without limitation, all Intellectual Property Rights therein. The Supplier shall assign and hereby assigns to the City all right, title, and interests in and to the Documentation, including, without limitation, all existing and future Intellectual Property Rights in and to the Documentation, effective upon their creation to the fullest extent permitted by Law. Insofar as such right, title, and interest do not so vest automatically or immediately in the City by operation of law or under this Agreement, subject to Section 14.2, the Supplier holds legal title of all right, title, and interests in and to the Documentation, including, without limitation, all Intellectual Property Rights therein, in trust for the City and grants to the City an irrevocable, perpetual, fully paid-up, royalty-free, worldwide, transferable and non-exclusive licence to, itself and through contractors and agents, use, copy, amend, reproduce, modify and create derivative works of such

Page D-31

Page 62: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

Documentation for any purpose. Such licence shall include the right to sub licence to any third party without restriction.

14.2 Further Assistance

If and to the extent that any of the right, title, and interest in and to the Documentation, including, without limitation, all Intellectual Property Rights therein, is not assigned automatically or immediately to the City under Section 14.1, the Supplier undertakes, at the expense of the City and at any time either during or after this Agreement upon request from the City (notwithstanding that the City may do so in its own name and at its own cost), to execute all documents, make all applications, give all assistance and do all acts and things as may, in the reasonable opinion of the City, be necessary or desirable to vest all right, title, and interest in and to the Documentation, including, without limitation, all Intellectual Property Rights therein, in the City and to register them in, the name of the City and otherwise to protect and maintain such right, title, and interest. The Supplier further agrees to cooperate fully with the City both during and after the termination of this Agreement, with respect to signing further documents and doing such acts and other things reasonably requested by the City to confirm the transfer of ownership of the Documentation or to obtain or enforce patent, copyright, trade secret, or other protection for the Documentation. The Supplier shall not receive any consideration or royalties in respect of such transfer of ownership, beyond the fees, provided that the expense of obtaining or enforcing intellectual property protection shall be borne by the City.

14.3 Supplier Undertakings and Representations and Warranties

(a) The Supplier undertakes:

(i) to notify the City in writing of the full details of Documentation promptly upon its creation;

(ii) whenever requested to do so by the City and in any event on the termination of this Agreement (as provided for in ARTICLE 12), promptly to deliver to the City all correspondence, documents, papers and records on all media (and all copies or abstracts of them), recording or relating to any parts of the Documentation which are in its possession, custody or power;

(iii) that the Supplier shall not, either during the term of this Agreement or thereafter, directly or indirectly, contest, or assist any third party to contest, the City’s ownership of the Documentation or of any Intellectual Property Rights related thereto, and

(iv) not to register nor attempt to register any Intellectual Property Rights in the Documentation unless requested to do so by the City.

(b) The Supplier represents and warrants to the City that:

(i) it has not given and shall not give permission to any Subcontractor or third party to use any of the Documentation, nor any of the Intellectual Property Rights in the Documentation, other than as provided for in this Agreement or otherwise in accordance with the instructions of the City;

(ii) it has not given, and shall not give, to the City, nor shall it use in the provision of the Supply, any confidential material or documents of any former client or customer of the Supplier or of any other third party, unless the Supplier has received prior written authorization to do so from the City and from the owner of the confidential material or documents;

Page D-32

Page 63: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(iii) it has the absolute right to make the assignments of the right, title, and interest in and to the Documentation contemplated in this Agreement and to grant the rights granted under this Agreement;

(iv) it is unaware of any use by any third party or any unauthorized use by a Subcontractor of any of the Documentation or any Intellectual Property Rights in the Documentation; and

(v) the use of the Documentation or the Intellectual Property Rights in the Documentation by the City shall not, to the knowledge of the Supplier, infringe any Intellectual Property Rights of any third party.

14.4 Background Intellectual Property

Notwithstanding and superseding anything to the contrary in this ARTICLE 14, each Party retains title to all Intellectual Property Rights owned or possessed by it or any of its affiliates prior to or independent of performance of this Agreement and used by it in fulfilling its obligations under this Agreement, as well as any modifications or improvements made thereto in the course of performing this Agreement (“Background IP”). To the extent that one Party acquires any right, title, or interest in and to any aspect of the modifications or improvements to the Background IP of the other Party, such first Party shall assign such right, title, and interest to the second Party, immediately following such acquisition. If any of the Supplier’s Background IP is included in or required to use the Documentation provided by the Supplier to the City, the Supplier hereby grants to the City an irrevocable, perpetual, fully paid-up, royalty-free, worldwide, transferable and non-exclusive licence (including the right to sub-licence only to members of the City’s Group) to, itself and through contractors and agents, use, copy, amend, reproduce, modify, create derivative works of, use, commercialize, and otherwise exploit the Supplier’s Background IP but only to the extent required to use such Documentation for the purpose (or any reasonably inferred purpose) for which it has been provided or for the provision of the Supply under this Agreement (excluding any software source code).

14.5 Supplier Employees’ and Subcontractors’ Rights

The Supplier:

(a) warrants that the Supplier’s employees, Subcontractors and agents have waived or shall have waived in whole all moral rights (including, without limitation, any similar rights allowing the rights holder to restrain or claim damages for any distortion, mutilation, or other modification of works or any part thereof, and to restrain use or reproduction of works in any manner) they may have in the Documentation;

(b) indemnifies the City, its officers, agents, contractors and employees against any liability, cost, loss or damage (including legal costs on a solicitor-client basis) suffered or incurred that arises under any breach of the warranty contained in Section 14.5(a); and

(c) must do all things requested by the City, including signing or procuring the signature of particular forms, to give full effect to Section 14.5(a).

14.6 No Additional Remuneration

The Supplier acknowledges that, except as provided by Law, no further remuneration or compensation (beyond that expressly provided for in this Agreement) is or may become due to the Supplier in respect of the performance of its obligations under this ARTICLE 14.

Page D-33

Page 64: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

ARTICLE 15 PRIVACY; CONFIDENTIALITY

15.1 Freedom of Information and Protection of Privacy Act

The Supplier acknowledges that the City is subject to the Freedom of Information and Protection of Privacy Act (British Columbia), which imposes significant obligations on the City’s contractors to protect all personal information acquired from the City in the course of providing any service to the City.

15.2 No Promotion

The Supplier shall not, and shall ensure that its Subcontractors shall not, disclose or promote any relationship with the City, including by means of any oral declarations, announcements, sales literature, letters, client lists, press releases, brochures or other written materials, without, in each case, the express prior written consent of the City.

15.3 Confidentiality Obligations

Each Party shall keep the Confidential Information of the other Party confidential and each Party shall not use such Confidential Information except for the purpose of exercising or performing its rights and obligations under this Agreement or where, in the case of the City, otherwise necessary to pursue the public business of the City (a “Permitted Purpose”), or disclose the Confidential Information in whole or in part to any third party, except as expressly permitted by this ARTICLE 15.

15.4 Disclosure to Representatives

A Party may disclose the other Party’s Confidential Information to those of its Representatives who need to know such Confidential Information for the Permitted Purpose, provided that it informs such Representatives of the confidential nature of the Confidential Information prior to disclosure, and at all times it is responsible for such Representatives’ compliance with the confidentiality obligations set out in this ARTICLE 15.

15.5 Disclosures Required by Law

A Party may disclose Confidential Information to the extent required by any applicable Laws or by any Competent Authority provided that, where legally permitted, it notifies the other Party before doing so, gives the other Party a reasonable opportunity to take any steps that the Party considers necessary to protect the confidentiality of that information, and notifies the third person that the information is Confidential Information. In any event, a Party shall furnish only that portion of the Confidential Information which it is legally required to disclose and shall use its reasonable endeavours to obtain a protective order or other reliable assurance that the Confidential Information shall be accorded confidential treatment.

15.6 Other Disclosures by the City

The City’s obligations under this ARTICLE 15 are wholly subject to and qualified by, the applicable provisions of the Freedom of Information and Protection of Privacy Act (British Columbia) and, notwithstanding any other provision of this ARTICLE 15, the City may disclose Confidential Information in any manner compliant with such statute or otherwise in furtherance of its public role or duties, including in the course of publicly reporting to the Vancouver City Council.

Page D-34

Page 65: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

15.7 Interpretation; Enforcement and Survival

(a) Notwithstanding anything in this ARTICLE 15 to the contrary, nothing in this ARTICLE 15 shall affect the Parties’ rights and obligations under ARTICLE 14.

(b) The Parties acknowledge that a breach of any of the obligations or provisions contained in this ARTICLE 15 could cause the other Party to suffer loss which may not be adequately compensated for by damages and that the other Party may, in addition to any other remedy or relief, enforce the performance of this Agreement by injunction or specific performance upon application to a court of competent jurisdiction without proof of actual or special damage and notwithstanding that in any particular case damages may be readily quantifiable, and such breaching Party must not plead sufficiency of damages as a defence in the proceeding for such injunctive relief.

ARTICLE 16 TAXES

16.1 Taxes for Own Accounts

Unless otherwise expressly stated in this Agreement, any Taxes becoming due and payable by either Party pursuant to any applicable Laws as a result of the entering into, the performance of obligations under or the taking of payment pursuant to this Agreement, shall be for the account of that Party, and for greater certainty the Contract Price includes all such Taxes, except for applicable Taxes arising under all sales, excise and value added tax legislation (including, without limitation, the Excise Tax Act (Canada) and similar Canadian provincial legislation) (collectively, “Sales Tax”) as a result of the sale of the Supply within Canada hereunder, unless it is clearly stated that they are intended to be Sales Tax-inclusive.

16.2 Withholding Taxes

(a) Notwithstanding any other provision to the contrary, if the City determines that it is necessary to satisfy its obligations under any Law relating to Taxes, the City may:

(i) withhold an amount from a payment made to the Supplier; and

(ii) pay the withheld amount directly to the relevant Competent Authority.

(b) If an amount withheld in accordance with Section 16.2(a) is paid by the City to the relevant Competent Authority, it is deemed to have been paid to the Supplier on the date on which the remainder of the payment to which it relates was paid to the Supplier.

(c) The Supplier agrees and acknowledges that it has no claim against the City for any amounts withheld and paid to the relevant Competent Authority in accordance with Section 16.2(a).

(d) If the City does not withhold an amount under Section 16.2(a) which it is required to withhold pursuant to any laws relating to Taxes, the Supplier agrees to pay that amount to the City, upon request by the City.

(e) The Supplier agrees that the City shall not be required to increase any payment to the Supplier by the amount withheld by the City under Section 16.2(a)

Page D-35

Page 66: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

ARTICLE 17 DISPUTE RESOLUTION

17.1 Optional Procedure

All claims, disputes or issues in dispute between the City and the Supplier in relation to this Agreement shall be decided by mediation or arbitration, if the Parties so agree in writing, or, failing any such agreement, by the courts of competent jurisdiction in the Province of British Columbia.

17.2 Arbitration

In the event that Parties agree to arbitration pursuant to Section 17.1:

(a) the arbitration shall be conducted pursuant to the Commercial Arbitration Act (British Columbia) and shall be governed by the rules of the British Columbia International Commercial Arbitration Centre, except that the arbitrator or arbitrators shall be agreed upon by the Parties, and failing agreement by the Parties, shall be appointed by a court of competent jurisdiction within the Province of British Columbia;

(b) the parties shall share equally the costs of the arbitration but shall be responsible for their own separate costs and expenses in relation to the arbitration including legal fees and disbursements; and

(c) the arbitration shall take place in Vancouver, British Columbia and shall be governed by the laws of British Columbia.

ARTICLE 18 MISCELLANEOUS

18.1 Time of the Essence

Time is of the essence of this Agreement, including without limitation in relation to the Time(s) for Completion.

18.2 Costs

Each of the Parties hereto shall pay their respective legal fees and other costs and expenses incurred in connection with the preparation, execution and delivery of this Agreement and all documents and instruments executed pursuant hereto and any other costs and expenses whatsoever and howsoever incurred.

18.3 Benefit of this Agreement

(a) This Agreement shall inure to the benefit of and be binding upon the respective successors and permitted assigns of the Parties hereto.

(b) Except as expressly set forth in the foregoing Sections 18.3(a) or 11.1, nothing in this Agreement shall be construed to give any rights or benefits to anyone other than the City and the Supplier.

18.4 Entire Agreement

This Agreement constitutes the entire agreement between the Parties hereto with respect to the subject matter hereof and cancels and supersedes any prior understandings and agreements between the Parties hereto with respect thereto. There are no representations, warranties, terms,

Page D-36

Page 67: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

conditions, undertakings or collateral agreements, express, implied or statutory, between the Parties in relation to the subject matter hereof other than as expressly set forth in this Agreement.

18.5 Amendments and Waiver

Subject to Section 3.11, no modification of or amendment to this Agreement is valid or binding unless set forth in writing and fully executed by both of the Parties hereto and no waiver of any breach of any term or provision of this Agreement is effective or binding unless made in writing and signed by the Party purporting to give such waiver and, unless otherwise provided, is limited to the specific breach waiver.

18.6 Notices

(a) Any order, demand, notice or other communication to be given to a Party in connection with this Agreement must be given in writing and must be given by personal delivery to a City’s Manager or a Supplier’s Managers, as applicable, or delivered by registered mail, by courier or by electronic transmission (with delivery confirmation), addressed to a City’s Manager or a Supplier’s Manager, as the case may be, or, in each case to such other individual as is designated in writing by the relevant recipient Party. If given by registered mail, courier or electronic transmission, any such demand, notice or other communication must be given at the relevant address or facsimile number listed below:

(i) if to the Supplier:

<Supplier Name> <address> Attention: <> Facsimile: <>

(ii) if to the City:

City of Vancouver <Department> 453 West 12th Avenue Vancouver, BC V5Y 1V4 Attention: <> Facsimile: <>

or to such other address or facsimile number as may be designated by notice given by either Party to the other, provided that, notwithstanding the foregoing, the Supplier’s invoices shall be addressed as specified in Section 9.3 or as otherwise specified in the relevant City purchase order.

(b) Any order, demand, notice or other communication shall be conclusively deemed to have been given:

(i) if given by personal delivery, on the day of actual delivery thereof;

(ii) if given by registered mail, on the tenth Business Day following the deposit thereof in the mail;

Page D-37

Page 68: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

(iii) if given by courier, on the Business Day following confirmation by the courier that the notice has been delivered; and

(iv) if given by electronic transmission, on the day of transmittal thereof if given during the normal business hours of the recipient and on the Business Day during which such normal business hours next occur if not given during such hours on any day.

Notwithstanding the foregoing, if the Party giving any demand, notice or other communication knows or ought reasonably to know of any difficulties with the postal system which might affect the delivery of mail, any such demand, notice or other communication must not be mailed but must be given by personal delivery, courier or electronic transmission.

18.7 Governing Law and Jurisdiction

(a) This Agreement is governed by and must be construed in accordance with the laws of the Province of British Columbia.

(b) All provisions of the International Sale of Goods Act (British Columbia) are specifically excluded from application to this Agreement.

(c) This Agreement is subject to the exclusive jurisdiction of the courts in the Province of British Columbia except:

(i) as otherwise agreed by the Parties pursuant to ARTICLE 17; and

(ii) to the extent necessary to enforce, in another jurisdiction, any decision or award made pursuant to ARTICLE 17 or any judgment of any court in the Province of British Columbia.

18.8 Further Assurances

Each Party agrees to do all things and execute all deeds, instruments, transfers or other documents as may be necessary or desirable to give full effect to the provisions of this Agreement and the transactions contemplated by it.

18.9 Severance

If any term or condition of this Agreement is for any reason held to be illegal, invalid, ineffective, inoperable or otherwise unenforceable, it shall be severed and deemed to be deleted from this Agreement and the validity and enforceability of the remainder of this Agreement shall not be affected or impaired thereby. If any term or condition of this Agreement is found to be illegal, invalid ineffective, inoperable or otherwise unenforceable, but would not be so if some part of it were deleted, the term or condition shall apply with such modifications as may be necessary to make it enforceable.

18.10 Counterparts

This Agreement may be executed in any number of counterparts. All counterparts, taken together, constitute one instrument. A Party may execute this Agreement by signing any counterpart.

Page D-38

Page 69: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

PART D – FORM OF AGREEMENT - SAMPLE

18.11 Independent Legal Advice

THE SUPPLIER ACKNOWLEDGES THAT THE SUPPLIER HAS BEEN GIVEN THE OPPORTUNITY TO SEEK INDEPENDENT LEGAL ADVICE BEFORE EXECUTING THIS AGREEMENT.

18.12 Electronic Execution

Delivery of an executed signature page to this Agreement by either Party by electronic transmission shall be as effective as delivery of a manually executed copy of this Agreement by such party.

IN WITNESS WHEREOF this Agreement has been executed as of the day and year first above written by and on behalf of the Parties by their duly authorized signatories.

<SUPPLIER NAME> Signature Print Name and Title Signature Print Name and Title CITY OF VANCOUVER Signature Print Name and Title Signature Print Name and Title

Page D-39

Page 70: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

SCHEDULE A SUPPLY AGREEMENT

SCHEDULE A - SCOPE OF GOODS AND SERVICES

[The scope of the Supplier’s Supply shall be clearly expressed in this Schedule A; provided that some specifics may be left to individual Terms Agreements.]

Page D-40

Page 71: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

SCHEDULE B SUPPLY AGREEMENT

SCHEDULE B - PRICES FOR SUPPLY

[The contents of this schedule should be comprehensive, detailed and tied to the descriptions of Supply in Schedule A.]

[Notwithstanding any other provision hereof, if the Supplier is, at any time during the term of effectiveness of this Agreement, party to a contract with another customer pursuant to which the Supplier charges effective prices lower than the prices charged to the City for reasonably comparable services, the above-listed prices shall be adjusted, retroactively to the date of effectiveness of such other contract, so that the prices charged hereunder are at least as low as the effective prices charged pursuant to such other contract.]

Page D-41

Page 72: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

SCHEDULE C SUPPLY AGREEMENT

SCHEDULE C - ITEMS TO BE PROVIDED BY THE CITY

[Deliberately left blank.]

Page D-42

Page 73: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

SCHEDULE D SUPPLY AGREEMENT

SCHEDULE D - TIME SCHEDULE FOR SUPPLY

To describe the time for the completion of the Supply and any applicable milestones to be achieved by particular dates prior to the completion of the Supply.

Page D-43

Page 74: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

SCHEDULE E SUPPLY AGREEMENT

SCHEDULE E - PREFERRED SUPPLIERS

[None.]

Page D-44

Page 75: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

SCHEDULE F SUPPLY AGREEMENT

SCHEDULE F - CITY POLICIES

1. The City’s Supplier Code of Conduct referred to on page 5-1, Annex 5 of the RFP.

List other internal policies or standards, which are applicable, and any other standards or other requirements with which the Supplier must comply.

These policies may include any design review procedures or other consultation or administrative procedure(s) required to be followed by the Supplier, the text of which may be set forth here.

Page D-45

Page 76: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

SCHEDULE G SUPPLY AGREEMENT

SCHEDULE G - KEY PROJECT PERSONNEL

To be included if applicable.

Page D-46

Page 77: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

SCHEDULE H SUPPLY AGREEMENT

SCHEDULE H - SITE

[Deliberately left blank.]

Page D-47

Page 78: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

SCHEDULE I PRODUCT SUPPLY, DELIVERY AND INSTALLATION AGREEMENT

SCHEDULE I - FORM OF LETTER AGREEMENT

[Date]

< Add Supplier Name and Address>

Dear Sir or Madam,

Re: Agreement based upon the Supply Agreement between < Supplier Name> and City of Vancouver dated <> (the “Base Agreement”)

The purpose of this letter agreement (this “Agreement”) is to set out the terms and conditions upon which < Supplier Name> (the “Supplier”) shall supply < Describe> to [Name of Other City Entity] (the “Purchaser”).

Please have a duly authorized representative of the Supplier execute this Agreement and return one copy to the Purchaser.

1. Application of Base Agreement

The Supplier shall supply < Describe> to the Purchaser at the price(s) and otherwise pursuant to the terms and conditions stated in the Base Agreement, as though each reference to the City of Vancouver or the “City” in the Base Agreement were instead a reference to the Purchaser, with the exceptions stated in the following Section 2.

2. Variations from the Base Agreement

(a) The Supplier’s invoices to the Purchaser shall be submitted to the following mailing and/or email addresses, rather than the addresses stated in Section 9.3 of the Base Agreement: [Address]. The Purchaser’s contact information for purposes of the application of Section 18.6 of the Base Agreement shall be the following in lieu of the City of Vancouver address, contact name and facsimile number stated in the Base Agreement: [Address, Contact Name and Fax number]

(b) Section Error! Reference source not found. of the Base Agreement shall be excluded from the agreement between the Supplier and the Purchaser.

3. Miscellaneous

(a) This Agreement shall terminate upon the expiry or termination of the Base Agreement.

(b) This Agreement is governed by and must be construed in accordance with the laws of the Province of British Columbia.

Page D-48

Page 79: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

SCHEDULE I PRODUCT SUPPLY, DELIVERY AND INSTALLATION AGREEMENT

(c) This Agreement may be executed in any number of counterparts. All counterparts, taken together, constitute one instrument. A party may execute this Agreement by signing any counterpart. Delivery of an executed signature page to this Agreement by either party by electronic transmission shall be as effective as delivery of a manually executed copy of this Agreement by such party.

Yours truly,

[Name and Title of Other City Entity Signatory]

Accepted and agreed on behalf of < Supplier Name>:

Signed: Date:

Name:

Title:

Page D-49

Page 80: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

ANNEX 1 – SCHEDULE OF DETAILED REQUIREMENTS

PLEASE SEE ATTACHED SPREADSHEET

DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

*VENDOR IS TO FILL IN THE YELLOW CELLS IN THE PROVIDED EXCEL SPREADSHEET AND INCLUDE THE SPREADSHEET (in excel format) WITH ITS SUBMISSION ON A MEMORY STICK OR E-MAIL IT TO

[email protected]

AND ALSO FILL IN A HARD COPY VERSION TO BE SUBMITTED WITH THE REST OF THE PROPOSAL – (THE HARD COPY WILL TAKE PRECENDENCE IF THERE ARE ANY DIFFERENCES BETWEEN THE TWO VERSIONS)*

June 2015 Page 1-1

Page 81: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

TABLE OF CONTENTS

1. INTRODUCTION ............................................................................................................................................................. 3

1.0 VEHICLE GPS AND TELEMATIC DATA SOLUTION .......................................................................................... 3

1.1 CITY OF VANCOUVER FLEET MANAGEMENT OVERVIEW ............................................................................. 4

1.2 CITY BUSINESS UNIT VEHICLE FLEET OPERATIONS ....................................................................................... 4

1.3 GPS CURRENT STATE WITHIN THE CITY OF VANCOUVER ............................................................................ 8

1.4 EXPECTED DISTRIBUTION OF GPS SERVICES................................................................................................. 8

1.5 CITY BUSINESS & PLATFORM APPLICATIONS PORTFOLIO ............................................................................ 9

1.6 CITY WIRELESS COMMON CARRIER ............................................................................................................ 11

2. PROJECT DETAILS ..................................................................................................................................................... 12

2.1 PROJECT PARAMETERS - OVERVIEW .......................................................................................................... 12

2.1.1 PHASE 1 - PILOT DETAILS ..................................................................................................................... 13

2.1.2 PHASE 1 - PILOT REVIEW DETAILS ....................................................................................................... 14

2.1.3 PHASE 2 – GENERAL ROLL-OUT OF GPS TO BUSINESS UNITS PROJECT OVERVIEW ........................... 14

2.1.4 PROJECT SCOPE OF WORK ................................................................................................................... 15

2.2 EXPECTATIONS OF VEHICLE BASED GPS AND TELEMATICS TO EMPOWER COV BUSINESS ...................... 18

2.2.1 EXPECTED QUANTIFIABLE BENEFITS OF THE SOLUTION ..................................................................... 18

2.3 COV ARCHITECTURE GOALS ........................................................................................................................ 19

3. REQUIREMENTS .......................................................................................................................................................... 21

3.1 INTRODUCTION ........................................................................................................................................... 21

4. PROJECT MANAGEMENT & SOLUTION DELIVERY SERVICES ....................................................................................... 22

4.1 OVERVIEW ................................................................................................................................................... 22

4.2 PROJECT IMPLEMENTATION PLAN AND SCHEDULE - DETAILS .................................................................. 24

4.3 COV’S RESPONSIBILITIES ............................................................................................................................. 24

4.4 THE PROPONENT’S RESPONSIBILITIES ........................................................................................................ 26

4.5 PROPONENT KEY PERSONNEL .................................................................................................................... 28

5. TESTING, TRAINING, IMPLEMENTATION & ACCEPTANCE .......................................................................................... 31

5.1 TESTING ....................................................................................................................................................... 31

5.2 TRAINING .................................................................................................................................................... 33

5.3 IMPLEMENTATION ...................................................................................................................................... 34

5.4 IMPLEMENTATION SUPPORT ...................................................................................................................... 34

5.5 SOLUTION ACCEPTANCE ............................................................................................................................. 35

FINAL June 2015

1 | P a g e

Page 82: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

6. MAINTENANCE SERVICES AND LEVEL OF SUPPORT .................................................................................................... 37

6.1 TECHNICAL, MAINTENANCE, OPERATIONS, AND LEVEL OF SUPPORT ....................................................... 37

7. SECURITY REQUIREMENTS .......................................................................................................................................... 41

7.1 PROPONENT SECURITY REQUIREMENTS .................................................................................................... 41

8. TRANSITION-OUT (END OF TERMS) ........................................................................................................................ 42

9. EVALUATION MATRIX ............................................................................................................................................... 43

9.1 CONFIDENTIALITY OF EVALUATION ............................................................................................................ 43

9.2 EVALUATION COMPLIANCE ........................................................................................................................ 43

9.3 EVALUATION PROCESS ................................................................................................................................ 43

10. WRITTEN PROPOSAL SUBMISSION REQUIREMENTS ........................................................................................... 44

10.1 EXECUTIVE SUMMARY .............................................................................................................................. 44

10.2 UNDERSTANDING OF SOLUTION BEING SOUGHT BY COV ....................................................................... 44

10.3 PROPONENT’S EXPERIENCE, EXPERTISE, & REFERENCES ......................................................................... 44

10.4 TECHNICAL AND FUNCTIONAL REQUIREMENTS ...................................................................................... 45

10.5 VALUE-ADDED SERVICES ........................................................................................................................... 46

10.6 PROPOSAL ALTERNATIVES ........................................................................................................................ 46

11. DEMONSTRATION AND SPECIFIC QUESTIONNAIRE REQUIREMENTS ....................................................................... 48

11.1 LICENSE, AND ANNUAL SOFTWARE MAINTENANCE AND SUPPORT AGREEMENTS. ............................... 48

11.2 QUESTIONNAIRE SUBMISSION ................................................................................................................. 48

11.3 DEMONSTRATION PRESENTATION ........................................................................................................... 48

12. FINAL EVALUATION ................................................................................................................................................... 49

FINAL June 2015

2 | P a g e

Page 83: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

1. INTRODUCTION

1.0 VEHICLE GPS AND TELEMATIC DATA SOLUTION

This document constitutes a request for proposal (“RFP”) from prospective Proponents for the acquisition of a vehicle based GPS and Telematics solution which includes hardware, installation, configuration, maintenance, support and services to implement a COV of Vancouver (COV) Non-Emergency vehicles (herein referred to as the “Vehicle Telematics Solution” or the solution). The desired solution shall be a common “telematic solution” that, via Wireless Mobility technologies, will interact with COV’s vehicle fleet to gather and record information on COV’s vehicles.

The Vehicle Telematics Solution is expected to be a comprehensive solution that is based on proven software and technical components. The overall architecture, configuration, implemention, as well as post implementation warranty and support will be provided by a Prime Proponent, who may lead a team of sub-contractors each contributing their respective component/expertise.

With this Vehicle Telematics Solution, The City of Vancouver desires a turn-key solution that will enable the following:

1. Improved monitoring and reporting on Fleet Utilization, Greenhouse Gas Emissions, idling and speeding occurrences, and Accident Investigation;

2. Enable business users to dispatch vehicles to incident locations or routes; 3. Enable managers to address Occupational Health and Safety of workers (alarms & alerts for targeted

vehicles, alerts for lone workers); 4. Enable business units the ability to optimize the delivery of their services by using the information collected

from vehicle movements (for example: vehicle route optimization, estimation of travel times); 5. Enable business units to increase functionality of GPS within their organizational unit, by offering a solution

which has “bolt-on” components and provide a solution which has the capability to expand based on business need and experience;

6. Be architected upon a common and open architected platform that can: a) integrate with a variety of on-board fleet equipment and collect relevant data to meet the diverse

vehicle fleet management needs; b) integrate with a variety of web based applications to meet corporate operational business needs; c) Offer “Right-Fit” solutions to individual vehicles to meet business needs, rather than a “one-size fits

all” solution across the entire fleet 7. Remain technologically relevant and scalable and extensible to accommodate downstream vehicle mobility

technology initiatives that will occur within the various City Business Units. 8. Adhere to City of Vancouver’s Human Resources Policy regarding Telematics Devices and Data policy 9. Ensure business engagement and offer ongoing training opportunities (on multiple platforms)

The City of Vancouver expects to install GPS components onto a total of 1,100 City managed vehicles. An initial Phase to fulfill this objective, the Proponent shall deliver a solution that will encompass a selection of 200 vehicles, during 2015 fiscal year (herein referred to as “Phase 1”). The requirements to implement both the initial Phase 1 as well as a subsequent Phase 2 – General Roll Out (to encompass 900 vehicles) are within the focus of this RFP.

To ensure continuous enhancement of “Best Value” to COV, COV desires a solution that will either meet, or exceed its Vehicle based GPS and Telematic Requirements prescribed herein.

FINAL June 2015

3 | P a g e

Page 84: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

1.1 CITY OF VANCOUVER FLEET MANAGEMENT OVERVIEW

1.1.1 COV operates a diverse fleet exceeding 1,100 vehicles of different types and manufacturers, used in support of a broad range of services. Five (5) Departments, which operate major allotments of COV’s diverse vehicle fleet and whose telemetry requirements are the focus of this RFP, include:

Scope Departments Business Units with Vehicle Fleets Phase 1

(200 vehicles)

Expected Phase 2 (up to a total of 1,100 vehicles)

IN SCOPE for this RFP

Community Services (CSG) • Licenses & Animal Control X

Engineering Services (ENG)

• Departmental Services (Sponsor)

X

• Waste Management & Resource Recovery

X

• Streets X X

• Transportation X

• Water, Sewers & District Energy

X

• Street Use X

• Driver Services X X Real Estate and Facilities Management (REFM)

• Facilities Operations X

Board of Parks and Recreation (Parks)

• Arborist X

• Parks Maintenance Fleet X

• Urban Forestry X

Financial Services • Risk Management X X

NOT IN SCOPE

Fire & Rescue Services (VFRM)

• ALL Fire & Rescue vehicles ARE NOT IN SCOPE for this project

Vancouver Police Department (VPD)

• ALL VPD vehicles ARE NOT IN SCOPE for this project

Details of each business unit and their motivating factors are included in the subsequent section.

1.2 CITY BUSINESS UNIT VEHICLE FLEET OPERATIONS

The twelve (12) Business Units, which operate vehicle fleets (or who will be using the vehicle information to address business needs) are defined as follows:

FINAL June 2015

4 | P a g e

Page 85: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

1.2.1 Community Services: Licenses & Animal Control. The focus of Licenses & Animal Control to facilitate a safe, healthy, vibrant community for people and their pets, through the development, education and compliance of bylaws that reflect community values. Animal Control responds to approximately 20,000 requests for service per year using 13 vehicles (vans, SUV’s, animal trucks and bicycles). This group actively uses manual dispatching of by-law officers to address service requests and has concerns regarding the safety of their officers who are generally working in a “lone worker” capacity throughout the city and parks.

1.2.2 Engineering Services: Departmental Services. Departmental Services includes the following groups:

• Equipment Services: The primary sponsor group for this project – they are responsible for the maintenance and management of the corporate fleet – the focus of this group is thri-fold:

1. To reduce fleet footprint, by increasing fleet utilization (to its maximum potential)

2. To reduce fossil fuel consumption, by reducing the amount of fuel used and reducing the amount of Greenhouse Gas generated by the corporate fleet

3. To maximize operational efficiency of vehicles (and the usable lifespan of vehicles) by incorporating engine fault codes and telematics data into Fleet Management application to schedule maintenance on vehicles and equipment

Equipment Services utilizes 60 vehicles (loaner pool vehicles to light duty trucks and vans) and maintains all vehicles within the scope of this implementation. Equipemnt Services will be responsible for the overall city management and administration of the proposed solution once it has been implemented by the proponent.

• Kent Construction, Supplies & Services: responsible for the supply of asphalt, aggregate and precast concrete products to COV projects, they also inspect material supplies, contracted work, utilities and pavement conditions to ensure construction and building code adherence. The Kent Yards fleet consists of a variety of 7 vehicles that remain on site (Dump Truck) and vehicles that travel across the city (pickup trucks and vans)

1.2.3 Engineering Services: Waste Management & Resource Recovery. Waste Management & Resource Recovery department includes the following groups:

• Sanitation Services: responsible for curbside collection of garbage, green waste, recyclables and street cleaning process (street sweeping, and street cleaning after events and incidents). Sanitation Services fleet consists of 120 vehicles (passenger cars, Street Sweepers, trucks, automated side loader refuse trucks) that range between routed collections and requests for service.

• Landfill & Transfer Station: responsible for management of waste, organics, recyclables and operational materials; this branch transports materials collected from Vancouver South Transfer Station (VSTS) to a number of disposal sites including: Vancouver Landfill (Delta); Envio-Smart (Delta); Harvest Power (Richmond). Landfill & Transfer Station branch is responsible for the ongoing operations of two active sites, and the transfer of materials between the locations – as a result, they have varying array of 26 vehicles and equipment that

FINAL June 2015

5 | P a g e

Page 86: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

is site specific (for example: Loaders, Bulldozers, Compactors); and 19 vehicles that will move between sites (Tandem Axle truck & trailers, pickup trucks and SUVs)

• Solid Waste Management: responsible for developing, implementing and managing waste management strategies and reporting on operational processes to various regulatory bodies. Solid Waste Management uses 3 light duty vehicles.

1.2.4 Engineering Services: Streets. Streets department includes the following groups:

• Street & Electrical Design: responsible for the design of streets, curbs sidewalks and electrical needs of the city infrastructure. Street & Electrical Design fleet consists of 8 vehicles (passenger cars and vans) that are used for a variety of purposes.

• Streets, Traffic and Electrical Operations: responsible for ongoing construction and maintenance of all street, curb, sidewalk, boulevard, traffic management and electrical infrastructure (for example: street lights, stop signs, traffic intersections) – this group is also responsible for snow and ice removal during the winter months --- which is termed “Snow Fight”. As a result, they have varying array of 207 vehicles and equipment (passenger vehicles, articulated tractor, dump trucks, pickup trucks, boom trucks)

• Parking Operations and Enforcement: responsible for enforcing parking bylaws, collecting coin fares from parking meters and updating parking signage throughout the city. The Parking Operation and Enforcement fleet consists of 47 passenger style vehicles – some with specific alarm requirements for bylaw enforcement (lone workers) as well as coin collection vehicles.

1.2.5 Engineering Services: Transportation. The Transportation Branch includes: Strategic Transportation planning, Traffic & Data Management, Neighbourhood Parking & Transportation, Active Transportation, and Film & Special Events. The focus of the Transportation branch is to ensure requests for service are dispatched appropriately and to estimate travel times for various locations across the city. The Transportation fleet consists of 3 passenger vehicles.

1.2.6 Engineering Services: Water, Sewers & District Energy. Water, Sewers & District Energy department includes the following:

• Waterworks (Design & Operations): Waterworks is responsible for the design, construction and maintenance of potable water system infrastructure. This Business Unit, which also operates a comprehensive and diverse vehicle fleet, protects public health and the environment by providing water to over six hundred thousand Vancouverites. The Waterworks fleet consists of 48 light duty and heavy truck construction vehicles (pickup trucks, tandem axle dump truck, 1.5 Ton Cube Van).

• Sewers (Drainage Design & Operations): Sewers is responsible for the design, construction and maintenance of storm water and sewer system infrastructure – including: mains, services, pump stations and catch basins for road drainage. This Business Unit, which also operates a comprehensive and diverse vehicle fleet, protects public health and the environment by providing sewer and storm water service. The Sewers fleet consists of 65 light duty and heavy truck construction vehicles (pickup trucks, tandem axle dump truck, 1.5 Ton Cube Van, Vac Trucks).

FINAL June 2015

6 | P a g e

Page 87: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

Waterworks and Sewers respond to a wide variety of work throughout the city, from routed catch basin maintenance, to responding to a wide variety of service requests – connection service to sinkhole response. Manual dispatching of vehicles to sites as well as the use of equipment is important to this group to ensure public safety.

1.2.7 Engineering Services: Project & Quality Management. The Project and Quality Management includes: Street Activities, Construction Coordination, Projects and Development Services, Land Survey, Utilities Management, and Engineering Project Management Office. The focus of the Street Activities branch is to ensure requests for service are dispatched appropriately and to estimate travel times for various locations across the city. The Project and Quality Management fleet consists of 15 passenger vehicles.

1.2.8 Fire & Rescue Service: Driver Services. The focus of Driver Services is to be a consumer of the GPS data to identify trends of driving behaviour within groups, to evaluate training on actual driving behaviour, and to identify areas to be addressed by future training – in accordance with the Telematics Devices and Data and Safe Driving policies.

1.2.9 Vancouver Board of Parks and Recreation. The Parks Board is committed to providing, preserving and advocating for parks and recreation to benefit all people, communities and the environment. Vancouver’s natural environment through its role as planner, protector, facilitator, educator and provider of recreational locations, recreation activity opportunities, parks and open spaces. The Parks Boards departments are responsible for managing Vancouver pathway system, urban forest, maintaining healthy ecosystems.

1.2.10 Financial Services: Risk Management. The focus of Risk Management is to be a consumer of the GPS data to cross reference claims made against city vehicles and equipment, to confirm or refute a claim that the vehicle or equipment in question was in the vicinity to the location when the incident is alleged to have taken place – the use of the GPS data for addressing claims made against City employees will be done in accordance with the Telematics Devices and Data policy.

FINAL June 2015

7 | P a g e

Page 88: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

Figure 1 - Distribution of COV Vehicles by Type

1.3 GPS CURRENT STATE WITHIN THE CITY OF VANCOUVER

City of Vancouver has a number of business units who have independently contracted and managed GPS services from a number of proponents – this occurred independently from 1995 to 2005 – to date there are approximately 350 vehicles that currently have some form of GPS collection (real-time or downloaded wirelessly in COV designated download points). A component of the project will require the proponent to un-install the current GPS hardware, install the designated replacement, and dispose of the previously installed hardware.

1.4 EXPECTED DISTRIBUTION OF GPS SERVICES

City of Vancouver has conducted a number of stakeholder engagement sessions with the various business units – as a result of these engagement sessions – it has been determined that a “one size fits all approach” will not be sufficient to meet the various needs and data requirements for the business units. Therefore, it is expected that a menu style approach, meaning the ability to choose optional features and components per vehicle, will be offered by the proponent – Figure 2 outlines the anticipated future distribution of GPS and Telematics hardware.

FINAL June 2015

8 | P a g e

Page 89: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

Figure 2 – Anticipated future distribution of GPS and Telematic Services for COV Vehicles

1.5 CITY BUSINESS & PLATFORM APPLICATIONS PORTFOLIO

The City of Vancouver is initiating Vehicle Based GPS solution as an initial component of transforming a number of current business operations. The Telematic, OBD and Location details the Proposed Solution it is expected to provide will enable associated COV projects the capability to achieve a number of strategic goals – it is well understood – the information provided by the proposed solution is only the foundation by which other systems and programs are based, as illustrated in Figure 3.

Figure 3 - GPS Foundation for achieving strategic goals

15%

20%

25%

40%

Sensor based GPS Collectionwith Driver DisplayTerminals(2 Way Communication)

Sensor based GPS Collectionwith Driver Display(Limited Functionality)

Light Duty GPS with DriverDisplay(Limited Functionality)

FINAL June 2015

9 | P a g e

Page 90: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

The City of Vancouver applications that are expected to be integrated with Vehicle based GPS data include the following:

1.5.1 Fleet Management System (to be replaced in 2015)

COV’s Equipment Services currently use a number of systems and tools (including FASTER, SQL Reporting Services and SAP) to manage the City fleet and maintenance records. Although the requirements for a new system have not been finalized – it is expected that the solution will incorporate near-real time GPS data including the following information:

- Vehicle ID - Date / time - OBD trouble indicator - Equipment Sensor indicators - Actual kilometers (likely) - Odometer kilometers (likely) - Vehicle Engine hours - Equipment usage hours

The Proponent’s solution shall include the implementation of a near real-time telemetry interface for transmitting operational (e.g., engine hours, kilometers travelled) and diagnostic (e.g., fault codes) data from the Proponent’s solution to COV’s future Fleet Management application.

1.5.2 Sanitation Services Operations Management System (SOMS) (to be implemented 2016)

COV’s Sanitation Services currently uses a number of applications and processes to manage the services and business data it provides to citizens. The business is looking to implement a system which allows for the dispatching vehicles to service requests, management of collection routes and beat management and cart asset management – it is expecting the future management system will have a two-way interaction with GPS and Telematic data – as it will be consuming the locations of vehicles (in near-real time) as well as monitoring status of route completion to address customer service and business operations needs, as well as pushing notifications to drivers.

The requirements for this system have not been finalized – it is expected that the solution will incorporate near-real time data including the following information:

- Vehicle ID - Date / time - Civic Address - Route # - # of carts collected (to be inferred by the number of times the hydraulic arm is enabled) - Duration of stop in seconds - Total kg of materials collected (from internal scale on truck) - RFID tag of cart collected (likely) - Issue code as input from the driver

FINAL June 2015

10 | P a g e

Page 91: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

The Proponent’s solution shall include the implementation of a near real-time telemetry interface for transmitting operational (e.g., issue code, Route #) data from the proposed solution to the future SOMS application.

1.5.3 Route Creation and Optimization tool (future)

COV’s Waste Management & Resource Recovery Branch and Streets Branch are looking to implement a toolset (or GIS data layer) for planning and scheduling the service routes of City waste/recycling collection vehicles and snow and ice control.

The future routing tool is expected to be both a consumer of the proposed solution data in the future, and is also expected to provide route details which will be transmitted to specific vehicles. The direct integration between the Routing tool and the Proponent’s solution is not within the scope of this RFP; however, the capability to integrate information from and to vehicles is expected to be a capability of the proposed solution.

1.5.4 City Geospatial Platforms

COV’s Geospatial Information System (GIS) is a set of tools that captures, stores, analyzes, manages, and presents spatial data and related attributes. To that end, COV’s geospatial platform encompasses ArcGIS, AutoCAD Map 3D, it is an expected capability of the proposed solution to pull GPS and Telematic data to be displayed within a GIS environment as well as to display GIS layers in various components of the proposed solution.

1.5.5 Emergency Management Office GIS Toolset (to be implemented 2015)

The Emergency Management Office is in the process of developing the scope for the Emergency Management Incident tools and applications – it is assumed that there will be a fundamental requirement for near-real time display of vehicle location and dispatching (optional) within Emergency Management. The direct integration between the Emergency Management Incident tool and the Proponent’s solution is not within the scope of this RFP; however the capability for the proposed solution to publish vehicle locations and movement is expected as a capability of the solution.

1.6 CITY WIRELESS COMMON CARRIER

1.6.1 Wireless Carrier Details.

COV has a long–term supply arrangement in place with a Canadian wireless telecommunications provider (Bell Canada) for cellular and mobile data plans. This is the preferred provider for City mobile devices, it is not restrictive, and COV will entertain proposals that use wireless communication services from any cellular service provider governed by the Canadian Radio-Television & Telecommunications Commission (CRTC), which provide “best value” to COV requirements relating to data plans and communication methods.

FINAL June 2015

11 | P a g e

Page 92: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

2. PROJECT DETAILS

2.1 PROJECT PARAMETERS - OVERVIEW

COV envisions the implementation of the proposed solution to occur in two (2) sub-projects, which are described below:

1. Phase 1- Pilot: to be initiated immediately upon contract award notification. It is anticipated that all vehicle GPS Hardware installation, Solution Configuration, Reports and Training will be completed within 90 calendar days following contract award; followed by a 60 day System Acceptance period after which the system will be evaluated to ensure business benefits are achievable with the system – the expected process and milestones for Phase 1 is illustrated in Figure 3.

The City shall be given the option to terminate the contract after the end of Phase 1 if:

1) the City is not completely satisfied with the solution that the Contractor has provided 2) the benefits of the implemented solution do not meet the anticipated business benefits which the

City is determined to achieve.

The Proponent shall, prior to commencing the project, establish an agreement with the City on a plan for project termination and wrap-up including a schedule of fees/costs that the City will bear upon project termination. This plan should include a process for un-installing and re-stocking the GPS hardware on all 200 vehicles. The schedule of fees/costs should include a fixed re-stocking fee for hardware and any software licensing wind-down costs among any other wrap-up costs.

2. Phase 2 - General Roll-out (of GPS to non-emergency vehicles): the remaining vehicles will be integrated

into the COV GPS management approval process1. Any alterations to the requirements contained within this document – as a result of the Pilot project – will be documented with appropriate contract amendments. It is expected that the remaining vehicles will be initiated and completed 20 months following this contract award – it is the expectation that COV non-emergency vehicles will have GPS units installed (to a maximum of 1,100 units); however, this is contingent upon the realization of the expected business benefits of the system as evaluated by COV during phase 1 (for further details - see section 2.2.1).

A general overview of the anticipated timeline as well as milestone gates for Phase 1 – Pilot, is illustrated in Figure 4.

1 GPS management approval process will require business units to document a valid business case for the inclusion of their business unit for GPS data collection

FINAL June 2015

12 | P a g e

Page 93: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

Figure 4 - Phase 1 Milestones

2.1.1 PHASE 1 - PILOT DETAILS

2.1.1.1 As the first step to ensure and quantify expected business benefits with vehicle based GPS, the City of Vancouver is requiring a Pilot, the results of which is expected to validate the expected business benefits, and quantify the benefits for the business departments and the City as a whole.

2.1.1.2 Expectations for the Pilot:

a. The proponent will install and configure GPS hardware onto a selection of – approximately 200 vehicles (+/- 10%)

b. The proponent will demonstrate the following solution capabilities: 1. Integration with COV systems 2. Dispatching 3. Utilizing data for routing and work balancing of vehicles 4. Reporting & Analytics 5. On-board Diagnostic (OBD)

c. The Pilot is expected to be in effect for a time period of no less than 2 months and no longer than 8 months

d. During this time period business units will receive training on managing the system, reporting & analytics, and Equipment Services staff will receive training on installation, maintenance and troubleshooting the in-vehicle hardware and wiring associated with the proposed solution.

e. There will be a period of System Acceptance where a number of benchmarks must be achieved 1. Hardware Certification 2. Functional Certification 3. Proof of Integration 4. System Documentation 5. 60 Day Reliability Test

FINAL June 2015

13 | P a g e

Page 94: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

After the System Acceptance benchmarks are achieved – the proponent is expected to provide city staff with a Solution Acceptance Report, which documents benchmarks, significant achievements and signoffs.

f. Upon COV receipt and acceptance of the Solution Acceptance Report from the proponent – the project will enter a sustainment phase, in which all components have been installed and the solution deemed to be stable.

g. The solution then enters the Phase 1 Review Process.

2.1.2 PHASE 1 - PILOT REVIEW DETAILS

2.1.2.1 This step, the Pilot Review Gate, City of Vancouver staff will review the results of the Phase 1 implementation to document the quantifiable business benefits of the solution, evaluating the results against anticipated benefits – identify opportunities for the future and providing recommendations for the remainder of the implementation.

2.1.2.2 Expectations for the Pilot Review:

a. The solution is stable (no major bugs/defects reported, the solution availability and hardware failure rate is within the standards set within the technical requirements) .

b. The implemented solution contains the reports and analytics necessary to conduct the review and evaluate the business changes and opportunities available to the business units.

c. The operational staff (those directly interacting with the solution) have had the necessary training to manage the system and use the reports & analytics.

d. An evaluation of the expected business benefits based will be conducted by city project and operational staff – to determine the feasibility and return on investment to implementing the system throughout the COV fleet.

e. The results of the evaluation will be presented to City Steering Committee and Senior Managers, outlining the results of the initial phase and provide recommendations for the future. And obtain approval to proceed to Phase 2.

2.1.3 PHASE 2 – GENERAL ROLL-OUT OF GPS TO BUSINESS UNITS PROJECT OVERVIEW

2.1.3.1 Expectations for the General Roll-Out:

a. The project manager will coordinate between the proponent and COV staff to install GPS hardware onto vehicles across the identified vehicles (Phase 2 maximum scope: 900 vehicles - to a maximum of 1,100 vehicles including Phase 1 installs).

b. The proponent will ensure the solution has the capability to integrate with COV systems. c. The roll out is expected to be completed within 12 months from Phase 2 kickoff d. During this time period business units will receive training on managing the system, reports and

monitoring the information GPS provides. a. During this time period business units will receive training on managing the system, reporting

& analytics.

FINAL June 2015

14 | P a g e

Page 95: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

b. There will be a period of System Acceptance where a number of benchmarks must be achieved i. Hardware Certification ii. Functional Certification iii. Proof of Integration iv. System Documentation v. 60 Day Reliability Test

After the System Acceptance benchmarks are achieved – the proponent is expected to provide city staff with a Solution Acceptance Report, which documents benchmarks, significant achievements and signoffs.

c. Upon COV receipt and acceptance of the Solution Acceptance Report from the proponent – the project will enter a sustainment phase, in which all components have been installed and the solution deemed to be stable.

e. Upon conclusion of the General Roll out period (System Acceptance) the application and hardware will transition into the Maintenance and Support Phase – specification of the maintenance and support expectations will be outlined in the Service Level Agreement with the Proponent.

2.1.4 PROJECT SCOPE OF WORK

a. Solution Implementation. Furnish, install, and implement a fleet GPS SOLUTION for City vehicle operation and administration that meets, or exceeds the VEHICLE GPS Functional and Technical Requirements;

b. City Vehicle Pilot. Provide all components, customization, reports and consulting services associated with the proposed solution for an initial Pilot of 200 (+/- 10%) City vehicles whose type, and details will be provided to the Proponent at Phase 1 kickoff;

c. In-Vehicle Wireless Device. Supply the in-vehicle wireless device and associated hardware including but not limited to the communications device, antenna, enclosure, fasteners, wire, and cables that supports the VEHICLE GPS Solution’s Vehicle Wireless Device specifications and certified to operate on a telecommunication carrier’s network;

d. In-Vehicle GPS Device installation. The proponent will be responsible for the installation, configuration, testing, and activation of each vehicle’s in-vehicle hardware. The Proponent will be required to propose a suitable schedule to outfit all vehicles and submit a test plan to ensure quality control. It is expected that the vendor will perform the installation on the first 100 vehicles and then a training program will begin to train COV staff while installing the next 100 with a coordinated installation scheduled by the project manager where both COV staff and the proponent will be responsible for installation of the in vehicle hardware and components;

e. In-Vehicle Hardware/Installation and Troubleshooting Training. Provide training and documentation for: • In-vehicle hardware installation and troubleshooting; • IT related service/support activities necessary to ensure system availability, as well as, • Documentation on what “events” should be monitored to ensure proper operation;

FINAL June 2015

15 | P a g e

Page 96: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

f. Hosted Data Storage Location. Provide a secure data hosting location which manages and stored all data generated by COV GPS data collection processes. This data must be made available for COV for a period of at least 16 months availability of data for analysis, reporting and general use. The hosted data solution must have the ability to transmit an unlimited amount of data (raw or in report format) to a COV specified data warehouse – when requested.

g. Processes and Procedures to ensure Business Continuity. The proponent must provide details outlining their processes and procedures to ensure COV business continuity and system availability.

h. Database. Ensure a database system that can store the collected information and meta-reports as required, and security/redundancy of the data at the primary storage site;

i. GPS Data Availability. Provide COV with methods to retrieve any and all GPS data captured by COV Vehicles (and stored by the proponent) in order that COV may utilize the data for additional City objectives;

j. User interface. Provide COV with a graphical user interface to access information regarding City GPS data collection, including the following:

• Near Real-time GIS-based vehicle location (current); • Historic GIS-based vehicle location mapping (past); • Vehicle diagnostic alerts; • Alerts and alarms based on business needs; • Vehicle Dispatch capabilities; • Reporting and Analytics; • Additional Telematic data display;

k. Reports. Provide required reports and statistics;

l. End-user Application Training & Documentation. Provide hard copy and web-based (and/or recorded) training and documentation for:

• “administrators” to configure and manage the application, user interface, vehicle data capture and generating reports

• “managers” to generate reports and statistics of operational usage and incidents involving vehicles

• “dispatchers” to dispatch vehicles to a location or incident • “casual” end-users in the general operation of the user interface • “installers” to install and configure the physical units in the vehicles

m. Software Licenses. The Proponent shall provide all licenses for the proposed solution provided by the

Proponent to COV – details of the user license to be provided by the Proponent in their response.

n. Warranty and Service. Once the solution is accepted by COV, the Proponent will provide all required services to ensure adequate technical support and maintenance both during the Pilot Phase and General Roll-out Phase; continuing thereafter for future prescribed periods as will be defined within

FINAL June 2015

16 | P a g e

Page 97: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

support and maintenance agreements with COV prior to contract award. Services should include at a minimum basic one (1) year warranty for all in-vehicle GPS parts and labour, and software/firmware upgrades. The Proponent will coordinate with City of Vancouver representatives to enter into an agreed Service Level Agreement (SLA) in which all service expectations will be outlined;

o. Industry Standard Open Architected Platform. Be architected upon an industry standard web

architecture platform that can integrate with a variety of City in-vehicle equipment and collect relevant data to meet the diverse vehicle fleet management needs, as well as for presentation and interaction with remote specifications;

p. End-to-End Performance Test. Conduct an end-to-end full solution Performance Test and Quality

Assurance Tests in accordance with the requirements set out in this RFP;

q. System Acceptance Certification. Certify the installed solution has met all conditions outlined in the System Acceptance section of this document; as well as

r. Enable Future Enhancements. Remain technologically relevant, scalable, and extensible to

accommodate future solution enhancements that will be required to satisfy various City Business Units’ operational requirements. This would include the provision of a technology platform/application solution that would include an in-vehicle device fulfilling the GIS, OBD, and Reporting requirements specified in Functional and Technical requirements respectively within this RFP, through to future in-vehicle and out-of-vehicle mobile office technologies.

The outcome of this scope of work will provide COV with modern, integrated, highly available, cost-effective vehicle GPS and Vehicle Telematic capabilities that will enhance effective fleet operations and enhance current business process improvement initiatives.

FINAL June 2015

17 | P a g e

Page 98: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

2.2 EXPECTATIONS OF VEHICLE BASED GPS AND TELEMATICS TO EMPOWER COV BUSINESS

As a component of the proposal evaluation, proponents are expected to complete the Capability Matrix (in the tab labelled “2.0 Capability Matrix” under Annex 3 – Schedule of Functional Requirements spreadsheet) in which anticipated business capabilities are outlined – proponents are expected to link functions within their proposed solution to the capability to ensure City Evaluation staff understand how features will related to their anticipated business benefits.

Capabilities have been categorized by general business type and the expected implementation phase has been provided to give proponents an understanding of the capabilities Phase 1 and Phase 2 are expected to achieve.

2.2.1 EXPECTED QUANTIFIABLE BENEFITS OF THE SOLUTION

In order to measure quantifiable benefits of the solution, it is anticipated that business units will be split into groups that have different hardware or features configured. It is expected that there will be a control group – which will have the minimum features and a study group that will be used to evaluate the results. While the city has not established specific targets, the metrics between groups will be evaluated to determine the business value of expanding the number of GPS units for Phase 2.

A sample of the expected quantifiable benefits of the solution includes:

• Decreased emissions of Greenhouse Gas and Fuel usage;

• Identify opportunities for fleet use for the business unit;

• Decreased time to resolve risk management incident claims;

• Faster turnaround time and faster response times to incidents and work locations;

• Improved customer service;

• Accurate speed and distance reporting;

• Timely exception condition reporting;

• Decreased time to account for materials management of Snow & Ice controls;

• Management Business Intelligence style reporting – 24hr history, utilization, speed graphing, detailed events;

FINAL June 2015

18 | P a g e

Page 99: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

2.3 COV ARCHITECTURE GOALS

2.3.1 COV places a strong emphasis on delivering value to its citizens. Generating value means using resources efficiently. Purchased products and services need to fit well within COV environment and be sufficiently open that COV can adjust the use of its assets based on the changing needs of the organization.

Mindful of this, it is critical that the Proponent provide COV with a Vehicle GPS Solution with an architecture that can:

• Be easily augmented with additional functionality;

• Interchange data freely with other systems;

COV desires the architecture of the proposed solution be open; and sees the following goals as representative of an open architecture:

Goal Description

Scalable

The application is scalable and extensible to meet anticipated workload and business needs. The architecture must consider all scale metrics both current and future anticipated.

Typical scalable and extensible solutions include:

• distributed deployment;

• fast networking components; and

• Modular GPS components to allow businesses to add functionality to divers (or data collection) as required.

Flexible The architecture is not singularly focused on specific functionality, but should allow for growth, changing requirements, and simplicity of configuration.

Integratable The architecture accommodates integration of new auxiliary devices, complementary systems, and management systems without causing unmanageable disruption.

Maintainable The architecture needs to accommodate a simplified maintenance regime by having a clear and concise layout of components, responsibilities, and extension points.

Clear, Consistent, and Coherent Interfaces

The foundation of a solid implementation is rooted in the elegance of the interfaces. The overall architecture and design must lend itself to well placed, logical, intuitive interfaces.

Component based

The solution should be designed as an interacting set of relatively granular software components.

FINAL June 2015

19 | P a g e

Page 100: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

The architectural needs of COV, in the context of the proposed solution, are:

Need Type Description

Convenience Minimizing time, effort, and costs

Consistency & Ease of Use

Ease of use and consistency of application are key to ensuring productive system use by the users.

Trust & Security

Measures taken to protect the privacy and safety of Vancouverites; to protect information and resources with respect to privacy, confidentiality, and integrity; to be seen and understood as doing the above. Ensures that:

• only authorized users/roles have access to view or modify documents based on their security profiles; and

• the system keeps an audit trail of all activity with reporting capabilities.

Variety of Display The ability to display all information in a variety of formats (tabular, mapping, graphical)

FINAL June 2015

20 | P a g e

Page 101: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

3. REQUIREMENTS

3.1 INTRODUCTION

3.1.1 COV does not wish to procure a system under development, and therefore the Proponent’s proposed must:

1. Currently be in production (for a period of at least 1 year);

2. The proposed solution must be utilized in at least three (3) organizations (government or private) which should operate a vehicle fleet of min. 300 vehicles.

NOTE: Prototypes or items in test production and not formally announced for market availability shall not be accepted.

3.1. 2 All solution requirements are documented in two excel spreadsheets which contain the following:

- Section 1 – Minimum Criteria for Submission - Section 2 – Functional Capability Matrix - Section 3 – Functional Requirements - Section 4 – Technical Requirements - Section 5 – Training Requirements - Section 6 – Documentation - Section 7 - Experience

FINAL June 2015

21 | P a g e

Page 102: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

4. PROJECT MANAGEMENT & SOLUTION DELIVERY SERVICES

4.1 OVERVIEW

4.1.1 Project Approach

Within ten (10) business days after COV’s written notice of Award to the Proponent, the Proponent shall provide an initial Project Implementation Plan & Schedule (PIPS). The deliverable shall describe in detail the milestones, task responsibilities, and time frames for: system configuration, installation, integration, testing, training, and full system cut-over for Phase 1 – Pilot implementation.

4.1.2 Project Planning Phase.

The project kick-off meeting begins the Planning Phase of the project. This effort will establish the approach to the configuration and implementation of the Proponent’s Solution. During the kickoff meeting, the Proponent and COV will jointly discuss timing and staffing issues that will impact the timeline. The result of the sessions shall be an updated work plan and schedule. COV will approve the sequence of installation of all configurations following the completion of the Project Planning Phase.

4.1.3 Project Communication Platform

The selected Proponent and COV Project team will be required to share information, messages, and documents. The Proponent shall be responsible for the creation and maintenance of a collaborative environment which is available to both COV project team members as well as the Proponent team members. Both COV and the Proponent Project Managers will have access within the tool to add, edit and remove members of their teams. All project deliverables and documents will stored in a location which both teams have the ability to access

4.1.4 Project Deliverable List

The following table identifies the expected timeline of the project deliverables to be provided by the Proponent to COV. Items are to be delivered to COV within the number of calendar days listed in the due date column. Deliverable due dates are dependent upon COV’s issuance of a Letter of Award, the timing of the deliverable due date shall be expressed in terms of NTP + X calendar days. The Proponent’s ability to invoice will be measured against the completion of written and accepted deliverables.

FINAL June 2015

22 | P a g e

Page 103: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

Deliverable # Deliverable Title Due Date

1 Notification of Contract Award

2 Project Implementation Plan and Schedule (PIPS) - Initial2 NTP+10

3 Requirements Traceability Matrix (RTM) NTP+15

4 Solution Design Document (SDD)3 NTP+15

5 Solution Testing Plan (TPS) – includes functional testing & user acceptance testing

NTP + 20

6 Solution Acceptance Criteria - Initial4 NTP+20

7 Solution Administration Guide *

8 Integration and API Procedure Details *

9 Solution User Guide *

10 Solution User Training Plan *

11 Solution Issues and Defect Report *

12 Solution Test Results Report.

13 Solution Vehicle Installation Log *

14

Deliverable Delivery Confirmation Log

• Solution Receipt • Acceptance Report

*

Note: The asterisk (*) denotes the dates will be determined and included in the Proponent’s Project Implementation Plan and Baseline Schedule (PIPBS). At a minimum, the Proponent’s PIPBS shall have each of the above deliverables specified above in its submitted document.

2 To be maintained by the proponent

3 If configuration is required for the proposed solution – to address Mandatory Requirements

4 To be maintained by the proponent

FINAL June 2015

23 | P a g e

Page 104: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

4.2 PROJECT IMPLEMENTATION PLAN AND SCHEDULE - DETAILS

4.2.1 The Proponent is responsible for the development and maintenance of the Production Implementation Plan and Schedule, which at a minimum must include:

a) Scope and goals of the Production Implementation Plan; b) Advantages and challenges, assumptions, and prerequisites of proposed approach; c) Expectations from COV; d) Detailed timeline; e) Sequence of deployment tasks; f) RACI Matrix (Responsible, Accountable, Consulted, Informed) g) Sequence and schedule of GPS hardware install for Business Units (based on Priority Business List

provided by COV)

4.2.2 The plan should also take into consideration and include all aspects of business unit & project team readiness such as:

a) Vehicle Schedule & Availability b) Change management; c) Communication activities; d) Providing user support post Go-Live; e) Identifying and resolving impacts; f) Testing; g) Training; h) Interfaces; i) Hardware; j) Reports & Analytics;

4.2.3 The Proponent shall execute the production implementation plan as approved by COV.

4.3 COV’S RESPONSIBILITIES

COV shall provide the following:

4.3.1 Executive Steering Committee. The project oversight body is made up of COV Executive Project Sponsors, Equipment Services Manager, as well as Managers and Directors representing the Human Resources, Parks Business Units, Purchasing, and Information Technology Business Relationship Manager (BRM-ENG).

4.3.2 Project Business & Technical Working Group Committees. This project working group body is made up of the key stakeholders for ALL COV’s business and technology groups.

4.3.3 Project Management. COV will assign a dedicated Project Manager to serve as a single point of contact to the Proponent. COV’s Project Manager’s duties include at a minimum:

• Coordination of project plan development;

• Schedule coordination;

FINAL June 2015

24 | P a g e

Page 105: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

• Management of COV’s project team;

• Monitor and facilitate approval of deliverables;

• Authorize payment of invoices pending approval of deliverables;

• Assure Proponent is provided with sufficient access to both technical and business knowledge experts to maintain the project schedule;

• Provide project status reports to COV governance authorities; and

• Provide COV Change and Configuration Management documentation.

4.3.4 City GPS Project Resources. COV shall provide relevant resources (e.g., DBA, MSA, etc.) to support the implementation of COV’s components within the Proponent proposed Vehicle GPS Solution. Note: The Proponent must describe the resources required to be provided by COV by developing a RASCI matrix within the project plan deliverable and specifying any other required resources. COV will provide the requested resources within reason and to the best of its ability.

4.3.5 Coordinate all project meetings among the Proponent, and applicable City functional and IT technical team members.

4.3.6 Provide work space, electrical power, and associated physical device connectivity within COV’s facilities for Proponent personnel where required.

4.3.7 Provide network related troubleshooting with assistance from the Proponent as necessary and, as requested, with respect to the Solution.

4.3.8 Provide City Security and Occupational Health and Safety awareness training to all Proponent on-site project personnel.

4.3.9 Solution Integration with City Asset Management Applications. COV shall provide an Integration Team and Services whose responsibility shall be to:

• Assist the proponent in validating the solution integration capabilities with an application that is applicable to the relevant project phase (likely to an existing on-line GIS application).

4.3.10 City GPS Solution Testing. COV will participate in the testing process by providing input into the development of testing success criteria, and by auditing the test results provided by the Proponent. Ultimate responsibility for meeting the success criteria resides with the Proponent.

4.3.11 Change Management Approval. Following contract award, approval of any prime Proponent, or subcontractor requested changes that impact the scope, cost, or timeline of the Phase 1 Pilot OR Phase 2 General Roll-out, will be the responsibility of COV Project Manager to validate and obtain required approvals before they can be made.

FINAL June 2015

25 | P a g e

Page 106: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

4.4 THE PROPONENT’S RESPONSIBILITIES

4.4.1 Prime Contractor. The Proponent (prime contractor) will be responsible for contract performance, and subcontractors, when subcontractors are used. When subcontractors are used, they, and any alternates, must be identified by name and abide by all terms and conditions of the contract. If subcontractors are to be used, the bidder must clearly explain their participation.

4.4.2 Subcontracting. Any Contract resulting from this bid shall not be, in whole or in part, subcontracted, assigned, or otherwise transferred to any other Contract without prior written approval by COV. The Proponent shall be directly responsible for any subcontractor’s performance and work quality when used by the Proponent to carry out the scope of the job. The Proponent must assure subcontractors abide by all terms and conditions under the relevant Contract.

4.4.3 Solution Installation & Integration. From an integration perspective, the Proponent will be responsible for:

a. Providing, configuring and installing (if necessary) all aspects of the Vehicle GPS and Telematics Solution, and any additions deemed necessary, to enable the system to operate according to all mandatory and desirable functional, technical, and system level performance specifications presented herein and in the RFP Attachments;

b. Providing the framework and technology to enable integration between the solution and COV applications. This integration should provide unrestricted access to all vehicle tracking, diagnostic, and telematic data;

c. Configuring the proposed solution to COV’s requirements;

4.4.4 Proponent Solution Testing. The Proponent is required to plan, execute and verify testing of the proposed Solution. This includes:

1) Creating an end-to-end test plan for review and approval by COV;

2) Coordinating with COV to document the solution acceptance criteria for each project implementation phase;

3) Unit testing of all hardware, customizations and user interface(s);

4) Demonstrating functionality of all solution components;

5) Demonstrating accomplishment of functional and non-functional requirements;

6) Demonstrating reporting and analytic capabilities which address the quantifiable business benefit tracking;

7) Validating integration between the proposed solution and a COV application;

8) Load and performance testing;

9) Demonstrating high availability and failure recovery mechanisms, including:

• Fail-over and fail-back of data centre systems;

• Restoration of services to a cold-standby site;

FINAL June 2015

26 | P a g e

Page 107: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

• Device recovery in the event of power and/or signal loss; and

• Stress testing.

10) Security and penetration testing; and

11) Demonstrating service-desk and troubleshooting procedures.

4.4.5 Project Management. The Proponent shall designate a Project Manager who will be responsible for the management, oversight, delivery, and coordinating resolutions to the project and any associated issues. This Project Manager will also be the primary/single point of contact for Proponent communications related to the project. For the period from contract initiation, through to the end of the Proponent’s Solution’s acceptance period, the Proponent’s Project Manager shall provide weekly project status reports, which at a minimum shall include:

a) Significant work plan activities performed during the reporting period. Reviewing the completed activities and comparing to plan;

b) Identifying project risks and documenting recommendations to mitigate such risks; c) Deliverables completed during the reporting period. Identifying milestones reached and

comparing to plan; d) Significant work plan activities planned for the next reporting period; e) Deliverables expected to be completed in the next reporting period; f) Identifying problems or issues and tracking status of problems/issues; g) Documenting what mitigation effort and plan is being done to achieve resolution of

problems/issues; and h) Project notes and comments.

4.4.6 The Proponent must provide well-trained technical, support, and consulting staff that keep current with the latest technologies, and are fully knowledge in the Proponents’ Solution, its features, configuration, and integration.

4.4.7 The Proponent shall be required to be on-site for the duration of the system cutover to the live production system as well as identify Proponent onsite post implementation requirements (if any).

4.4.8 The Proponent shall use existing documentation provided by COV (such as functional business and technical requirements) and ensure compliance with COV’s bylaws and solution requirements.

4.4.9 Comply with the following when conducting activities within any City facility at all times:

a) Provisions of all applicable directives of COV and its agencies;

b) Regulations of COV Security Standards; and

c) All applicable Federal, Provincial, and Municipal statutes, ordinances, laws, regulations, codes, directives, and/or orders.

4.4.10 Participate in meetings with COV’s Project Business and Technical Working Group Committees and/or Project Team, as directed by COV’s Project Manager.

FINAL June 2015

27 | P a g e

Page 108: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

4.4.11 Communicate the delivery schedules of all solution delivery implementations to allow COV the ability to track installation and coordinate testing and acceptance. The delivery shall correspond to the Project Implementation Plan and Baseline Schedule (PIPBS) as per the requirements of this RFP.

4.4.12 Implement all aspects of the solution, to support COV’s Phase 1 Pilot and Phase 2 General Roll Out Project.

4.4.13 Comply with COV’s Change and Configuration Management procedures, including any configuration or customization requirements not specified within this document. The Proponent will be responsible for notifying COV’s Project Manager to coordinate approval of any proposed Change Requests, or Configuration Management updates prior to installation.

4.4.14 Coordinate all project related activities through COV’s GPS Project Manager and not through members of the user community groups or technical project team members.

4.4.15 Ensure timely and accurate identification and notification of issues, problems, and defects in the solution, work plan, or any other effort related to the project’s scope of work or solution.

4.5 PROPONENT KEY PERSONNEL

4.5.1 The Proponent shall provide the key personnel identified below. Key personnel must be available when necessary to meet the requirements of COV Vehicle GPS and Telematics Solution. The Proponent may not assign key personnel to other Proponent projects in any way that results in a conflict in their ability to meet the requirements of COV Contract. Nor should the Proponent propose any key personnel in a dual role (such as the Project Manager also as the Senior Systems Engineer). The Proponent shall provide those individuals accepted as key personnel throughout the Contract term, except as provided in “Substitution of Key Personnel” Section 4.5.2 below.

Key Personnel Qualifications.

a. The Proponent shall certify that key personnel meet the qualifications identified in this RFP, please refer to “Qualifications for Key Personnel” Section 4.5.3 for further details;

b. The Proponent shall provide a brief professional resume for each Proponent proposed resource; and

c. On a case-by-case basis, Proponent key personnel may be interviewed and approved by COV for performance in multiple skill categories for which they are qualified.

4.5.2 Substitution of Key Personnel.

a. Stability of key personnel is critical to project success. For this reason, the Proponent shall retain key personnel interviewed and accepted by COV for a minimum period from the receipt of a letter of Award and a Purchase Order through implementation. All proposed substitutes for key personnel, for other than emergency situations (illness, death, emergency resignation, or emergency disciplinary termination), shall be submitted in writing at least ten (10) business days in advance of

FINAL June 2015

28 | P a g e

Page 109: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

the substitution, and the nominated individuals must be approved by COV’s Project Manager prior to commencement of work on the Project;

b. The Proponent shall permit COV to interview and accept any proposed substitute for a key employee. The resume of any proposed substitute shall be signed by the substitute and by the Proponent’s Project Manager and the resume of the previous key employee shall be provided for comparison purposes;

c. COV Project - Project Manager must agree to the substitution in writing before it becomes effective;

d. Any proposed substitute for a key employee shall have qualifications at least equal to those submitted in Proponent Personnel Resume. The burden of illustrating this comparison is the Proponent’s; and

e. If one or more key personnel are unavailable for work under the Contract for a continuous period exceeding ten (10) business days, the Proponent will be required to immediately notify COV Project Manager and replace the personnel with approved substitutes of equal or better qualifications within ten (10) business days after notification.

4.5.3 Qualifications for Key Personnel

a. Project Manager (PM) - The PM is assigned the management of the Proponent’s proposed solution, and project for the work performed under the Contract. S/he Performs day-to-day management of the project, identifies issues and risks, and recommends possible issue and risk mitigation strategies associated with the project. The PM acts as a facilitator between COV and the Proponent. The PM is responsible for ensuring that work performed under the Contract is within scope, consistent with requirements, and delivered on time and on budget. Identifies critical paths, tasks, dates, testing, and acceptance criteria. Provides solutions to improve efficiency (e.g., reduce costs while maintaining or improving performance levels). Monitors issues and provides resolutions for up-to-date status reports. Demonstrates excellent writing and oral communications skills;

b. Senior Application Systems Specialist - Must be able to analyze information requirements. Must be able to evaluate problems in workflow, organization, and planning. Develops appropriate corrective action. Ensures the proposed solution interface, reporting, analysis tools, integration parameters and processes address the requirements for the system.

c. Senior In Vehicle Hardware Systems Specialist - Must be able to address in-vehicle hardware, sensor connections, and mechanical requirements for collecting the vehicle GPS, Telematic and OBD data which will be transmitted in near-real time from the vehicle. Must be able to evaluate problems in electronic, mechanical and hardware component and develop appropriate corrective actions. Ensures the proposed solution hardware, sensor connection and mechanical parameters and processes address the requirements for the system.

d. Integration Architect - The Integration Architect is responsible for ensuring that the proponent’s solution effectively communicates via published API’s using industry standard programming languages (for example: JSON, geo-JSON, XML, etc.). In particular, this role will need to assure integration capabilities to COV environment.

FINAL June 2015

29 | P a g e

Page 110: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

e. Hardware Installation Specialist – The Hardware installation specialist is responsible for ensuring that the proponent’s solution hardware is appropriate for the expected business function of the vehicle – specifically the hardware, components and connections are appropriate for the industrial use (speed, vibration, environment, conditions) of the vehicle. Provides installation and hardware technical direction (location, connections, sensors and all hardware related components) to installation personnel as required to ensure program deadlines are met;

FINAL June 2015

30 | P a g e

Page 111: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

5. TESTING, TRAINING, IMPLEMENTATION & ACCEPTANCE

5.1 TESTING

Within the Solution Test Plan deliverable the Proponent shall describe the procedures for such testing, as well as to support the following testing methodology, and timeline to incorporate the following test types and scenarios.

5.1.1 Develop Solution Test Scripts and Expected Outcomes

The Proponent must develop detailed system test scripts and expected outcomes from the detailed design documents and the Solution Test Plan, which should include the following:

a) Test scripts and expected outcomes encompassing all modules and business functionalities for each project phase;

b) Submit a comprehensive test data set, aligned to the test scripts and expected outcomes.

5.1.2 Conduct Solution Testing

a) The Proponent is responsible and accountable for conducting system testing of the proposed Solution (detailed and stress tests);

b) The Proponent must resolve all issues (defects) that are discovered during system testing.

c) All test scripts and scenarios, which do not pass the system testing, must be addressed to COV satisfaction prior to implementation.

d) The Proponent must log and track all defects until resolved in a defect-tracking tool, which will be available to the COV project team for update and comments.

e) Based on the tests performed, the Proponent must develop a Solution Test Execution Report, which includes Testing Defects and Issues Log; and

f) COV will verify that the system testing process and testing results are in accordance with the System Test Plan and report any deviations. The Proponent must support COV during the assessment. The Proponent must implement a mutually agreed scope of work based on the project phase testing results.

5.1.3 Solution Test Execution Report. At the conclusion of Solution Testing phases, the Proponent shall provide a test report and delivered to COV within five (5) business days of the testing phase conclusion that includes:

a. Completed and signed checklists documenting the successful performance of each inspection or test;

b. A detailed schedule for discrepancy correction and retesting;

c. A lessons learned document indicating what went well, and what did not, in the performance of the particular testing phase; and

d. A list of updates/revisions needed to the testing plans for any subsequent testing/retesting phases.

FINAL June 2015

31 | P a g e

Page 112: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

5.1.4 Verify/Validate Stress Testing Process and Results. COV will verify that the testing process and testing results are in accordance with the Test Plan and will report any deviations.

5.1.5 Testing Data and Software. The Proponent shall specify any requirements necessary for testing. The Proponent shall be responsible to create test data for all testing phases. The Proponent must provide a method that can be used for logging test cases and for defect tracking and resolution process (logs all test cases, results, and issue resolution). Sufficient time must be allocated to train COV Business personnel on the testing expectations and procedures.

5.1.6 Develop/Provide User Acceptance Test plan. A User Acceptance Test (“UAT”) Plan shall be created by the Proponent, with the assistance of COV who shall act as the primary guide for the execution of the User Acceptance Testing activity for all interfaces that the business or drivers will interact with. The user test scripts and scenarios will cover the complete Solution, all COV modules, and interfaces.

5.1.7 Execute User Acceptance Test. A coordinated UAT where COV project team and the Proponent will conduct user acceptance testing on the solution, based on test scripts provided by the Proponent. Representative groups from the City of Vancouver business units will be made available for a total number of five (5) two hour sessions – it should be noted, that each UAT tester will only be available for one session.

If defects are identified during user acceptance testing, the Proponent shall address the defect and the Proponent will be responsible for implementing a mutually agreed scope of work based on the project phase testing results.

The Proponent is also responsible for updating all application and user documentation to be consistent with code that has been accepted and that will be promoted to the production environment.

5.1.8 Testing Support

The Proponent shall:

a. Conduct functional testing to ensure the data produced from the proposed solution addresses the scope of work of the project phase;

b. Provide on-site assistance to COV during Functional, Integration, and User Acceptance Testing of the solution for each project phase;

c. Provide error handling and disaster recovery procedures, which ensure the components of the application work in accordance with COV requirements; and

d. The Proponent shall be required to update the testing plans and procedures based on feedback from COV, and provide the revised/updated plan(s) to COV at least five (5) business days prior to performance of the testing processes described above.

FINAL June 2015

32 | P a g e

Page 113: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

5.2 TRAINING

5.2.1 Develop Training Plan. The Proponent must develop a comprehensive User Training Plan Deliverable which must include/describe, at a minimum:

a) the prerequisite user knowledge required prior to beginning training, as well as expected learning objectives, areas of focus and outcomes for each component of the training;

b) details regarding the required materials, amount of time and expected learning objectives of each training course;

c) Differences based on the area of focus of the training – from Solution Administrators, Fleet Managers, Business Unit Supervisors, Analysts, Dispatchers and End Users;

d) recommendations as to training details (how many per session, how long for each session, required materials & technology); as well as

e) a specific plan to train City of Vancouver Equipment Services Mechanic staff regarding installation and hardware troubleshooting of the proposed solution.

5.2.2 Conduct Training. The Proponent shall provide onsite training services for the following service types:

• In-Vehicle hardware installation & troubleshooting, • Solution Management: Administrative and configuration services, • Dispatching, • Reporting, • Train the trainer, • End-user training on general operation of the user interface.

The proponent shall be responsible for all training aids and manuals to be provided to each attendee, and also provided in electronic format.

For Phase 1 – Pilot, It is expected that a total of 6 on site training sessions (One training type each) will be required with a training class size of 15 individuals per session.

The proponent is expected to provide cost details for further training sessions (please include details for on-site and remote training opportunities).

5.2.3 Training Validation. The Proponent shall provide validation that the initial solution training provided to COV resources has been effective, beneficial, and had the desired result. Such validation will typically occur within two (2) months following the completion of the initial training sessions.

If the training has not achieved the expected outcomes (effective, beneficial, and had the desired results) a follow up 1 hour tutorial will be made available to the training participants.

FINAL June 2015

33 | P a g e

Page 114: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

5.3 IMPLEMENTATION

5.3.1 During the solution implementation, the Proponent shall provide the following:

a. Complete and timely installation of all equipment, and will coordinate the all Installation processes with the COV Project Manager;

b. Confirm all Project Phase Scope of Work and Mandatory requirements for the Solution have been met or addressed;

c. Prior to solution implementation, the Proponent shall ensure that all the deliverables described in the proposal documents have been approved and accepted by the COV Project Manager;

d. Training and Issues support is in place to aid the business in the implementation process;

e. Implementation support;

f. Conduct a walkthrough of the solution User Guide and all Training Materials with the COV Project Team;

g. Provide COV with electronic (on CD) copies the Administration Guide and all training materials, User Guide; and

h. Update the COV Project team in a timely manner.

5.4 IMPLEMENTATION SUPPORT

5.4.1 The Proponent shall provide services for “implementation support” activities and those services shall be included in the Proponent’s firm, pricing established in the cost details form of this document

5.4.2 The Proponent shall provide support staffing during system installation through production go-live, as follows:

a. Project Manager – Minimum of one (1) full-time equivalent (FTE) available to COV project team as needed for core installation services and during the “go-live” portion of the system. The project manager shall not be required to be onsite 100% of the project duration, but only as needed for critical times of the system’s implementation so as to ensure better quality assurance management of the system’s implementation as described in the Proponent’s implementation plan. Also the Proponent’s Project Manager must be available by telephone (6am to 6pm Pacific Time) 7 days a week during the “go-live” or transitionary period of the solution;

b. Support Staff – Minimum of one (1) FTE on-site, for the initial 48 hours following “go-live”; and

c. Support Staff – Following 48 hours after the production go live, and for a period of 30 days, a minimum of one (1) FTE on-call, Monday through Friday (6am to 6pm Pacific Time).

FINAL June 2015

34 | P a g e

Page 115: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

5.4.3 The Proponent shall complete a milestone status report for each significant implementation milestone, stating what was completed and what actions are necessary as a result of the milestone. COV will review and formally accept each milestone report if the milestone deliverable demonstrates fulfillment of the RFP requirements.

5.5 SOLUTION ACCEPTANCE

5.5.1 Solution Acceptance will occur in five (5) phases:

1. Hardware Certification: After implementing the system hardware and performing appropriate diagnostic tests, COV will certify to the Proponent that the hardware installation is complete in accordance with the following criteria:

• The Proponent shall install, test, and make fully operational all hosted products and applications, this includes all hosted components of the application (including: server, operating system, reports and database requirements). The Vehicle GPS Solution shall not be considered complete until the services and equipment is accepted by COV’s Project Team.

• The Proponent shall install, test, and make fully operational all in-vehicle hardware products within COV’s Project vehicles. The hardware installation shall not be considered complete until the services and equipment is accepted by COV’s Project Manager.

2. Functional Certification: For each project phase, upon “go-live” of the application solution implementation COV and the Proponent will certify that the Proponent’s solution implementation is complete in accordance with project phase scope of work.

3. Proof of Integration: The proponent is responsible for ensuring that the solution is capable to integrate with COV’s web services platform. To confirm that this has been successful, the proponent must work with COV teams to ensure that a sample uni-directional communication between the Proponent’s solution and a designated COV’s application is fully operational (for example – publish GPS and Telematic data into a GIS application).

4. Production System Documentation: The Proponent shall deliver “as built” online or otherwise electronic and hard copy documentation, clearly describing actual implementation configurations, settings, customizations, and complete installed solution documentation.

5. 60-Day Reliability Test: The duration for the Performance Period for Acceptance shall be sixty (60) calendar days and shall begin after:

a) Configuration and Implementation of the solution user interface has been deployed in a Production Environment for a period of 30 calendar days;

b) No major bugs or defects have been reported to the proponent in the implemented solution for a period of 10 days;

FINAL June 2015

35 | P a g e

Page 116: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

c) Successful completion of User Acceptance Testing; and

d) City users have been utilizing the application for a minimum of thirty (30) days.

Criteria for Success:

• No major defects or bugs within the solution has been reported • No GPS in vehicle hardware failure • Solution uptime is consistent with SLA parameters • Support response is consistent with SLA parameters • All functions implemented within the project phase scope of work continue to be

functional

Outcome:

COV’s Project Manager will issue a written notice to the Proponent of either completion or failure of the 60-Day Reliability Test.

In the event that the 60 Day Reliability Test has been unsuccessful, the COV Project Manager will identify the areas which were unsuccessful and negotiate with the Proponent on an acceptable solution – upon which the application will then re-enter the Performance Period for Acceptance for and repeat if necessary until successful.

5.5.2 Solution Acceptance Phase Completion

After all System Acceptance benchmarks have been achieved – the proponent is expected to provide city staff with a Solution Acceptance Report, which documents benchmarks, significant achievements and signoffs, for the phase of project implementation. Upon COV receipt and acceptance of the Solution Acceptance Report from the proponent – the project will enter a sustainment phase, in which all components have been installed and the solution deemed to be stable.

FINAL June 2015

36 | P a g e

Page 117: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

6. MAINTENANCE SERVICES AND LEVEL OF SUPPORT

6.1 TECHNICAL, MAINTENANCE, OPERATIONS, AND LEVEL OF SUPPORT

6.1.1 Technical Support

The Proponent must describe their process and services for providing support for the proposed solution (including technical, hardware, and data, reporting and billing inquiries). At a minimum, City of Vancouver requires the Proponent to provide solution support that will have a maximum response time of 60 minutes 16x7 (5am – 9pm Pacific Time) .

6.1.2 System Maintenance Support Services

a. The Proponent must provide system maintenance (e.g., upgrades, enhancements, new releases, etc.) and technical support for all products/services in accordance with the requirements within this RFP, including ongoing unlimited technical support problem determination and resolution.

b. The Proponent shall provide recurring application maintenance for the proposed Solution, and the in-vehicle device, for an initial five (5) years (with an option to extend the maintenance of the solution for a further three years – to be reviewed on an annual basis), following an initial one (1) year warranty period for Phase 1 – Pilot.

c. All expected unit costs for such maintenance support shall be provided within the Costs table associated with this document. The proponent will also identify a maximum annual increase rate for maintenance services – which will be identified as a percentage - future maintenance cost should not exceed percentage identified within the table. All cost increases must be well documented and subject to negotiations;

d. The Proponent must provide for any upgrades to the system components to accommodate and maintain the solution customizations developed within the scope of the project phases (or contracted with the proponent in a change request). Updated solution documentation must be provided to COV concurrent with installation of any upgrade or revision to the system, unless otherwise agreed to by COV;

e. The Proponent must fully test and resolve any solution deficiency on upgrades prior to installing/implementing the upgrades into production.

f. The Proponent must ensure that upgrades may be rolled-back. There must be a back-out strategy if an upgrade fails. In performing the regression testing on a new version/upgrade of the solution, the Proponent must certify in writing to COV that all the previous (old) solution capabilities still work in accordance with the contract requirements;

g. Maintenance services shall include, at a minimum, the detection and correction of solution errors discovered by COV or otherwise made known to the Proponent. The Proponent agrees to respond

FINAL June 2015

37 | P a g e

Page 118: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

to COV’s inquiries regarding the use and functionality of the solution as issues are encountered by system users;

h. As it pertains specifically to the implemented solution, the Proponent shall provide system database maintenance corrections, fixes, etc., including updating the database(s), data warehousing, data mining, data cleansing, data integrity, data protection, data import/export functionality;

i. System Maintenance shall also include all services necessary to maintain at least a 99% solution operational uptime, redundancy, and recovery services described herein for all products provided by the Proponent, as well as the resolution of system errors, malfunctions, and system restoration. Scheduled downtime for maintenance or upgrades shall not be included in the calculation of system production uptime; and

j. The Proponent will describe their ability and approach to updating the solution, hardware, firmware and configuration settings for equipment installed in the vehicles. COV is specifically concerned with the Proponent’s ability to implement changes without having to physically touch each component installed in the vehicles.

k. If investigation and research is required by the Proponent’s technical staff, and the problem cannot be resolved or question answered immediately, then the Proponent’s help desk/technical support staff should notify COV representatives within two (2) hours and produce a report progress on the problem’s resolution (in electronic format) to COV personnel. The Proponent must continue to update COV staff on progress of the problem’s resolution.

6.1.3 Maintenance Log

The Proponent shall keep a log of all maintenance/technical support calls made to the Proponent’s Help Desk/technical support personnel and document the complaints and problems reported to the help desk system whether made either by a City resource, or by the Proponent. The log shall be made available to COV as part of monthly reporting, as well as any other time upon request by COV. This report(s) shall be delivered to or made available to COV no later than by the end of business (5:00 p.m. Pacific Time) on the fifth calendar day of every month. The log must at a minimum contain the following information:

a. Time of incident notification;

b. Name of COV resource;

c. Ticket Number;

d. Description of Reported Problem/Complaint;

e. Indication of whether the problem/compliant was resolved at time of call;

f. Description of any follow-up investigation/resolution plans;

g. Date of and Description of Final Resolution;

FINAL June 2015

38 | P a g e

Page 119: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

6.1.4 Level of Support:

a. The Proponent shall provide support services for the proposed solution. The services proposed by the Proponent must include, but are not limited to, the following issues:

• In-Vehicle GPS Device Supply: COV and the Proponent will maintain a minimum number of operationally ready In-Vehicle GPS Devices and associated harness, antenna, etc., which shall be utilized in the Business Unit’s Vehicles/Equipment for replacement of non-functioning modems. To fulfill this requirement:

o Equipment Services shall maintain a Maintenance Pool of no less than 2% full hardware

kits; and

o The Proponent shall maintain a Maintenance Pool of no less than 5% full hardware kits for use to swap out non-functioning GPS Devices.

• Escalation Procedures: The Proponent shall provide a copy of the Proponent’s trouble

escalation procedures as well as describe the process and procedures that would be utilized by City personnel when issues require escalation. The Proponent must maintain this information with correct and current data during the course of the maintenance period;

• Installation, Verification and Validation: The Proponent is required to provide support during testing phases of new releases of application and hardware;

• Application Defects: The Proponent is required to provide resolution to all confirmed application defects within 30 days or a negotiated time period;

• GPS In Vehicle Hardware Defects: The Proponent is required to provide resolution to all

confirmed in-vehicle hardware defects within 30 days or a negotiated time period;

• Upgrade Support: The Proponent must offer, for the full term of the maintenance agreement, support of the proposed solution to ensure continued operation during and after hardware upgrades and implementation of new releases of all user interface applications covered under the maintenance agreement;

• Enhancements: The Proponent must provide enhancement updates to the user interface applications as they become available or as requested by COV. Please describe the method of distributing information on the available updates and software modifications with an explanation of the responsibilities of the Proponent, the manufacturer (if different from the Proponent), and COV.

b. Through solution support, the Proponent ensures that the solution shall remain compatible with the current and future City operating system software (Windows 7+), web browser (IE 10+ and Chrome) or any third party software used in direct association by the proponent with the developed solution;

FINAL June 2015

39 | P a g e

Page 120: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

c. Solution support includes updates and modifications as required as a matter of federal, provincial or municipal law and or regulation in connection with COV’s compliance standards; and

d. The Proponent shall comply with COV Change Management Process for testing and implementing solution related changes into the production environment. This process consists of thorough solution testing in the Development/Testing Environment. Following testing and acceptance, the system may be loaded into the Production Environment.

FINAL June 2015

40 | P a g e

Page 121: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

7. SECURITY REQUIREMENTS

7.1 PROPONENT SECURITY REQUIREMENTS

7.1.1 The integrity and security of the data communications are fundamental components of all applications procured by COV and, accordingly, COV has implemented security processes and procedures that foster and safeguard the data integrity within all its applications. During the proposal evaluation process, a shortlist of proposals will be developed based on written submission, financial (Total Cost of Ownership) & reference evaluations. Shortlisted Proponents will be required to answer a Security Questionnaire which will be provided when the proponent has been notified of their Short-listed status.

7.1.2 Proponents must complete and submit the Security Questionnaire, as well as comply with COV Information Technology security policies and procedures herein regarding access to its networks and physical facilities;

7.1.3 Authorized Proponent staff may require secured remote access privileges into the In-Vehicle Hardware and Configuration; COV IT staff reserves the right to monitor all remote access activities;

7.1.4 Situations that require Proponent employees to make “on site” visitations will need to be planned and coordinated with COV’s Project Manager in order to provide COV supervision;

7.1.5 The Proponent shall comply with, and adhere to, all relevant COV Policies and Standards. These policies may be revised from time to time and the Proponent shall comply with all such revisions. Current and revised versions of the security policy will be made available to the Proponent, following contract award;

7.1.6 The Proponent shall complete all required paperwork for security access if access is needed to COV’s Information Technology LAN/WAN, as directed and coordinated with the GPS Project Manager;

7.1.7 Any Proponent employee, who is assigned to the Contract, and will be in and out of COV facilities on a daily basis, must participate in a City security awareness, occupational health & safety orientation and training session; and

7.1.8 At all times, at any City facility, the Proponent’s personnel shall ensure cooperation with City site requirements to include being prepared to be escorted at all times, and providing information for obtaining a badge and wearing the badge in a visible location at all times.

FINAL June 2015

41 | P a g e

Page 122: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

8. TRANSITION-OUT (END OF TERMS)

COV wants to ensure that at the end of the contractual arrangement between the City and the successful proponent (End of Term), a “Hand Over” transition effort is successfully conducted by which City regains possession of all of the equipment and data belonging to COV, and it learns, any and all information necessary for City’s Information Technology Business Unit or another proponent to assume responsibility for uploading GPS, OBD, and telematic data.

COV does not expect that this will be a significant effort for the Proponent to plan and scope, but rather a minimal incremental task at the end of a cooperative relationship that ensures no City data, equipment, or process is lost.

The Proponent shall agree and understand that COV reserves the right to cancel maintenance on any or all of the item(s) with 90 calendar days prior written notice to the Proponent.

FINAL June 2015

42 | P a g e

Page 123: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

9. EVALUATION MATRIX

The evaluation committee will be made up of employees from City of Vancouver. The committee will ensure compliance with mandatory criteria and evaluate and numerically score each compliant Proposal. The evaluation will be restricted to the criteria contained in this section of the RFP.

Mandatory items are identified throughout the proposal by the word ‘Mandatory (M)’ - proponents are required to provide a response to each mandatory item. Proposals must comply with each and every mandatory requirement. If a proposal does not comply with a mandatory requirement, the proposal may be considered non-compliant and may receive no further consideration.

In addition to these requirements, this request for proposal contains information that, although not itself a mandatory requirement, should be taken into account by Proponents in preparing their proposal. Organizations are reminded that their proposal should address all of the requirements in this document.

9.1 CONFIDENTIALITY OF EVALUATION

Evaluation scores and rankings are confidential, and apart from identifying the top-ranked Proponent no details of the Proposal or score or ranking of any Proponent will be released to any other Proponent.

9.2 EVALUATION COMPLIANCE

A Proposal will first be reviewed for compliance with the criteria of this RFP. A Proposal not complying with these criteria may be considered non-compliant and not receive further consideration.

The criteria for this RFP are:

9.2.1 Received by Supply Management prior to the closing time and date as per the Instructions for Submitting Proposal;

9.2.2 An Executed Signature and Waiver Sheet;

9.2.3 A fully completed proposal;

9.2.4 Confirmation Checklist of minimum requirements for submittal (Section 1.0 of excel spreadsheet)

9.3 EVALUATION PROCESS

The evaluation process will be conducted in 2 stages:

1. Evauation of written proposals 2. Demonstration by short-listed vendors and submission of supplemental questionairre

FINAL June 2015

43 | P a g e

Page 124: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

10. WRITTEN PROPOSAL SUBMISSION REQUIREMENTS

10.1 EXECUTIVE SUMMARY

The Proponent should provide an Executive Summary that provides COV Evaluation Committee and City Management with a collective understanding of the contents of the entire proposal.

The Executive Summary should briefly summarize the strengths of the Proponent and their Subcontractors and the key features of its proposed approach to meet the requirements of the RFP by phase/milestone. The Executive Summary will include highlights of the following:

1. Products and service capabilities;

2. Significant features of the Proponent’s services approach;

3. Previous relevant experience; and

4. Financial stability.

The Executive Summary Section should be limited to no more than four (4) pages in length.

10.2 UNDERSTANDING OF SOLUTION BEING SOUGHT BY COV

The Proponent should present their understanding of the problems being addressed by this RFP, the objectives, and the intended results. Proponent should summarize how their proposal meets the requirements of this RFP and why the Proponent is best qualified to perform the work required. The Understanding of Solution Section should be limited to no more than four (4) pages in length.

10.3 PROPONENT’S EXPERIENCE, EXPERTISE, & REFERENCES

Proponents and their Subcontractors should clearly describe at least three (3) previous GPS/OBD/Telematic data project experiences of a similar nature and complexity in scope (e.g., where the solution has been previously installed and utilized in federal, provincial, state, or municipal level government; or private enterprise entities, and each entity is a large enterprise that should service a vehicle fleet of minimally 300 vehicles), as well as the responsibility and technologies involved. These project summaries should be limited to no more than two pages per project; not to exceed five (5) project summaries.

The Proponent should also describe the subcontractor’s (if applicable) experience in providing the products/services that they will be responsible for providing as part of the Proponent’s system solution. Project Summaries for the subcontractors should be limited to no more than two pages per project; not to exceed three (3) project summaries.

In providing this information the Proponent should take into consideration the following areas of interest to the evaluators:

FINAL June 2015

44 | P a g e

Page 125: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

• The quality and relevance of references;

• Demonstration of extensive project management expertise utilizing and adhering to industry-accepted project management methodologies and best practices (e.g., PMI) on previous projects;

• Demonstration of successfully analyzing/understanding the business needs of the customer, offering appropriate solutions to meet/exceed those needs, and extensive experience in designing/configuring a system solution to fulfill the business needs of the customer;

• The ability to successfully implement the solution, as demonstrated by implementation of comparable GPS/OBD/TELEMATIC solutions

• Demonstration of extensive experience with projects related to the integration of the proposed solution with other applications (for example: Fleet, Emergency Management, Routing, GIS) using web based API’s;

• Demonstration of completing a project within the timeframe established by the project schedule.

The City of Vancouver Evaluation Committee will contact a select number of the references to confirm information. Proponent and Subcontractors should either have satisfactorily completed, or be completing the qualifying projects, as verified by the references, in order to receive evaluation points for this requirement.

10.4 TECHNICAL AND FUNCTIONAL REQUIREMENTS

10.4.1 The evaluation of the Proponent’s system solution’s technical and functional capabilities shall be subjective based on the requirements stated in the electronic document (excel spreadsheet)

- Section 2 – Functional Capability Matrix - Section 3 – Functional Requirements - Section 4 – Technical Requirements - Section 5 – Training Requirements - Section 6 – Documentation - Section 7 – Experience

The Proponent must fill out and submit in both a hardcopy and digital copy(in MS-Excel format), the RFP’s Section 1-7 Requirements, referring to the Legend tab within the spreadsheet for detailed instructions on the expected response from each proponent.

10.4.2 The Proponent should take into consideration the following areas of interest to the evaluators:

a. The ability of the user interface to increase/streamline access to information;

b. The stated architecture goals and needs as identified within this document; and

c. The ability of the proposed solution to support:

o Mandatory and Critical functionality;

o The desired and optional functionality;

FINAL June 2015

45 | P a g e

Page 126: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

o Flexibility and capability to add new features, connections and/or data sources in the future;

o The design, capability, and functionality of the proposed technical solution of the Proponent’s solution response to this RFP;

o The solution provider’s methodology and capability to ensure the least amount of business disruption during implementation.

10.5 VALUE-ADDED SERVICES

Proponents are encouraged to provide descriptions of any additional value-added services that are not already referenced by requirements and/or specifications included within this RFP. Any value-added services should be presented as optional components with any additional costs for these services indicated in the Financial Proposal Pricing / Cost Tables. This subsection of the Technical Response section shall provide a comprehensive and written description of the Proponent’s approach to all value-added services that may be provided. Each proposed value-added service is to be listed with a detailed explanation.

The Proponent should identify and propose any other elements necessary to successfully execute the project. Specifically, tasks and deliverables that the Proponent believes are important to the project should be included in the proposal and highlighted as additional necessary tasks in accordance with this provision.

10.6 PROPOSAL ALTERNATIVES

Alternate proposals will be accepted. The Proposal must contain information for either, or any, of the following solution alternatives:

a. Proponent Installed and Hosted Solution. A complete turnkey system hosted by the Proponent. The system would include in-vehicle hardware, communications, back-end systems, and reporting and integration options with City web based applications – the Proponent would be responsible for all in-vehicle installation of hardware and components; or a

b. City Installed Vehicle Hardware with Proponent Hosted Solution. A complete turnkey solution hosted by the Proponent. The system would include in-vehicle hardware, communications, back-end systems, and reporting and integration options with City web based applications – the City Equipment Services Staff would be responsible for all in-vehicle installation of hardware and components;

c. Alternative Payment Options. Please outline options for alternative payment options (for example: no up-front capital for installation & configuration – with a fixed term contract for maintenance) for either of the alternatives listed above.

FINAL June 2015

46 | P a g e

Page 127: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

Accordingly, the Proponent’s Financial Proposal must contain all price information in the format specified Pricing / Cost Forms.

FINAL June 2015

47 | P a g e

Page 128: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

11. DEMONSTRATION AND SPECIFIC QUESTIONNAIRE REQUIREMENTS

This section provides requirements for the demonstration of the proposed solution as well as detailed security and solution questionnaire.

Only Short Listed proponents will be expected to complete the questionnaire and provide an on-site demonstration of the proposed solution capabilities – as a result, details for the questionnaire and demonstration scenario will be distributed to the selected vendors when they have been notified of their short-list status.

11.1 LICENSE, AND ANNUAL SOFTWARE MAINTENANCE AND SUPPORT AGREEMENTS.

The Proponent shall provide a copy of their standard:

a. Solution License Agreement(s); and

b. Maintenance and Support Agreement.

The provision of these two documents within the Proponent’s proposal will serve a twofold purpose. First, these documents will enable COV to appreciate the two agreements’ respective terms and conditions. Secondly, the two agreements will establish a foundation and expectation for such services should a contract be awarded to the Proponent. Notwithstanding the preceding, COV does reserves the right to not consider any product for which the terms and conditions of the agreement are deemed by COV to be unduly restrictive or constraining and not in the best interest of COV.

11.2 QUESTIONNAIRE SUBMISSION

Short Listed Proponents will be required to complete and submit the following Questionnaire details:

- Security & Cloud Hosting - Privacy Impact Assessment Details - Solution Clarification

11.3 DEMONSTRATION PRESENTATION

All short listed Proponents will be required to present on-site demonstrations of their proposed solution which addresses the business capabilities and technical requirements identified within this document. It is the expectation that these demonstrations will clarify characteristics or significant elements related to the proposal, or demonstrated systems; the demonstrations will be expected to adhere to business functionality scenarios – with an opportunity for the proponent to highlight value added features of their proposed solution.

Demonstration Scenario Criteria will be provided to proponents by COV Supply Chain Management at least two weeks prior to the demonstration scheduled date.

FINAL June 2015

48 | P a g e

Page 129: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

ANNEX 1 (Schedule of Detailed Requirements)_ Vehicle Based GPS and Telematics

The demonstration presentation is expected to be scheduled approximately a month after proposal receipt, and will occur at a City of Vancouver works yard location.

Because the Proponent’s implementing team is crucial to the success of the project, Proponent’s shall bring at a minimum, the proposed project manager, senior resources who will be working on the implementation for Phase 1 - Pilot as presenters. The Proponent may also bring key management staff as the Proponent deems appropriate, however, these additional staff shall be restricted to three (3) personnel.

Proponents will not be permitted to attend competitor oral presentations. Proponents should submit written copies of any material they plan to present during the presentation (e.g., copies of a Power Point presentation, MS-Word, Visio, etc.). Information garnered from the oral presentations will contribute to the Evaluation Committee’s understanding of the Proponent’s response; therefore it will be used in scoring the Proponent’s Proposal.

12. FINAL EVALUATION

The total from each of the Evaluation Stages (Step 2 and Step 3) shall be combined to determine a Proponent to enter into contract negotiations. COV will then negotiate a contract with the successful Proponent.

FINAL June 2015

49 | P a g e

Page 130: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

ANNEX 2 – SCHEDULE OF TECHNICAL REQUIREMENTS

PLEASE SEE ATTACHED SPREADSHEET

DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

*VENDOR IS TO FILL IN THE YELLOW CELLS IN THE PROVIDED EXCEL SPREADSHEET AND INCLUDE THE SPREADSHEET (in excel format) WITH ITS SUBMISSION ON A MEMORY STICK OR E-MAIL IT TO

[email protected]

AND ALSO FILL IN A HARD COPY VERSION TO BE SUBMITTED WITH THE REST OF THE PROPOSAL – (THE HARD COPY WILL TAKE PRECENDENCE IF THERE ARE ANY DIFFERENCES BETWEEN THE TWO

VERSIONS)*

June 2015 Page 2-1

Page 131: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

ANNEX 3 – SCHEDULE OF FUNCTIONAL REQUIREMENTS

PLEASE SEE ATTACHED SPREADSHEET

DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

*VENDOR IS TO FILL IN THE YELLOW CELLS IN THE PROVIDED EXCEL SPREADSHEET AND INCLUDE THE SPREADSHEET (in excel format) WITH ITS SUBMISSION ON A MEMORY STICK OR E-MAIL IT TO

[email protected]

AND ALSO FILL IN A HARD COPY VERSION TO BE SUBMITTED WITH THE REST OF THE PROPOSAL –

(THE HARD COPY WILL TAKE PRECENDENCE IF THERE ARE ANY DIFFERENCES BETWEEN THE TWO VERSIONS)*

June 2015 Page 3-1

Page 132: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

ANNEX 4 – SCHEDULE OF PRICES

PLEASE SEE ATTACHED SPREADSHEET

DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

*VENDOR IS TO FILL IN THE YELLOW CELLS IN THE PROVIDED EXCEL SPREADSHEET AND INCLUDE THE SPREADSHEET (in excel format) WITH ITS SUBMISSION ON A MEMORY STICK OR E-MAIL IT TO

[email protected]

AND ALSO FILL IN A HARD COPY VERSION TO BE SUBMITTED WITH THE REST OF THE PROPOSAL – (THE HARD COPY WILL TAKE PRECENDENCE IF THERE ARE ANY DIFFERENCES BETWEEN THE TWO

VERSIONS)*

June 2015 Page 4-1

Page 133: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

REQUEST FOR PROPOSALS NO. PS20150797 DESIGN, SUPPLY, INSTALL, CONFIGURE AND MAINTAIN VEHICLE GPS & TELEMATICS SOLUTION

ANNEX 5 – DECLARATION OF SUPPLIER CODE OF CONDUCT COMPLIANCE

DECLARATION OF SUPPLIER CODE OF CONDUCT COMPLIANCE

Purpose: All proposed suppliers are to complete and submit this form to certify compliance with the supplier performance standards set out in the Supplier Code of Conduct.

The City of Vancouver expects each supplier of goods and services to the City to comply with the supplier performance standards set out in the City’s Supplier Code of Conduct (SCC) <http://vancouver.ca/policy_pdf/AF01401P1.pdf>. The SCC defines minimum labour and environmental standards for City suppliers and their subcontractors.

Suppliers are expected to comply with the aforementioned standards upon submitting a tender, proposal, application, expression of interest or quotation to the City, or have a plan in place to comply within a specific period of time. The City reserves the right to determine an appropriate timeframe in which suppliers must come into compliance with these standards. To give effect to these requirements, an authorised signatory of each proposed vendor must complete the following declaration and include this declaration with its submission:

As an authorised signatory of ____________________________(vendor name), I declare that I have reviewed the SCC and to the best of my knowledge, ___________________________(vendor name)

and its proposed subcontractors have not been and are not currently in violation of the SCC or convicted of an offence under national and other applicable laws referred to in the SCC, other than as noted in the table below (include all violations/convictions that have occurred in the past three years as well as plans for corrective action).

Section of SCC / title of law Date of violation

/conviction

Description of violation / conviction

Regulatory / adjudication body and document file number

Corrective action plan

I understand that a false declaration and/or lack of a corrective action plan may result in no further consideration being given to the submission of ____________________________(vendor name).

Signature:

Name and Title:

June 2015 Page 5-1

Page 134: Design, Supply, Install, Configure and ... - Vancouver · Design, Supply, Install, Configure and Maintain . Vehicle GPS & Telematics Solution . RFP No. PS20150797 . Issue Date: June

Annex 6

SSeeccttiioonn 22 tthhrroouugghh 88 –– ttoo bbee ccoommpplleetteedd aanndd eexxeeccuutteedd bbyy tthhee IInnssuurreerr oorr iittss AAuutthhoorriizzeedd RReepprreesseennttaattiivvee

1. THIS CERTIFICATE IS ISSUED TO: City of Vancouver, 453 W 12th Avenue, Vancouver, BC, V5Y 1V4and certifies that the insurance policy (policies) as listed herein has/have been issued to the Named Insured and is/are infull force and effect.

2. NAMED INSURED (must be the same name as the proponent/bidder and is either an individual or a legally incorporated company)

2.

BUSINESS TRADE NAME or DOING BUSINESS AS

BUSINESS ADDRESS

DESCRIPTION OF OPERATION

3. PROPERTY INSURANCE (All Risks Coverage including Earthquake and Flood)

INSURER Insured Values (Replacement Cost) -

TYPE OF COVERAGE Building and Tenants’ Improvements $

POLICY NUMBER Contents and Equipment $

POLICY PERIOD From to Deductible Per Loss $

4. COMMERCIAL GENERAL LIABILITY INSURANCE (Occurrence Form)Including the following extensions: INSURER √ Personal Injury POLICY NUMBER √ Property Damage including Loss of Use POLICY PERIOD From to √ Products and Completed Operations Limits of Liability (Bodily Injury and Property Damage Inclusive) - √ Cross Liability or Severability of Interest Per Occurrence $ √ Employees as Additional Insureds Aggregate $ √ Blanket Contractual Liability All Risk Tenants’ Legal Liability $ √ Non-Owned Auto Liability Deductible Per Occurrence $

5. AUTOMOBILE LIABILITY INSURANCE for operation of owned and/or leased vehiclesINSURER Limits of Liability - POLICY NUMBER Combined Single Limit $ POLICY PERIOD From to If vehicles are insured by ICBC, complete and provide Form APV-47.

6. UMBRELLA OR EXCESS LIABILITY INSURANCE Limits of Liability (Bodily Injury and Property Damage Inclusive) -INSURER Per Occurrence $ POLICY NUMBER Aggregate $ POLICY PERIOD From to Self-Insured Retention $

7. PROFESSIONAL LIABILITY INSURANCE Limits of Liability INSURER Per Occurrence/Claim $

POLICY NUMBER Aggregate $

POLICY PERIOD From to Deductible Per $ Occurrence/Claim

If the policy is in a “CLAIMS MADE” form, please specify the applicable Retroactive Date:

8. OTHER INSURANCETYPE OF INSURANCE Limits of Liability INSURER Per Occurrence $ POLICY NUMBER Aggregate $ POLICY PERIOD From to Deductible Per Loss $

TYPE OF INSURANCE Limits of Liability INSURER Per Occurrence $ POLICY NUMBER Aggregate $

POLICY PERIOD From to Deductible Per Loss $

SIGNED BY THE INSURER OR ITS AUTHORIZED REPRESENTATIVE

Dated PRINT NAME OF INSURER OR ITS AUTHORIZED REPRESENTATIVE, ADDRESS AND PHONE NUMBER

CERTIFICATE OF EXISTING INSURANCE TO BE COMPLETED AND APPENDED TO THE PROPOSAL -

PS20150797

Annex 6 - Certificate of Existing Insurance