Loading...
HomeMy WebLinkAboutItem 6b - Mobile Crisis Unit MCU - Mental Health Clinician RFP and Van PurchaseCouncil- Report Item 6b Department: Community Development and Fire Cost Center: 8509 For Agenda of: 8/24/2021 Placement: Public Hearing Estimated Time: Hearing FROM: Michael Codron, Community Development Director Keith Aggson, Fire Chief Prepared By: Kelsey Nocket, Homelessness Response Manager & James Blattler, Senior Administrative Analyst SUBJECT: MOBILE CRISIS UNIT (MCU) — MENTAL HEALTH CLINICIAN RFP AND VAN PURCHASE RECOMMENDATIONS 1. Authorize the issuance of Request for Proposals (RFP) for contracting services of a Mental Health Clinician for the City of San Luis Obispo's Pilot Mobile Crisis Unit; and 2. Authorize the City Manager to enter into an agreement with the contractor that best responds to the RFP in terms of qualifications, cost, and approach to program implementation; and 3. Authorize the purchase of the Pilot Mobile Crisis Unit vehicle by adding the vehicle acquisition to the City's Capital Improvement Program; and 4. Authorize the Finance Director to approve a Budget Amendment Request moving approved vehicle purchase funding from the General Fund to the Capital Outlay Fund. DISCUSSION Background With fiscal year 2021-22, City Council adopted a Major City Goal for Housing and Homelessness. One key task of this goal is to pilot the City's first Mobile Crisis Unit (MCU). This pilot effort was inspired by similarly oriented programs (ex: CAHOOTS in Eugene, OR) which focus on issues related to mental health, homelessness, and addiction. Through piloting this MCU, the City aims to provide evidence of effective programming for the County of San Luis Obispo to adopt and expand upon as the agency with dedicated funding for social services. Contract Services for a Mental Health Clinician The City of San Luis Obispo's Pilot MCU is proposed to be staffed by co -deployed Emergency Medical Technician (EMT) and Mental Health Clinician personnel, who serve as primary and secondary responders on emergency and non -emergency calls for service involving persons suffering from physical or mental health crisis. The Mental Health Clinician will be a contract position responsible for providing in person mental health services including assessments, case management, rehabilitation services, crisis Page 235 of 271 Item 6b management, and coordination with, or referral to, other service providers. The Mental Health Clinician will need to deliver therapeutic services to homeless, transient, and other high -risk clients who have mental health and/or substance abuse issues. This is a physically and mentally demanding role that requires assessments and services to be administered in the field during response calls through non -emergency dispatch or as identified by on -site observation on regular service routes. The details of the services and role of the Mental Health Clinician are outlined in Attachment A. Vehicle To allow the Pilot MCU personnel to deliver their mission to provide aid to community members in crisis, staff is recommending the purchase of a dedicated MCU vehicle. Currently the City does not have existing available vehicles in the fleet that can be re - purposed for the program due to both the special needs of the program and impacts to existing operations. Staff evaluated the option to lease the vehicle, but a purchase is necessary due to the vehicle modifications needed including, but not limited to, hazard lighting, decaling, communication electronics (radios and tablets), basic life support medical equipment storage, and seating for non -emergency transportation to appropriate care facilities. Funding for this purchase was approved as part of the 2021-23 Financial Plan; however, the vehicle was not included as part of the adopted Capital Improvement Program (CIP) for fleet. Staff therefore requests Council approval to add the vehicle, which is considered a capital asset, to the CIP and the transfer of the applicable funding to the Capital Outlay fund. To best suit the delivery of the Pilot MCU services, staff is recommending the purchase of Ford Transit Connect Van; staff has received a purchase quote utilizing cooperative purchase agreement pricing (Attachment B) that aligns with the existing budget. If the Pilot MCU program is not continued (or is assumed by the County of San Luis Obispo or another agency) or is discontinued prior to the useful "life" of the vehicle it will be repurposed as a Fire Department support vehicle until it reaches its useful life or repurposed to meet other City needs. Previous Council or Advisory Body Action On June 1, 2021, the City Council adopted the 2021-2023 Major City Goal for Housing and Homelessness, which included the Pilot Mobile Crisis Unit Pilot Program Implementation, among other activities. Policy Context Major City Goals — Housing and Homelessness Strategy 3.10 — Mobile Crisis Unit Pilot Program Implementation a. Pair a crisis worker with an Emergency Medical Technician (EMT) to provide non -emergency response and care to unhoused community members. Page 236 of 271 Item 6b b. Implement the program with the goals of reducing emergency dispatch of paramedics and law enforcement to community members who need non - emergency support. c. Engage with the County of San Luis Obispo in the implementation of pilot programs so that if it is successful, it can be scaled up and replicated across the region. Per the 2021-23 Capital Improvement Program in the 2021-23 Financial Plan: CIP Definitions & Policies A. CIP Protect Amount: Construction projects and equipment purchases that cost $25, 000 or more will be included in the CIP. Minor capital outlays of less than $25, 000 will be included with the operating program budgets. E. CIP Appropriation: The City's annual CIP appropriation for study, design, acquisition and/or construction is specific to the projects designated by the Council through adoption of the Financial Plan. Adoption of the Financial Plan CIP appropriation does not automatically authorize project contract expenditures and any expenses and purchases must conform to Municipal Code requirements. Spending approval generally occurs only after the preceding project phase has been completed. Accordingly, construction expenditure approvals are generally made when Council authorizes the release of the project plans and specifications for bidding. In that same action the Council authorizes a contract to be entered into if the project costs are within the budgeted amount CONCURRENCE Consistent with several of the tasks associated with the City's adopted 2021-23 Major City Goal focused on Housing and Homelessness, this work effort represents a program that could be piloted and implemented regionally in other cities and unincorporated areas. The draft Request for Proposals (Attachment A) incorporates comments provided by the County of San Luis Obispo Health Agency's Behavioral Health Administrator to ensure streamlined service provision and enable easy adoption by the County should they decide to fund the City's program at a later date consistent with their mission and funding resources in support of community social services and health. ENVIRONMENTAL REVIEW The California Environmental Quality Act (SEQA) does not apply to the recommended actions in this report, because none of the actions constitute a "Project" under CEQA Guidelines Sec. 15378. Page 237 of 271 Item 6b FISCAL IMPACT Budgeted: Yes Funding Identified: Yes Fiscal Analysis (RFP): Budget Years: FY2022 Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost General Fund $105,335 $105,335 $0 $105,355 State Federal Fees Other: Total $105,335 $105,335 $0 1$105,335 Fiscal Analysis (Vehicle): Funding Sources Total Budget Available Current Funding Request Remaining Balance Annual Ongoing Cost Capital Outlay Fund $31,000 $31,000 $0 $1,500 State Federal Fees Other: Total $31,000 $31,000 $0 1$1,500 The 2021-23 Financial Plan allocated $300,000 per fiscal year to launch and operate the Mobile Crisis Unit. The remaining funding that is not listed in the table will be used to fund a support EMT who will be paired for services with the Mental Health Clinician. Ongoing total annual operating, maintenance and service costs for the vehicle are estimated at $1,500, including fuel consumption, which can be absorbed in the approved operating budget for both Fiscal Year 2022 and 2023. ALTERNATIVES 1. Provide direction regarding an amended RFP and continue authorization of the RFP to a date uncertain. This alternative is recommended if the City Council would like to review and consider major revisions to the RFP. Page 238 of 271 Item 6b 2. Provide direction regarding an amended RFP and authorize the RFP based on finalization and approval by the Community Development Director. This alternative is recommended if the Council provides direction resulting in minor revisions of the RFP. 3. Utilize an existing City fleet vehicle to be utilized as the Mobile Crisis Unit. This alternative is not recommended as funding for the vehicle purchase was previously approved as part of the 2021-23 financial plan and doing such would negatively impact operations of an existing City service. ATTACHMENTS A — Draft Request for Proposals (RFP) MCU Mental Health Clinician B — Vehicle Quote, National Auto Fleet Group Page 239 of 271 Page 240 of 271 Notice Requesting Proposals for Mental Health Mobile Crisis Unit (MCU) Mental Health Care Clinician The City of San Luis Obispo is requesting sealed proposals for services associated with the MCU Mental Health Clinician. All firms interested in receiving further correspondence regarding this Request for Proposals (RFP) will be required to complete a free registration using BidSync (https://www.bidsvnc.com/bidsvnc-app- web/vendor/register/Login.xhtml). All firms interested in receiving further correspondence regarding this Request for Qualifications will be required to complete a free registration using BidSync (https://www.bidsync.com/bidsync-app- web/vendor/register/Login.xhtml). All qualifications must be received via BidSync by the Department of Finance at or before September 14, 2021 when they will be opened electronically in BidSync. An optional pre -proposal conference will be held to answer any questions that the prospective proposers may have regarding the City's request for proposals. Project packages and additional information may be obtained at the City's BidSync website at www.BidSvnc.com. Please contact Daniel Clancy (dclancy@slocity.org) with any questions. For technical help with BidSync please contact BidSync tech support at 800-990-9339. ®The City of San Luis Obispo is committed to including disabled persons in all of our services, programs and activities. Telecommunications Device for the Deaf (805) 781-7410. Page 241 of 271 A. INTRODUCTION B. SCOPE OF WORK C. PROJECT SCHEDULE D. PROJECT BUDGET 1 1 1 2 E. GENERAL TERMS AND CONDITIONS......................................................................................................... 2 F. SPECIAL TERMS AND CONDITIONS.................................................... ERROR! BOOKMARK NOT DEFINED. G. FORM OF AGREEMENT........................................................................................................................... 13 H. INSURANCE REQUIREMENTS.................................................................................................................. 15 I. PROPOSAL SUBMITTAL FORMS.......................................................... ERROR! BOOKMARK NOT DEFINED. Page 242 of 271 A. INTRODUCTION On June 1, 2021, the City of San Luis Obispo Council leaders advanced a pro -active approach to addressing mental health across our community by adopting the 2021-2023 Major City Goals. In addition to expanding the City's Community Action Team, the City Council approved implementation of the City of San Luis Obispo's first Mobile Crisis Unit. The MCU consists of co -deployed Emergency Medical Technician (EMT) and Mental Health Clinician personnel, that serve as primary and secondary responders on calls for services involving persons suffering from a physical or mental health crisis. The City of San Luis Obispo is seeking Contractor bids to staff the Mental Health Clinician component of an expanded MCU. The Mental Health Clinician will be responsible for providing on -site, mental health services including assessments, case management, rehabilitation services, crisis management, and coordination with/referral to other service providers. The Mental Health Clinician will need to deliver several therapeutic techniques, to homeless, transient, and other high -risk clients who have either/both severe mental health issues and substance abuse issues. This is a physically demanding role which requires assessments/services be administered in the field during response calls designated by dispatch or as identified by on -site observation during regular patrol duties. B. SCOPE OF WORK Contractor Requirements: 1. Maintain a Memorandum of Understanding with the City of San Luis Obispo to outline project agreements, expectations, resource commitments (e.g. computers, office supplies, communications equipment, etc.), schedules, and a proposed system of care; and 2. Employ mental health clinician(s) licensed (or registered as an intern) in California at the advanced clinical level (e.g. Licensed Clinical Social Worker (LCSW), Licensed Marriage and Family Therapist (LMFT), Licensed Professional Clinical Counselor (LPCC), to enable co -deployment with City personnel on the MCU. Ensure shift coverage on designated City Fire Department working shifts. Mental Health Clinician Requirements: 1. Cover forty (40) hours per week on a flexible schedule (may include weekends, evenings, and on -call); 2. Primarily field outreach position, on occasion will support emergency service departments on specific mental health related incidents; 3. Adhere to safety protocols as established by Fire Department at scenes of behavioral health crises; adopt a blended approach to addressing both mental and physical ailments simultaneously; 4. Provide direct crisis intervention to individuals identified through dispatch calls for service or through observed need while on rotation in partnership with Emergency Medical Technicians (EMTs) assigned to MCU. Provide assessments and/or crisis counseling in first responder capacity; 5. Provide and participate in trainings on best practices based for service delivery. Coordinate training opportunities for SLO Fire Department counterparts and other City staff members several times per year as part of an ongoing training effort; 6. Conduct research/coordinate with similarly oriented teams to monitor ongoing development of best practices and/or lessons learned and adapt service provision; 7. Attend fire and EMS trainings and inform or train fire and EMS counterparts on best practices and evidence -based approaches for administering metal health services in the field; 8. Assess and interview potential clients to determine eligibility for services through local providers (County Behavioral Health programs, non-profit assistance, etc.) Assist individuals in connecting with appropriate services; Page 243 of 271 9. Document clinical activity presenting diagnostic and interview findings, clinical evaluations, and recommendations as a member of an interdisciplinary team; 10. Act in outreach capacity: Provide needed follow-up to support individuals previously contacted; Educate clients and families on diagnosis, prognosis, treatment, and rehabilitation process/options; Provide transportation to clients as needed to access appropriate services; 11. Coordinate care with other agencies, attend multi -disciplinary meetings to develop appropriate treatment and interventions, and provide as necessary for continuity of care; and 12. Follow all laws and regulations related to patient privacy (HIPPA), patient's rights, and compliance. C. PROJECT SCHEDULE SchedulePreliminary 8/25/21 • Bid Released 9/14/21 • Bid Closed 9/21/21 • Evaluation of Responses 9/27/21 • Contract Execution and Award D. PROJECT BUDGET Not to exceed $201,000 for a 2-year term. E. GENERAL TERMS AND CONDITIONS PROPOSAL REQUIREMENTS Requirement to Meet All Provisions. Each individual or firm submitting a proposal (bidder) shall meet all the terms, and conditions of the Request for Proposals (RFP) project package. By virtue of its proposal submittal, the bidder acknowledges agreement with and acceptance of all provisions of the RFP specifications. 2. Proposal Submittal. Each proposal must be submitted on the form(s) provided in the specifications and accompanied by any other required submittals or supplemental materials. Proposal documents shall be submitted electronically via BidSync. However, if you can't submit electronic please send your bid copy in a sealed envelope to the Department of Finance, City of San Luis Obispo, 990 Palm Street, San Luis Obispo, CA, 93401. To guard against premature opening, the proposal should be clearly labeled with the proposal title, project number, name of bidder, and date and time of proposal opening. No FAX submittals will be accepted. 3. Insurance Certificate. Each proposal must include a certificate of insurance showing: a. The insurance carrier and its A.M. Best rating. b. Scope of coverage and limits. C. Deductibles and self -insured retention. The purpose of this submittal is to generally assess the adequacy of the bidder's insurance coverage during proposal evaluation; as discussed under paragraph 12 below, endorsements are not required until contract award. The City's insurance requirements are detailed in Section E. -2- Page 244 of 271 4. Proposal Quotes and Unit Price Extension. The extension of unit prices for the quantities indicated and the lump sum prices quoted by the bidder must be entered in figures in the spaces provided on the Proposal Submittal Form(s). Any lump sum bid shall be stated in figures. The Proposal Submittal Form(s) must be totally completed. If the unit price and the total amount stated by any bidder for any item are not in agreement, the unit price alone will be considered as representing the bidder's intention and the proposal total will be corrected to conform to the specified unit price. 5. Proposal Withdrawal and Opening. A bidder may withdraw its proposal, without prejudice prior to the time specified for the proposal opening, by submitting a written request to the Director of Finance for its withdrawal, in which event the proposal will be returned to the bidder unopened. No proposal received after the time specified or at any place other than that stated in the "Notice Inviting Bids/Requesting Proposals" will be considered. All proposals will be opened and declared publicly. Bidders or their representatives are invited to be present at the opening of the proposals. 6. Submittal of One Proposal Only. No individual or business entity of any kind shall be allowed to make or file, or to be interested as the primary submitter in more than one proposal, except an alternative proposal when specifically requested; however, an individual or business entity that has submitted a sub -proposal to a bidder submitting a proposal, or who has quoted prices on materials to such bidder, is not thereby disqualified from submitting a sub -proposal or from quoting prices to other bidders submitting proposals. 7. Communications. All timely requests for information submitted in writing will receive a written response from the City. Telephone communications with City staff are not encouraged but will be permitted. However, any such oral communication shall not be binding on the City. CONTRACT AWARD AND EXECUTION 8. Proposal Retention and Award. The City reserves the right to retain all proposals for a period of 60 days for examination and comparison. The City also reserves the right to waive non -substantial irregularities in any proposal, to reject any or all proposals, to reject or delete one part of a proposal and accept the other, except to the extent that proposals are qualified by specific limitations. See the "special terms and conditions" in Section C of these specifications for proposal evaluation and contract award criteria. 9. Competency and Responsibility of Bidder. The City reserves full discretion to determine the competence and responsibility, professionally and/or financially, of bidders. Bidders will provide, in a timely manner, all information that the City deems necessary to make such a decision. 10. Contract Requirement. The bidder to whom award is made (Contractor) shall execute a written contract with the City within ten (10) calendar days after notice of the award has been sent by mail to it at the address given in its proposal. The contract shall be made in the form adopted by the City and incorporated in these specifications. -3 - Page 245 of 271 CONTRACT PERFORMANCE 11. Insurance Requirements. The Contractor shall provide proof of insurance in the form, coverages and amounts specified in Section E of these specifications within 10 (ten) calendar days after notice of contract award as a precondition to contract execution. 12. Business License & Tax. The Contractor must have a valid City of San Luis Obispo business license & tax certificate before execution of the contract. Additional information regarding the City's business tax program may be obtained by calling (805) 781-7134. 13. Ability to Perform. The Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials, and licenses necessary to carry out and complete the work hereunder in compliance with all federal, state, county, city, and special district laws, ordinances, and regulations. 14. Laws to be Observed. The Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 15. Payment of Taxes. The contract prices shall include full compensation for all taxes that the Contractor is required to pay. 16. Permits and Licenses. The Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 17. Safety Provisions. The Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 18. Public and Employee Safety. Whenever the Contractor's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades, lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. 19. Preservation of City Property. The Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged resulting from the Contractor's operations, it shall be replaced or restored at the Contractor's expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 20. Immigration Act of 1986. The Contractor warrants on behalf of itself and all subcontractors engaged for the performance of this work that only persons authorized to work in the United State pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 21. Contractor Non -Discrimination. In the performance of this work, the Contractor agrees that it will not engage in, nor permit such subcontractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation, or religion of such persons. II Page 246 of 271 22. Work Delays. Should the Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the Contractor. In the event that there is insufficient time to grant such extensions prior to the completion date of the contract, the City may, at the time of acceptance of the work, waive liquidated damages that may have accrued for failure to complete on time, due to any of the above, after hearing evidence as to the reasons for such delay, and making a finding as to the causes of same. 23. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the materials, supplies, equipment, or services provided by the Contractor (Net 30). 24. Inspection. The Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of the Contractor are being performed in accordance with the requirements and intentions of this contract. All work done, and all materials furnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 25. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor. 26. Interests of Contractor. The Contractor covenants that it presently has no interest, and shall not acquire any interest —direct, indirect or otherwise —that would conflict in any manner or degree with the performance of the work hereunder. The Contractor further covenants that, in the performance of this work, no subcontractor or person having such an interest shall be employed. The Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, the Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 27. Hold Harmless and Indemnification. (a) Non -design, non -construction Professional Services: To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents ("City Indemnitees"), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels' fees and costs of litigation ("claims"), arising out of the Consultant's performance or Consultant's failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, including the City's active or passive negligence, except for such loss or damage arising from the sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant's performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City's option, reimburse the City Indemnitees their costs of defense, including reasonable -5- Page 247 of 271 legal fees, incurred in defense of such claims. (b) Non -design, construction Professional Services: To the extent the Scope of Services involve a "construction contract" as that phrase is used in Civil Code Section 2783, this paragraph shall apply in place of paragraph A. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8), Consultant shall indemnify, defend, and hold harmless the City, and its elected officials, officers, employees, volunteers, and agents ("City Indemnitees"), from and against any and all causes of action, claims, liabilities, obligations, judgments, or damages, including reasonable legal counsels' fees and costs of litigation ("claims"), arising out of the Consultant's performance or Consultant's failure to perform its obligations under this Agreement or out of the operations conducted by Consultant, except for such loss or damage arising from the active negligence, sole negligence or willful misconduct of the City. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant's performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City's option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. (c) Design Professional Services: In the event Consultant is a "design professional", and the Scope of Services require Consultant to provide "design professional services" as those phrases are used in Civil Code Section 2782.8, this paragraph shall apply in place of paragraphs A or B. To the fullest extent permitted by law (including, but not limited to California Civil Code Sections 2782 and 2782.8) Consultant shall indemnify, defend and hold harmless the City and its elected officials, officers, employees, volunteers and agents ("City Indemnitees"), from and against all claims, damages, injuries, losses, and expenses including costs, attorney fees, expert consultant and expert witness fees arising out of, pertaining to or relating to, the negligence, recklessness or willful misconduct of Consultant, except to the extent caused by the sole negligence, active negligence or willful misconduct of the City. Negligence, recklessness or willful misconduct of any subcontractor employed by Consultant shall be conclusively deemed to be the negligence, recklessness or willful misconduct of Consultant unless adequately corrected by Consultant. In the event the City Indemnitees are made a party to any action, lawsuit, or other adversarial proceeding arising from Consultant's performance of this Agreement, the Consultant shall provide a defense to the City Indemnitees or at the City's option, reimburse the City Indemnitees their costs of defense, including reasonable legal fees, incurred in defense of such claims. In no event shall the cost to defend charged to Consultant under this paragraph exceed Consultant's proportionate percentage of fault. However, notwithstanding the previous sentence, in the event one or more defendants is unable to pay its share of defense costs due to bankruptcy or dissolution of the business, Consultant shall meet and confer with other parties regarding unpaid defense costs. (d) The review, acceptance or approval of the Consultant's work or work product by any indemnified party shall not affect, relieve or reduce the Consultant's indemnification or defense obligations. This Section survives completion of the services or the termination of this contract. The provisions of this Section are not limited by and do not affect the provisions of this contract relating to insurance. 28. Contract Assignment. The Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. -6- Page 248 of 271 29. Termination for Convenience. The City may terminate all or part of this Agreement for any or no reason at any time by giving 30 days written notice to Contractor. Should the City terminate this Agreement for convenience, the City shall be liable as follows: (a) for standard or off -the -shelf products, a reasonable restocking charge not to exceed ten (10) percent of the total purchase price; (b) for custom products, the less of a reasonable price for the raw materials, components work in progress and any finished units on hand or the price per unit reflected on this Agreement. For termination of any services pursuant to this Agreement, the City's liability will be the lesser of a reasonable price for the services rendered prior to termination, or the price for the services reflected on this Agreement. Upon termination notice from the City, Contractor must, unless otherwise directed, cease work and follow the City's directions as to work in progress and finished goods. 30. Termination. If, during the term of the contract, the City determines that the Contractor is not faithfully abiding by any term or condition contained herein, the City may notify the Contractor in writing of such defect or failure to perform. This notice must give the Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. If the Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to the Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities, or rights under the contract except, however, any and all obligations of the Contractor's surety shall remain in full force and effect, and shall not be extinguished, reduced, or in any manner waived by the terminations thereof. In said event, the Contractor shall be entitled to the reasonable value of its services performed from the beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by the Contractor as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by the Contractor shall be based solely on the City's assessment of the value of the work- in -progress in completing the overall work scope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall the Contractor be entitled to receive in excess of the compensation quoted in its proposal. -7- Page 249 of 271 SPECIAL TERMS AND CONDITIONS Contract Award. Subject to the reservations set forth in Paragraph 9 of Section B (General Terms and Conditions) of these specifications, the contract will be awarded to the lowest responsible, responsive proposer. 2. Sales Tax Reimbursement. For sales occurring within the City of San Luis Obispo, the City receives sales tax revenues. Therefore, for bids from retail firms located in the City at the time of proposal closing for which sales tax is allocated to the City, 1% of the taxable amount of the bid will be deducted from the proposal by the City in calculating and determining the lowest responsible, responsive proposer. 3. Labor Actions. In the event that the successful proposer is experiencing a labor action at the time of contract award (or if its suppliers or subcontractors are experiencing such a labor action), the City reserves the right to declare said proposer is no longer the lowest responsible, responsive proposer and to accept the next acceptable low proposal from a proposer that is not experiencing a labor action, and to declare it to be the lowest responsible, responsive proposer. 4. Failure to Accept Contract. The following will occur if the proposer to whom the award is made (Contractor) fails to enter into the contract: the award will be annulled; any bid security will be forfeited in accordance with the special terms and conditions if a proposer's bond or security is required; and an award may be made to the next lowest responsible, responsive proposer who shall fulfill every stipulation as if it were the party to whom the first award was made. 5. Contract Term. The supplies or services identified in this specification will be used by the City for up to one year. The prices quoted for these items must be valid for the entire period indicated above unless otherwise conditioned by the proposer in its proposal. 6. Contract Extension. The term of the contract may be extended by mutual consent for an additional one-year, and annually thereafter, for a total of four years. 7. Supplemental Purchases Supplemental Purchases. Supplemental purchases may be made from the successful proposer during the contract term in addition to the items listed in the Detail Proposal Submittal Form. For these supplemental purchases, the proposer shall not offer prices to the City in excess of the amounts offered to other similar customers for the same item. If the proposer is willing to offer the City a standard discount on all supplemental purchases from its generally prevailing or published price structure during the contract term, this offer and the amount of discount on a percentage basis should be provided with the proposal submittal. 8. Contractor Invoices. The Contractor may deliver either a monthly invoice to the City with attached copies of detail invoices as supporting detail, or in one lump -sum upon completion. -8- Page 250 of 271 9 Non -Exclusive Contract. The City reserves the right to purchase the items listed in the Detail Proposal Submittal Form, as well as any supplemental items, from other vendors during the contract term. 10. Unrestrictive Brand Names. Any manufacturer's names, trade names, brand names or catalog numbers used in the specifications are for the purpose of describing and establishing general quality levels. Such references are not intended to be restrictive. Proposals will be considered for any brand that meets or exceeds the quality of the specifications given for any item. In the event an alternate brand name is proposed, supplemental documentation shall be provided demonstrating that the alternate brand name meets or exceeds the requirements specified herein. The burden of proof as to the suitability of any proposed alternatives is upon the proposer, and the City shall be the sole judge in making this determination. 11. Delivery. Prices quoted for all supplies or equipment to be provided under the terms and conditions of this RFP package shall include delivery charges, to be delivered F.O.B. San Luis Obispo by the successful proposer and received by the City within 90 days after authorization to proceed by the City. 12. Start and Completion of Work. Work on this project shall begin immediately after contract execution and shall be completed within 90 calendar days thereafter, unless otherwise negotiated with City by mutual agreement. 13. Change in Work. The City reserves the right to change quantities of any item after contract award. If the total quantity of any changed item varies by 25% or less, there shall be no change in the agreed upon unit price for that item. Unit pricing for any quantity changes per item in excess of 25% shall be subject to negotiation with the Contractor. 14. Submittal of References. Each proposer shall submit a statement of qualifications and references on the form provided in the RFP package. 15. Statement of Contract Disqualifications. Each proposer shall submit a statement regarding any past governmental agency bidding or contract disqualifications on the form provided in the RFP package. 1.3 Page 251 of 271 PROPOSAL CONTENT 1. Proposal Content. Your proposal must include the following information: Submittal Forms a. Proposal submittal summary. b. Certificate of insurance. C. References from at least three firms for whom you have provided similar services. Qualifications d. Experience of your firm and those of sub -consultants in performing work and projects relevant to the Scope of Services outlined and described in the request. e. Statement and explanation of any instances where your firm or sub -consultant has been removed from a project or disqualified from proposing on a project. f. Once identified, the following information must be provided for individuals who would be assigned to this project: ■ Proof license or registration as intern in California at advanced clinical level: • Licensed Clinical Social Worker (LCSW), Licensed Marriage and Family Therapist (LMFT), Licensed Professional Clinical Counselor (LPCC)) ■ Resumes with corollary experience highlighted and specific roles in this project clearly described. Work Program g. Detailed description of your approach to completing the work. h. Detailed schedule by task and sub -task for completing the work. i. Estimated hours for your staff in performing each phase and task of the work, including sub -consultants, so we can clearly see who will be doing what work, and how much time it will take. j. Detailed budget by task and sub -task for completing the work. k. Services or data to be provided by the City. 1. Services and deliverables provided by the Consultant(s). M. Any other information that would assist us in making this contract award decision. n. Description of assumptions critical to development of the response which may impact cost or scope. Proposal Length o. Proposal length should only be as long as required to be responsive to the RFP, including attachments and supplemental materials. 2. Proposal Evaluation and Selection. Proposals will be evaluated by a review committee and evaluated on the following criteria: a. Understanding of the work required by the City. b. Quality, clarity and responsiveness of the proposal. M Page 252 of 271 C. Demonstrated competence and professional qualifications necessary for successfully performing the work required by the City. d. Recent team experience in successfully performing similar services. e. Creativity of the proposed approach in completing the work. f. Value g. Writing skills. h. References. i. Background and experience of the specific individuals managing and assigned to this project. As reflected above, contract award will not be based solely on price, but on a combination of factors as determined to be in the best interest of the City. After evaluating the proposals and discussing them further with the finalists or the tentatively selected contractor, the City reserves the right to further negotiate the proposed work and/or method and amount of compensation. 3. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of the Contractor as part of the work or services under these specifications shall become the permanent property of the City and shall be delivered to the City upon demand. 4. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by the Contractor as part of the work or services under these specifications shall be the property of the City and shall not be made available to any individual or organization by the Contractor without the prior written approval of the City. 5. Copies of Reports and Information. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what the Contractor is required to furnish in limited quantities as part of the work or services under these specifications, the Contractor shall provide such additional copies as are requested, and City shall compensate the Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 6. Required Deliverable Products. The Contractor will be required to provide: a. One electronic submission - digital -ready original .pdf of all final documents. If you wish to file a paper copy, please submit in sealed envelope to the address provided in the RFP. b. Corresponding computer files compatible with the following programs whenever possible unless otherwise directed by the project manager: Word Processing: MS Word Spreadsheets: MS Excel Desktop Publishing: InDesign Virtual Models: Sketch Up Digital Maps: Geodatabase shape files in State Plan Coordinate System as specified by City GIS staff -11- Page 253 of 271 C. City staff will review any documents or materials provided by the Contractor and, where necessary, the Contractor will be required to respond to staff comments and make such changes as deemed appropriate. 7. Attendance at Meetings and Hearings. As part of the work scope and included in the contract price is attendance by the Contractor at up to [number] public meetings to present and discuss its findings and recommendations. Contractor shall attend as many "working" meetings with staff as necessary in performing work -scope tasks. 8. Accuracy of Specifications. The specifications for this project are believed by the City to be accurate and to contain no affirmative misrepresentation or any concealment of fact. Bidders are cautioned to undertake an independent analysis of any test results in the specifications, as City does not guaranty the accuracy of its interpretation of test results contained in the specifications package. In preparing its proposal, the bidder and all subcontractors named in its proposal shall bear sole responsibility for proposal preparation errors resulting from any misstatements or omissions in the plans and specifications that could easily have been ascertained by examining either the project site or accurate test data in the City's possession. Although the effect of ambiguities or defects in the plans and specifications will be as determined by law, any patent ambiguity or defect shall give rise to a duty of bidder to inquire prior to proposal submittal. Failure to so inquire shall cause any such ambiguity or defect to be construed against the bidder. An ambiguity or defect shall be considered patent if it is of such a nature that the bidder, assuming reasonable skill, ability and diligence on its part, knew or should have known of the existence of the ambiguity or defect. Furthermore, failure of the bidder or subcontractors to notify City in writing of specification or plan defects or ambiguities prior to proposal submittal shall waive any right to assert said defects or ambiguities subsequent to submittal of the proposal. To the extent that these specifications constitute performance specifications, the City shall not be liable for costs incurred by the successful bidder to achieve the project's objective or standard beyond the amounts provided there for in the proposal. In the event that, after awarding the contract, any dispute arises as a result of any actual or alleged ambiguity or defect in the plans and/or specifications, or any other matter whatsoever, Contractor shall immediately notify the City in writing, and the Contractor and all subcontractors shall continue to perform, irrespective of whether or not the ambiguity or defect is major, material, minor or trivial, and irrespective of whether or not a change order, time extension, or additional compensation has been granted by City. Failure to provide the hereinbefore described written notice within one (1) working day of contractor's becoming aware of the facts giving rise to the dispute shall constitute a waiver of the right to assert the causative role of the defect or ambiguity in the plans or specifications concerning the dispute. -12- Page 254 of 271 SECTION G: FORM OF AGREEMENT AGREEMENT THIS AGREEMENT is made and entered into in the City of San Luis Obispo on [day, date, year] by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City, and [CONTRACTOR'S NAME IN CAPITAL LETTERS], hereinafter referred to as Contractor. W ITN ESSETH: WHEREAS, on [date], City requested proposals for [ ] WHEREAS, pursuant to said request, Contractor submitted a proposal that was accepted by City for said project; NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained, the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered, as first written above, until acceptance or completion of said project. 2. INCORPORATION BY REFERENCE. City RFP and Contractor's proposal dated [date] is hereby incorporated in and made a part of this Agreement and attached as Exhibit A. To the extent that there are any conflicts between the Contractor's fees and scope of work and the City's terms and conditions, the City's terms and conditions shall prevail, unless specifically agreed otherwise in writing signed by both parties. 3. CITY'S OBLIGATIONS. For providing the services as specified in this Agreement, City will pay, and Contractor shall receive therefore compensation Exhibit A. If there are installment payments? Contractor shall be eligible for compensation installments after completion of milestone Tasks -E as shown in the attached project schedule. 4. CONTRACTOR/CONSULTANT'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to do everything required by this Agreement and the said specifications. S. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Manager. -13- Page 255 of 271 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding or representation be binding upon the parties hereto. 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City Name Dept. Address Consultant Name Title Address Address 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that everyone executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. CITY OF SAN LUIS OBISPO: Bv: City Manager APPROVED AS TO FORM: CONSULTANT: al City Attorney Name of CAO / President Its: CAO / President -14- Page 256 of 271 SECTION H: INSURANCE REQUIREMENTS Consultant Services The Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder by the Contractor, its agents, representatives, employees or subcontractors. Minimum Scope of Insurance. Coverage shall be at least as broad as: 1. Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). 2. Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability, code 1 (any auto). 3. Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. 4. Errors and Omissions Liability insurance as appropriate to the consultant's profession. Minimum Limits of Insurance. Contractor shall maintain limits no less than: 1. General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: $1,000,000 per accident for bodily injury and property damage. 3. Employer's Liability: $1,000,000 per accident for bodily injury or disease. 4. Errors and Omissions Liability: $1,000,000 per occurrence. Deductibles and Self -Insured Retentions. Any deductibles or self -insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self -insured retentions as respects the City, its officers, officials, employees and volunteers; or the Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. Other Insurance Provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: 1. The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of the Contractor; products and completed operations of the Contractor; premises owned, occupied or used by the Contractor; or automobiles owned, leased, hired or borrowed by the Contractor. The coverage shall contain no special limitations on the scope of protection afforded to the City, its officers, official, employees, agents or volunteers. 2. For any claims related to this project, the Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees, agents or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. -15- Page 257 of 271 3. The Contractor's insurance shall apply separately to each insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. 4. Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in coverage or in limits except after thirty (30) days' prior written notice by certified mail, return receipt requested, has been given to the City. Acceptability of Insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANIL Verification of Coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before work commences. -16- Page 258 of 271 SECTION I: PROPOSAL SUBMITTAL FORM - SAMPLE The undersigned declares that she or he: ■ Has carefully examined RFP , which is hereby made a part of this proposal. ■ Is thoroughly familiar with its contents. ■ Is authorized to represent the proposing firm. ■ Agrees to perform the work as set forth in this proposal. q Certificate of insurance attached; insurance company's A.M. Best rating: Firm Name and Address Contact Phone Signature of Authorized Representative Date -17- Page 259 of 271 City ofSan Luis Obispo Specification No. 9xxxx REFERENCES Number of years engaged in providing the services included within the scope of the specifications under the present business name: Describe fully the last three contracts performed by your firm that demonstrate your ability to provide the services included with the scope of the specifications. Attach additional pages if required. The City reserves the right to contact each of the references listed for additional information regarding your firm's qualifications. Reference No. 1: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome Reference No. 2: Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome -18- Page 260 of 271 City ofSan Luis Obispo Specification No. 9xxxx Reference No. 3 Agency Name Contact Name Telephone & Email Street Address City, State, Zip Code Description of services provided including contract amount, when provided and project outcome -19- Page 261 of 271 City ofSan Luis Obispo Specification No. 9xxxx STATEMENT OF PAST CONTRACT DISQUALIFICATIONS The proposer shall state whether it or any of its officers or employees who have a proprietary interest in it, has ever been disqualified, removed, or otherwise prevented from bidding on, or completing a federal, state, or local government project because of the violation of law, a safety regulation, or for any other reason, including but not limited to financial difficulties, project delays, or disputes regarding work or product quality, and if so to explain the circumstances. ■ Do you have any disqualification as described in the above paragraph to declare? Yes q No q ■ If yes, explain the circumstances. Executed on at perjury of the laws of the State of California, that the foregoing is true and correct. Signature of Authorized Proposer Representative under penalty of -20- Page 262 of 271 City of San Luis Obispo Specification No. 9xxxx -21- Page 263 of 271 Page 264 of 271 National Auto Fleet Group n orvi.io. or cn...oi.t or w...o�"I 490 Auto Center Drive, Watsonville, CA 95076 (855) 289-6572 • (83 ) 480-8497 Fax FlaetoNationalAutoFlootGroup.corn 7/15/2021 Quote ID: 28740 Order Cut Off Date: TBA Gus Vargas City of San Luis Obispo Fire Department 2160 Santa Barbara Ave San Luis Obispo, California, 93401 Dear Gus Vargas, National Auto Fleet Group is pleased to quote the following vehicle(s) for your consideration. One (1) New/Unused (2022 Ford Transit Connect Van (S7S) XL LWB w/Rear Symmetrical Doors, ) and delivered to your specified location, each for One Unit (MSRP) Contract Price $29,870.00 Tax (0.0000 %) Tire fee Total One Unit Total % Savings $28,144.50 5.777 % $0.00 $8.75 $28,153.25 Total Savings $1,725.50 - per the attached specifications. This vehicle(s) is available under the Sourcewell (Formerly Known as NJPA) Contract 120716-NAF . Please reference this Contract number on all purchase orders to National Auto Fleet Group. Payment terms are Net 20 days after receipt of vehicle. Thank you in advance for your consideration. Should you have any questions, please do not hesitate to call. Sincerely, Jesse Cooper Account Manager Email: Fleet@NationalAutoFleetGroup.com Office: (855) 289-6572 Fax: (831) 480-8497 pEVIEpLEr _ r TOYOTA Page 265 of 271 Purchase Order Instructions & Resources In order to finalize your purchase please submit this purchase packet to your governing body for a purchase order approval and submit your purchase order in the following way: Email: Fleetla_NationalAutoFleetGroup.com Fax: (831) 480-8497 Mail: National Auto Fleet Group 490 Auto Center Drive Watsonville, CA 95076 We will send a courtesy confirmation for your order and a W-9 if needed. Learn how to track your vehicle: Use the upfitter of your choice: Vehicle Status: General Inquiries: Additional Resources www.NAFGETA.com www.NAFGpartner.com ETAaNationalAutoFleetGroup.com Fleet&NationalAutoFleetGroup.com For general questions or assistance please contact our main office at: 1-855-289-6572 Page 266 of 271 Vehicle Configuration Options ENGINE Code Description 992 1 ENGINE: 2.OL GDI 1-4 GAS, -inc: auto start/stop technology and EcoMode, 80 Amp 800 CCA Heavy Duty Battery, (STD) TRANSMISSION Code Description 448 TRANSMISSION: 8-SPEED SELECTSHIFT AUTOMATIC, (STD) PRIMARY PAINT Code Description Z2 FROZEN WHITE PAINT SCHEME Code Description STANDARD PAINT SEAT TYPE Code Description CB EBONY, CLOTH FRONT BUCKET SEATS, -inc: 6-way manual driver seat (fore/aft, up/down and lever recline) and 4-way manual passenger seat (fore/aft and lever recline) w/fold-flat back AXLE RATIO Code Description AXLE RATIO: TBD, (STD) ADDITIONAL EQUIPMENT Code Description 51 C 80 AMP 800 CCA HEAVY DUTY BATTERY 64R WHEELS: 16" ALUMINUM PAINTED DARK SPARKLE 61 K 2ND ROW FIXED GLASS ON BOTH SIDES, -inc: steel mesh window guards 55A REAR DOOR FIXED GLASS, -inc: normal tinted glass (2nd-row/rearward), Rear Window Wipers, Day/Night Rearview Mirror 58Z RADIO: SYNC 3 W/O NAVIGATION, -inc: 6.5" LCD touch screen, AM/FM stereo receiver, SiriusXM satellite radio, 911 Assist, AppLink, Apple CarPlay compatibility, Android Auto compatibility and 2 smart -charging USB ports, Compass Display, Cruise Control 525 CRUISE CONTROL 96B WIRELESS CHARGING 85D BLIS (BLIND SPOT INFORMATION SYSTEM), -inc: cross -traffic alert, PowerFold Heated Exterior Mirrors w/Power Adjust, Power Front -Row Windows w/One-Touch Up/Down OPTION PACKAGE Code Description 100A JORDER CODE 100A Page 267 of 271 2022 Fleet/Non-Retail Ford Transit Connect Van XL LWB w/Rear Symmetrical Doors WINDOW STICKER 2022 Ford Transit Connect Van XL LWB w/Rear Symmetrical Doors CODE MODEL MSRP S7S 2022 Ford Transit Connect Van XL LWB w/Rear Symmetrical Doors $26,175.00 OPTIONS 992 ENGINE: 2.OL GDI 1-4 GAS, -inc: auto start/stop technology and EcoMode, 80 Amp 800 CCA Heavy Duty Battery, (STD) INC 448 TRANSMISSION: 8-SPEED SELECTSHIFT AUTOMATIC, (STD) $0.00 72 FROZEN WHITE $0.00 STANDARD PAINT $0.00 CB EBONY, CLOTH FRONT BUCKET SEATS, -inc: 6-way manual driver seat (fore/aft, up/down and lever recline) and 4-way manual $0.00 passenger seat (fore/aft and lever recline) w/fold-flat back AXLE RATIO: TBD, (STD) $0.00 51C 80 AMP 800 CCA HEAVY DUTY BATTERY INC 64R WHEELS: 16" ALUMINUM PAINTED DARK SPARKLE $495.00 61K 2ND ROW FIXED GLASS ON BOTH SIDES, -inc: steel mesh window guards $190.00 55A REAR DOOR FIXED GLASS, -inc: normal tinted glass (2nd-row/rearward), Rear Window Wipers, Day/Night Rearview Mirror $295.00 58Z RADIO: SYNC 3 W/O NAVIGATION, -inc: 6.5' LCD touch screen, AM/FM stereo receiver, SiriusXM satellite radio, 911 Assist, $595.00 AppLink, Apple CarPlay compatibility, Android Auto compatibility and 2 smart -charging USB ports, Compass Display, Cruise Control 525 CRUISE CONTROL INC 96B WIRELESS CHARGING $150.00 85D BLIS (BLIND SPOT INFORMATION SYSTEM), -inc: cross -traffic alert, PowerFold Heated Exterior Mirrors w/Power Adjust, Power $575.00 Front -Row Windows w/One-Touch Up/Down 100A ORDER CODE 100A $0.00 Please note selected options override standard equipment SUBTOTAL $28,475.00 Advert/ Adjustments $0.00 Manufacturer Destination Charge $1,395.00 TOTAL PRICE $29,870.00 Est City: 24 MPG Est Highway: 27 MPG Est Highway Cruising Range: 426.60 mi Any performance -related calculations are offered solely as guidelines. Actual unit performance will depend on your operating conditions. Page 268 of 271 Standard Equipment MECHANICAL Engine: 2.OL GDI 1-4 Gas -inc: auto start/stop technology and EcoMode, 80 Amp 800 CCA Heavy Duty Battery, Transmission: 8-Speed SelectShift Automatic Axle Ratio: TBD GVWR: TBD 50-State Emissions System Transmission w/SelectShift Sequential Shift Control Front -Wheel Drive 80-Amp/Hr 80OCCA Maintenance -Free Battery w/Run Down Protection 150 Amp Alternator 1570# Maximum Payload Gas -Pressurized Shock Absorbers Front And Rear Anti -Roll Bars Electric Power -Assist Steering 15.8 Gal. Fuel Tank Single Stainless Steel Exhaust Strut Front Suspension w/Coil Springs Torsion Beam Rear Suspension w/Coil Springs 4-Wheel Disc Brakes w/4-Wheel ABS, Front Vented Discs, Brake Assist and Hill Hold Control EXTERIOR (Wheels: 16" Sparkle Silver -Painted Steel -inc: full wheel covers (non -locking lugs) Tires: 215/55R16 97H XL AS Steel Spare Wheel Full -Size Spare Tire Stored Underbody w/Crankdown Clearcoat Paint Black Front Bumper Black Rear Bumper Black Bodyside Moldings Black Side Windows Trim and Black Front Windshield Trim Black Door Handles Black Manual Side Mirrors w/Convex Spotter and Manual Folding Light Tinted Glass Rain Detecting Variable Intermittent Wipers Fully Galvanized Steel Panels Black Grille Sliding Rear Doors Split Swing -Out Rear Cargo Access Tailgate/Rear Door Lock Included w/Power Door Locks Autolamp Auto On/Off Aero-Composite Halogen Daytime Running Lights Preference Setting Headlamps w/Delay-Off Perimeter/Approach Lights ENTERTAINMENT Radio: AM/FM w/Bluetooth -inc: 4.2" LCD multi -function display screen, 1 USB port and 4 front speakers Radio w/Seek-Scan, Clock, Speed Compensated Volume Control, Aux Audio Input Jack, Steering Wheel Controls, Voice Activation, Radio Data System and External Memory Control Streaming Audio Integrated Roof Antenna Page 269 of 271 1 LCD Monitor In The Front INTERIOR Driver Seat Passenger Seat Manual Tilt/Telescoping Steering Column Gauges -inc: Speedometer, Odometer, Engine Coolant Temp, Tachometer, Trip Odometer and Trip Computer Front Cupholder Remote Keyless Entry w/Integrated Key Transmitter and Illuminated Entry Manual Air Conditioning Glove Box Driver Foot Rest Front Cloth Headliner Cloth Door Trim Insert Urethane Gear Shifter Material Vinyl Front Bucket Seats -inc: 6-way manual driver seat (fore/aft, up/down, recline) and 4-way manual passenger seat (fore/aft, recline) w/fold-flat back Full Floor Console w/Storage, Full Overhead Console w/Storage and 2 12V DC Power Outlets Delay Off Interior Lighting Front Only Vinyl/Rubber Floor Covering Vinyl/Rubber Floor Trim Cargo Space Lights Tracker System Driver And Passenger Door Bins Power 1st Row Windows w/Driver 1-Touch Down Delayed Accessory Power Power Door Locks w/Autolock Feature Systems Monitor Redundant Digital Speedometer Trip Computer Outside Temp Gauge Analog Appearance Seats w/Vinyl Back Material Driver And Front Passenger Armrests Manual w/Tilt (driver Only) Front Head Restraints Securilock Anti -Theft Ignition (pats) Engine Immobilizer 2 12V DC Power Outlets SAFETY AdvanceTrac w/Roll Stability Control Electronic Stability Control (ESC) And Roll Stability Control (RSC) ABS And Driveline Traction Control Side Impact Beams Dual Stage Driver And Passenger Seat -Mounted Side Airbags Ford Co-Pilot360 - Automatic Emergency Braking (AEB) Low Tire Pressure Warning Dual Stage Driver And Passenger Front Airbags Safety Canopy System Curtain 1 st Row Airbags Airbag Occupancy Sensor Outboard Front Lap And Shoulder Safety Belts -inc: Height Adjusters and Pretensioners Ford Co-Pilot360 - Reverse Camera Back -Up Camera Page 271 of 271 MOBILE CRISIS UNIT Pilot Program OVERVIEW BACKGROUND ■The Mobile Crisis Unit was inspired by similarly oriented program, CAHOOTS in Eugene Oregon. ■ Mobile Crisis Unit (MCU) will provide intervention services integrated into the city public safety system. ■ Working in conjunction with SLOPD CAT Teams, SLO Homeless Service Coordinator and SLO County Mental Health, the response is available for a broad range of non -criminal crises incidents. ■ Service are to be provided at no cost to the recipients. OBJECTIVES ■ Advance a more effective and pro -active approach to combatting issues related to homelessness. ■ Focus on tailoring response capacity to address key issues related to mental health, homelessness, and addiction. ■ Collaborate with SLOPD CAT to ensure stronger coordination of resources, referrals and communication. ■ Reduce Hospital Emergency Room visits; redirect those in need to most appropriate supportive services. ■ Provide training to City staff to improve interactions with those in crisis. RESPONSE/OUTREACH ■ Two-year pilot MCU program designed to assist the community with problems related to depression, mental illness, substance abuse, poverty, and homelessness. ■ Provide non -emergency medical first aid, coordination of services and transportation to appropriate service providers. ■ Incidents will be diverse including social services, conducting welfare checks, counseling for people in crisis and support to both SLOPD and SLOFD as needed. ■ There are safety concerns when responding to emergencies unaccompanied by LE. Solid dispatch training, screening, communications and operational procedures are under development. ■ Incidents with certain types of behavioral issues, such as family disputes, suicidal threats, and public intoxication, may compel law enforcement and fire paramedic response and coordination. STAFFING/OPERATIONS ■The team consists of a limited term certified EMT and a contract trained Mental Health Crisis Worker. ■ Operational hours will begin as Monday through Friday 9-5pm period based on previous three-year PD/FD data. ■ The MCU will service all areas of the City San Luis Obispo ■ Cal Poly has interest to partner under contract services still to be determined. ■ After hours call-back may occur, and follow-up services will be provided on a case -by -case need. RESEARCH AND DEVELOPMENT ■ San Francisco City Fire Department Chief of Community Paramedicine Simon Pang ■ Oakland City Fire Department MCU dispatch procedures ■ CAHOOTS program administration research and understanding ■ SLOFD, SLOPD and CPPD response data ■ San Luis Ambulance Service ■ SLO County Emergency Medical Service Agency ■ THMA Mental Health First Aid class SUCCESS &DATA TRACKING ■ Number of contacts made ■ Number and percentage of accepted aid and/or resources ■ Number and percentage that receive each type of services Mental health, drug/alcohol, crisis counseling ■ Number of citizens that become housed ■ Unhoused census changes (homeless point in time count) ■ Number of reduced 911 (police and fire response) ■ Number of after hours calls that would suit the MCU ■ Determination for adding additional categories of calls for service after the initial phase LONGTERM GOAL ■Success of program in housing and treating those in need ■Assess need for higher level EMS service (EMT vs Paramedic) ■ Crisis/suicide intervention and prevention training ■ Need for expanded hours of coverage 24/7 ■ Need for additional resources and support services ■ Decision/ability to transition program to SLO County Mental Health Department for wider regional response RECOMMENDATION ■ Authorize the issuance of Request for Proposals (RFP) for contracting services of a Mental Health Clinician for the City of San Luis Obispo's Pilot Mobile Crisis Unit; ■ Authorize the City Manager to enter into an agreement with the contractor that best responds to the RFP in terms of qualifications, cost, and approach to program implementation; ■ Authorize the purchase of the Pilot Mobile Crisis Unit vehicle by adding the vehicle acquisition to the City's Capital Improvement Program; ■ Authorize the Finance Director to approve a Budget Amendment Request moving approved vehicle purchase funding from the General Fund to the Capital Outlay Fund. QUESTIONS