HomeMy WebLinkAbout1996-05-28 City Council (14)TO:
City of Palo Alto
City Manager’s Report
HONORABLE CITY COUNCIL 4
FROM:CITY MANAGER DEPARTMENT: UTILITIES
AGENDA DATE:
SUBJECT:
May 28, 1996 CMR:269:96
Approval of Contract with Advanced Control Systems, Inc. for
Providing and Installing a new Supervisory Control And Data
Acquisition (SCADA) System Master Station for the Palo Alto
Electric Utility.
REQUEST
This is a request for approval of an Contract with Advanced Control Systems, Inc. in the
amount of $648,655.00 for providing and installing a new Computer System for the Electric
SCADA Master Station replacement project.
RECOMMENDATIONS
Staff recommends that Council:
Approve and authorize the Mayor to execute the attached contract with Advanced
Control Systems, Inc. in the amount of $648,655.00 for providing and installing a new
SCADA Master Station;
Authorize the City Manager or her designee to negotiate and execute one or more
change orders to the contract to cover additional related but unforeseen work which
may develop during the project. The value of these change orders shall not exceed
$65,000.00.
POLICY IMPLICATIONS
This contract does not represent any change to existing policies.
CMR:269:96 Page 1 of 4
E~C~IVESUMM~Y
Project Description
This project replaces the computer, operating and application software and operator consoles
that comprise the Master Station of the Electric SCADA System. The New Master Station
will be installed in a turn-key manner in the Utility Control Center by Advanced Control
Systems, Inc.. The new Master Station will include the following hardware and features:
Standard off-the-shelfHewlett-Packard computer hardware and software components
(major system components).
An open communication protocol which will allow increased flexibility to add new
technology (e.g., smart relay, metering, and monitoring) devices to improve service
to the City’s Utility customers.
Software links between the SCADA and the City’s existing Geographic Information
System via the wide area network, a new outage notification system currently being
installed, and the new Water-Gas-Storm Stations computer previously approved by
Council (CMR:367:95).
Communication links and protocols that will allow the continued use of existing field
equipment originally installed in the electric substations.
Field hardware additions will no longer be restricted to one manufacturer.
Project Justification .
The proposed Master Station is needed due to the obsolescence of the existing master station.
The original SCADA system was purchased and installed in 1984 and uses computers and
operator consoles of that vintage. Due to the age of the equipment, many of the system
components can no longer be maintained. Some of the specific problems being encountered
in maintaining the equipment are:
Digital Equipment Corporation no longer maintains the computer equipment that was
used in the master station.
CMR:269:96 Page 2 of 4
The operating system on the master station computer can no longer be upgraded due
to limitations of the hardware. Because of this limitation, the master station software
also cannot be upgraded to more recent versions.
The manufacturer of the operator consoles has notified the City that they will no
longer support or maintain the consoles.
Landis & Gyr, the City’s current vendor, has not installed a similar SCADA system
since 1986 and provides limited service on these systems.
Since 1984, major advances have been made in both the software and hardware used in
SCADA systems. The new systems use more powerful hardware and software which has
more monitoring and control features, greater flexibility, and is easier to operate and
maintain.
These improved monitoring and control features will become more important as competition
in the utility business increases and customers become more focused on quality and
reliability of their electric service. The new state of the art system staff is proposing, will
respond to these customer needs, by providing the tools to monitor power quality and to
respond to outages and restore power faster.
Selection Process
Request for proposals for the Furnishing and Installation of a new SCADA Master Station
were sent out to 14 vendors on September 14, 1995. The proposal period was 61 calendar
days, due to the large conformance table and amount of proposal information that was
needed to effectively evaluate the proposals. Seven vendors submitted proposals on
November 14, 1995. Proposals were of varying scope and ranged from $373,000 to
$992,383. The vendors who did not respond generally provide SCADA systems to utilities
that are either larger or smaller in scope than required by a utility ofPalo Alto’s size.
A selection committee consisting of Utility and Administrative Services staff reviewed the
proposals. In addition to the staff review, a consultant (R.W. Beck) was contracted to
provide an independent review of the proposals. R.W. Beck has extensive experience in the
application of SCADA systems. The detailed Selection Process is included in Exhibit "A".
After careful evaluation, Advanced Control Systems, Inc. (ACS) was selected because its
proposal demonstrated an excellent ability to furnish a SCADA system that meets Palo
Alto’s requirements. Also, ACS demonstrated a particular commitment to customer
satisfaction and long term-support, which is important for a SCADA system.
CMR:269:96 Page 3 of 4
FISCAL IMPACT
Funds for this project are included in the FY 1995-96 Electric Capital Improvement Program
Budget.
ENVIRONMENTAL ASSESSMENT
The augmentation of the SCADA System does not constitute a project under Califomia
Environmental Quality Act, therefore, there is no Environmental Assessment required for
this contract.
ATTACHMENTS
Exhibit "A": Selection Process for SCADA Master Station
Exhibit "B": Contract
Contract Exhibits are available in Utilities Office
PREPARED BY: Sam Zuccaro, Senior Power Engineer
DEPARTMENT HEAD REVIEW:
CITY MANAGER APPROVAL:
fCi,{-y Manager
CMR:269:96 Page 4 of 4
Exhibit "A"
SELECTION PROCESS
For
SCADA MASTER STATION
SELECTION PROCESS
Initial Review
Request for proposals for the Furnishing and Installation of a new SCADA Master Station
were sent out to 14 vendors on September 14, 1995. Proposals were received from Harris
Controls Division, Ilex Systems Inc., Quindar Products Ltd., Syseca Inc., ABB Systems
Control Inc., Landis & Gyr, and Advanced Control Systems Inc. (ACS) on November 14,
1995. Proposals were of varying scope and ranged from $373,000 to
$992,383. The Engineer’s estimate is $675,000.00.
To evaluate the proposals, a review team was formed to look at the proposals from
different standpoints. The team included the Project Manager from Utilities Engineering,
the Supervisor of Electric Operations, the-Manager of Contracts Administration, and the
Supervisor of Utilities Information and Data Systems. In addition to the staff review, a
consultant (R.W. Beck) was contracted to provide an independent review of the proposals.
R.W. Beck has extensive experience in the application of SCADA systems.
Staff carefully reviewed each firm’s proposal based on the following criteria:
The Proposer’s understanding of the requirements and the ability to meet the City’s
specifications.
The Proposer’s experience in providing SCADA systems of similar size and
capability.
Customer satisfaction of the proposer’s existing systems in service, including
reliability and Customer Service response.
Flexibility and ease of expansion of the proposed system architecture.
Installed price.
Staff and R.W. Beck made a separate and independent initial review of all of the proposals
and selected ACS’s, ABB’s, and Landis & Gyr’s as the best 3 proposals for a more detailed
review. From the initial review, Staff rejected the proposals from Harris, Ilex, Quindar, and
Syseca for the following reasons:
Harris Controls Division submitted a very minimal and incomplete proposal which
suggested that they were not interested in furnishing a system for a utility of our size.
There was no attempt made by Harris to complete any of our forms or to answer any of our
technical requests. Harris appears geared to furnishing much larger SCADA systems than
Palo Alto requires.
Ilex’s proposed system required an 0S/2 operating system which did not meet the
specifications. Also, staff was not convinced that Ilex’s pc-based system would have the
processing power or reliability to handle emergency situations when it is critical for such
systems to work reliably. Staff attended an Ilex users group meeting and customer service
complaints were registered by some of the attendees. One specific complaint noted was
that systems were being shipped without operating manuals. Furthermore, the manuals
could not be obtained in a timely manner.
Quindar took several exceptions related to critical technical issues. Staff was not
convinced that Quindar would guarantee that their system would properly interface with
existing SCADA RTU’s (Substation SCADA equipment). Their proposal was the least
supportive of a turn-key approach, because they required more City staff to implement.
Also, they proposed servers that had less processing power than the competing systems.
Syseca did not have the required experience in furnishing SCADA systems to electric
utilities. In addition, the cost of their system was higher than the similar system proposed
by Landis & Gyr.
Final Review
Staff then made an in-depth review of the remaining 3 proposals which included
interviewing each vendor for technical details of their proposals, inspecting the vendors’
manufacturing facilities, observing demonstrations of the vendors’ proposed systems, and
checking references. The result of these reviews is that Staff recommends the Agreement
for the SCADA system be awarded to ACS. This recommendation is based on the
following:
Staff attended a recent ACS User Group meeting in Atlanta, interviewed several Utility
representatives at the Users Meeting, interviewed 4 other Utilities by phone, and visited
one Utility who has an ACS system in service. Without exception, all of the utilities
interviewed told us they were satisfied with ACS’s customer support. Staff observed a
strong emphasis on Customer Satisfaction with ACS. Staff also observed that the ACS
proposed system appears more intuitive and easier to operate and understand. ACS has
been furnishing SCADA systems for Utilities since 1978. ACS still supports the first
systems that they supplied. They have a strong customer base of over 250 systems. ACS
showed Staff design documentation of possible upgrade paths for our existing Landis &
Gyr field equipment, indicating their technical knowledge of the field hardware that they
must interface with.
Staff rejected ABB’s proposal primarily due to pricing. They proposed the highest priced
system. During the interview, Staff determined that ABB had proposed extra features that
Palo Alto did not need. Staff requested a resubmittal based upon more appropriate system
requirements, however ABB’s revised pricing was still highest. In addition, ABB does not
manufacture complete SCADA systems. ABB requires the use of other manufacturer’s field
equipment for future system additions.
Landis & Gyr’s proposal was rejected due to a perceived inability to provide future
adequate customer support. This conclusion was reached due to past experience with lack
of support with the current system, and reference checks with current Landis & Gyr
customers. Since the original SCADA system was furnished by Landis & Gyr ,in principle,
Landis & Gyr should be in the best position to upgrade their system. Staff gave them the
benefit of the doubt even though the City has experienced numerous cases of poor
customer support from Landis & Gyr for several years. Landis & Gyr acknowledges poor
customer support and has assured staff that they are trying to improve this. Yet, even
during the proposal evaluation, Utilities Operations personnel experienced difficulty over
several days trying to obtain help and spare parts to replace failed units. In addition to eur
experience, the references that Landis & Gyr provided did not report a high level of
customer support, nor significant evidence of improvement.
Prepared by,
Sam Zuccaro
May 7, 1996
CONTRACT NO.
BETWEEN THE CITY OF PALO ALTO AND
ADVANCED CONTROL SYSTEMS, INC.
FOR SUPERVISORY CONTROL AND DATA
ACQUISITION MASTER STATION INSTALLATION
This Contract No. is entered into ,
by and between the CITY OF PALO ALTO, a chartered city and a
municipal corporation of the State of California ("CITY"), and
ADVANCED CONTROL SYSTEMS, INC., a Georgia corporation, located at
2755 Northwoods Parkway, Norcross, GA 30071 ("CONTRACTOR").
RECITALS:
WHEREAS, CITY desires certain computer equipment and
supervisory control and data acquisition ("SCADA’) software and
system master station development, installation, and services
("Services"), as more fully described in Exhibit "A"; and
WHEREAS,~CITY desires to engage CONTRACTOR, including its
employees, if any, in providing the Services by reason of its
qualifications and experience in performing such Services, and
CONTRACTOR has offered to provide the Services on the terms and in
the manner set forth herein;
WHEREAS, CONTRACTOR is the provider of SCADA equipment,
software and software documentation, and will furnish installation,
maintenance, and technical support related to such equipment and
software as described in the several exhibits;
NOW, THEREFORE, in consideration of the covenants, terms,
conditions~ and provisions of this Contract, the parties agree:
SECTION i. TERM
i.i This Contract will commence on the date of its
execution by CITY. The obligation of CONTRACTOR to perform the
Services wil! commence in accordance with the time schedule set
forth in Exhibit "A". Time is of the essence of this Contract. In
the event that the Services arenot completed within the specified
time schedule on account of CONTRACTOR’s default, CITY’s city
manager will have the option of extending the time schedule for any
period of time. A party to this Agreement shall not be liable for
a delay in performing or failure to perform a covenant of, or term,
condition or provision of this Agreement imposed upon, such party
if such delay or failure to perform is caused by an act of God or
any other factor which is beyond the reasonable control of such
party. This provision wil! not preclude the recovery of damages
for delay caused by CONTRACTOR.
960521 syn 0070980
QUALIFICATIONS, STATUS, AND DUTIES OFSECTION 2.
CONTRACTOR
2.1 CONTRACTOR represents and warrants that it has the
exPertise and professional qualifications to furnish or cause to be
furnished the Services. CONTRACTOR further represents and warrants
that the project director and every individual charged with the
performance of the Services under this Contract are duly licensed
or certified by the State of California, to the extent such
licensing or certification is required by law to perform the
Services.
2.2¯In reliance on the representation and warranty set
forth in Section 2.1, CITY hires CONTRACTOR to perform, and
CONTRACTOR covenants and agrees that it will furnish or cause to be
furnished, the Services.
2.3 CONTRACTOR will assign PETER MARCHANT as the project
director to have supervisory responsibility for the performance,
progress, and execution of the Services. If~ circumstances or
conditions subsequent to the execution of this Contract cause the
substitution of the project director for any reason, the
appointment of a substitute project director will.be subject to the
prior written approval of the project manager.
2.4 CONTRACTOR represents and warrants that it will:
2.4.1 Procure all permits and licenses, pay all
charges and fees, and give all notices which may be necessary and
incident to the due and lawful prosecution of the Services;
2.4.2 Keep itself fully informed of all existing and
future Federal, State of California, and local laws, ordinances,
regulations, orders, and decrees which may affect those engaged or
employed under this Contract, any materials used in CONTRACTOR’s
performance under this Contract, or the performance of the
Services;
2.4.3 At all times observe and comply with, and cause
its employees and contractors (and consultants), if any, who are
assigned to the performance of this Contract to observe and comply
with, the laws, ordinances, ~regulations, orders and decrees
mentioned above; and
2.4.4 WilZ report immediately to the project manager,
in writing, any discrepancy or inconsistency it discovers in the
laws, ordinances, regulations, orders, and decrees mentioned above
in relation to any plans, drawings, specifications or provisions of
this Contract.
2.5 Any reports, information, data or other material
given to, or prepared or assembled, by, CONTRACTOR or its
contractors, if any, under this Contract will become the property
of CITY and will not be made available to any individual or
960521 syn 0070980
organization by CONTRACTOR or its contractors, if any, without the
prior written approval of the city manager.
2.6 CONTRACTOR will not provide CITY with any copies of
a fina! report.
2.7 If CITY requests additional copies of reports,
drawings, specifications or any other materia! which CONTRACTOR is
required to furnish in limited quantities in the performance of
the Services, CONTRACTOR wil! provide such additiona! copies and
CITY will compensate CONTRACTOR for its actual costs.
2.8 CONTRACTOR will be responsible for employing or
engaging all persons necessary to perform the Services. All
contractors of CONTRACTOR will be deemed to be directly controlled
and supervised by CONTRACTOR, which will be responsible for their
performance. If any employee or contractor of CONTRACTOR fails or
refuses to carry out the provisions of this Contract or appears to
be incompetent or to act in a disorderly or improper manner, ~the
employee or contractor will be discharged immediately from further
performance under this Contract on demand of the project manager.
2.9 CONTRACTOR warrants that goods manufactured or
developed by CONTRACTOR and sold hereunder shall be free from
material defects in materials and workmanship for a period of
fifteen (15) months from time of shipment and shall perform~in
substantial conformity with the specifications, as modified and
accepted in this Contract. CONTRACTOR makes this limited warranty
in lieu of all other warranties, whether express or implied, with
respect to the goods, including but not limited to any implied
warranties for merchantability or fitness for a particular purpose.
Any obligati~on of CONTRACTOR under this limited
warranty shall automatically and immediately terminate without
notice from or any further action by CONTRACTOR, and CONTRACTOR
shall have no responsibility for damages of any kind as a result of
the occurrence of any of the fol!owing: (i) misuse, abuse or
negligent use of the goods or any component thereof, or (ii) any
repair or alteration of the goods or any component thereof made by
any third party other than CONTRACTOR, except under written
authorization of CONTRACTOR. The CITY’s remedies for any goods
that fail to meet the standards of the CONTRACTOR’s limited warranty
are limited to the replacement or repair of such goods at the sole
discretion of CONTRACTOR reasonably exercised.
The total liability of CONTRACTOR for all claims,
whether in contract, tort or otherwise, arising out of, connected
with, or resulting from use of any goods or services provided by
CONTRACTOR shall not exceed the total fees and charges paid to
CONTRACTOR by the CITY during the twelve (12) months preceding any
such claim. In no event wil! CONTRACTOR be liable for any
incidental, consequential, indirect, exemplary or special damages,
of whatever kind and however caused including (without limitation)
damages for loss of revenue, loss of savings or cost of capital,
960521 s)’n 0070980
even if CONTRACTOR knew or should have known of the possibility of
such damages.
SECTION 3. DUTIES OF CITY
3.1 CITY will furnish or cause to be furnished the
specified services set forth in Exhibit "A" and such other
information regarding its requirements as may be reasonably
requested by CONTRACTOR.
3.2 The city manager will represent CITY for all
purposes under this Contract. SAM ZUCCARO is designated as the
project manager for the city manager. The project manager will
supervise the performance, progress, and execution of the Services.
3.3 If CITY observes or otherwise becomes aware of any
default in the performance of CONTRACTOR, CITY will use reasonable
efforts to give written notice thereof to CONTRACTOR in a timely
manner.
SECTION 4 COMPENSATION
4.1 In consideration of the full performance of the
Services by CONTRACTOR, CITY will pay CONTRACTOR a total sum not
to exceed Six Hundred Forty-Eight Thousand Six Hundred Fifty-Five
Dollars ($648,655), payable within thirty (30) days of submission
by CONTRACTOR of its itemized billings, in triplicate, in
accordance with the following fee schedule set forth in Exhibit "Be’.
SECTION 5. AUDITS
5.1 CONTRACTOR will permit CITY to audit, at any
reasonable time during the term of this Contract and for three (3)
years thereafter, CONTRACTOR’s records pertaining to matters
covered by this Contract. CONTRACTOR further agrees to maintain
and retain such records for at least three (3) years after the
expiration or earlier termination of this Contract.
SECTION 6.INDEMNITY
6.1 CONTRACTOR agrees to protect, indemnify, defend and
hold harmless CITY, its Council members, officers, employees and
agents from any and all demands, claims, or liability of any
nature,- including death or injury to anyperson, property damage or
any other loss, caused by or arising out of CONTRACTOR’s, its
officers’, agents’, subcontractors’ or employees’ negligent acts,
errors, or omissions, or willful misconduct, or conduct for which
applicable law may impose strict liability on CONTRACTOR in the
performance of or failure to perform its obligations under this
Contract.
6.2 CONTRACTOR shall (i) assume the defense of any suit
brought against CITY for infringement of a United States Letter
Patent arising solely from the use/or sale of goods furnished
hereunder, (ii) defray the expense of such defense and (iii)
96052! syn 0070980
4
indemnify CITY against any money damages and/or costs awarded in
such suit provided; (a) that CONTRACTOR is given sole and exclusive
control of all litigation proceedings including negotiations
relative to the settlement thereof (b) that the liability claimed
shall have arisen solely because of CONTRACTOR’s selections as to
the design, composition or manufacture of such goods as that such
goods are in the form, state and condition as sold by CONTRACTOR,
(c) that CITY shall have made all payments then due, and (d) that
CITY promptly informs CONTRACTOR in writing of any claims with
respect to which CONTRACTOR assumes responsibility hereunder.
If such goods, or any part thereof, shall be held to
infringe any United States Letter Patent, and CITY is enjoined from
using such goods or such infringing part thereof, CONTRACTOR, at
its option and expense will (i) procure for CITY the right to use
such goods or such~infringing part thereof in the United States
free from any liability for patent infringement, (2) replace such
goods or such infringing part thereof with non-infringing
substitute otherwise complying with the requirements of the
Contract, or (3) repurchase such goods or such infringing part
thereof from CITY at the price paid thereof. The foregoing states
the entire liability of CONTRACTOR for patent infringement by such
goods or any part thereof.
SECTION 7. WAIVERS
7.1 The waiver by either party of any breach or
violation of any covenant, term, condition or provision of this
Contract, or of the provisions of any ordinance or law, will not be
deemed to be a waiver of any other term, covenant, condition,
provisions, ordinance or law, or of any subsequent breach or
violation of the same or of any other term, covenant, condition,
provision, ordinance or law. The subsequent acceptance by either
party of any fee or other money which may become due hereunder will
not be deemed to be a waiver of any preceding breach or violation
by the other party of any term, covenant, condition or provision of
this Contract or of any applicable law or ordinance.
7.2 No payment, partial payment, acceptance, or partial
acceptance by CITY will operate as a waiver on the part of CITY of
any of its rights under this Contract.
SECTION 8. INSURANCE
8.1 CONTRACTOR, at its sole cost and expense, will
obtain and maintain, in full force and effect during the term of
this Contract, the insurance coverage described in Exhibit "C",
insuring not only CONTRACTOR and its contractors, if any, but also,
with the exception of workers’ compensation, employer’s liability,
and professional liability insurance, naming CITY as an additional
insured concerning CONTRACTOR’s performance under this Contract.
8.2 All insurance coverage required hereunder will be
provided through carriers with Best’s Key Rating Guide ratings of
A:X or higher which are admitted to transact insurance business in
960521 s)~ 0070920
5
the State of California. Any and all contractors of CONTRACTOR
retained to perform Services under this Contract will obtain and
maintain, in full force and effect during the term of this
Contract, identica! insurance coverage, naming CITY as an
additional insured under such policies as required above.
8.3 Certificates of such insurance, preferably on the
forms provided by CITY, will be filed with CITY concurrently with
the execution of this Contract. The certificates will be subject
to the approval of CITY’s risk manager and will contain an
endorsement stating that the insurance is primary coverage and wil!
not be canceled or altered by the insurer except after filing with
CITY’s city clerk thirty (30) days’ prior written notice of such
cancellation or alteration, and that the City of Palo Alto is named
as an additional insured except in policies of workers’
compensation, employer’s liability~ and professional liability
insurance. Current certificates of such insurance will be kept on
file at all times during the term of this Contract with the city
clerk.
8.4 The procuring of such required policy or policies of
insurance wil! not be construed to limit CONTRACTOR’s liability
hereunder nor to fulfill the indemnification provisions of this
Contract. Notwithstanding the policy or policies of insurance,
CONTRACTOR will be obligated for the full and total amount of any
damage, injury, or loss caused by or directly arising as a result
of the Services performed under this Contract, including such
damage, injury, or loss arising after the Contract is terminated or
the term has expired.
SECTION 9. WORKERS’ COMPENSATION
9.1 CONTRACTOR, by executing this Contract, certifies
that it is aware of the provisions of the Labor Code of the State
of California which require every employer to be insured against
liability for workers’ compensation or to undertake self-insurance
in accordance with the provisions of that Code, and certifies that
it will comply with such provisions, as applicable, before
commencing the performance of the Services.
SERVICES
SECTION i0. TERMINATION OR SUSPENSION OF CONTRACT
i0.I The city manager may suspend the performance of the
Services, in whole or in part, or terminate this Contract, with or
without cause, by giving thirty (30) days’ prior written notice
thereof to CONTRACTOR. Upon receipt of such notice, CONTRACTOR
will immediately discontinue its performance of the Services.
10.2 CONTRACTOR may terminate this Contract or suspend
its performance of the Services by giving thirty (30) days’ prior
written notice thereof to CITY, but only in the event of a
substantial failure of performance by CITY or in the event CITY
indefinitely withholds or withdraws its request for the initiation
or continuation of the Services to be performed.
960521 syn 0070980
6
10.3 Upon such suspension or .termination by CITY,
CONTRACTOR will be paid for the Services actually rendered to CITY
on or before the effective date of suspension or termination;
provided, however, if this Contract is suspended or terminated on
account of a default by CONTRACTOR, CITY will be obligated to
compensate CONTRACTOR only for that portion of the Services which
are of direct and immediate benefit to CITY, as such determination
may be made by the city manager acting in the reasonable exercise
of her discretion.
10.4 Upon such suspension or termination, CONTRACTOR will
deliver to the city manager immediately any and all copies of
studies, sketches, drawings, computations, and other data, whether
or not completed, prepared by CONTRACTOR or its contractors, if
any, or given to CONTRACTOR or its contractors, if any,. in
connection with this Contract. Such materials will become the
property of CITY.
10.5 The failure of CITY to agree with CONTRACTOR’s
independent findings, conclusions, or recommendations, if the same
are called for under this Contract, on the basis of differences in
matters of judgment, will not be construed as a failure on the part
of CONTRACTOR to fulfill its obligations under this Contract.
SECTION ii. ASSIGNMENT
ii.i This Contract is for the personal services of
CONTRACTOR, therefore, CONTRACTOR will not assign, transfer,
convey, or otherwise dispose of.this Contract or any right, title
or interest in or to the same or any part thereof without the prior
written consent of CITY. A consent to one assignment will not be
deemed to be a consent to any subsequent assignment. Any
assignment made without the approval of the city manager will be
void and, at the option of the city manager, this Contract may be
terminated. This Contract will not be assignable by operation of
law.
11.2 CITY shall not assign, transfer, convey, or
otherwise dispose of this Contract or any right, title or interest
in or to the Master Station System, or any part thereof, without
the prior written consent of CONTRACTOR, which consent shall not be
unreasonably withheld.
SECTION 12. NOTICES
12.1 All notices hereunder will be given in writing and
mailed, postage prepaid, by certified mail, addressed as follows:
To CITY:Office of the City Clerk
City of Palo Alto
Post Office Box 10250
Palo Alt0, CA 94303
960521 syn 00709g0
To CONTRACTOR: Attention of the Manager, Contract
Administration at the address of
CONTRACTOR recited above
SECTION 13.CONFLICT .OF INTEREST
13.1 In accepting this Contract, CONTRACTOR covenants
that it presently has no interest, and will not acquire any
interest, direct or indirect, financial or otherwise, which would
conflict in any manner or degree with the performance of the
Services.
13.2 CONTRACTOR~ further covenants that, in the
performance of this Contract, it will not emp!oy any contractor or
person having such an interest. CONTRACTOR certifies that no
person who has or wil! have any financial interest under this
Contract is an officer or employee of CITY; this provision will be
interpreted in accordance with the applicable provisions of the
Palo Alto Municipal Code and the Government Code of the State of
California.
SECTION 14.NONDISCRIMINATION
14.1 As set forth in the Palo Alto Municipal Code, no
discrimination will be made in the emp!oyment of any person under
this Contract because of the age, race, color, national origin,
ancestry, religion, disability, sexual preference or gender of that
person. If the value of this Contract is, or may be, five thousand
dollars ($5,000) or more, CONTRACTOR agrees to meet all
requirements of the Palo Alto Municipal Code pertaining to
nondiscrimination in employment, including completing the requisite
form furnished by CITY and set forth in Exhibit "D".
14.2 CONTRACTOR agrees that each contract for services
with an independent provider will contain a provision substantially
as follows:
"[Name of Provider] will provide CONTRACTOR
with a certificate stating that [Name of
Provider] is currently in compliance with all
Federal and State of California laws covering
nondiscrimination in employment; that [Name of
Provider] will pursue an affirmative course of
action as required by the Affirmative Action
Guidelines of the City of Palo Alto; and that
[Name of Provider] will not discriminate in
the employment of any person under this
contract because of the age, race, co!or,
national origin, ancestry, religion,
disability, sexual preference or gender of
such person."
14.3 If CONTRACTOR is found in violation of the
nondiscrimination provisions of the State of California Fair
Employment Practices Act or similar provisions of Federal law or
960521 syn 0070980
executive order in the performance of this Contract, it will be in
default of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
the sum of twenty-five dollars ($25) ~for each person for each
calendar day during which such person was subjected to acts of
discrimination, as damages for breach of contract, or both. 0nly
a finding of the State of California Fair Employment Practices
Commission or the equivalent federal agency or officer will
constitute evidence of a breach of this Contract.
14.4 If CONTRACTOR is in default of the nondiscrimination
provisions of this Contract or the Affirmative Action Guidelines
pertaining to this Contract, CONTRACTOR wil! be found in material
breach of this Contract. Thereupon, CITY will have the power to
cancel or suspend this Contract, in whole or in part, or to deduct
from the amount payable to CONTRACTOR the sum of two hundred fifty
dollars ($250) for each calendar day during which CONTRACTOR is not
in compliance with this provision as damages for breach of
contract, or both.
SECTION 15.MISCELLANEOUS PROVISIONS
15.1 CONTRACTOR represents and warrants that it has
knowledge of the requirements of the Americans with Disabilities
Act of 1990, and the Government Code and the Health and Safety Code
of the State of California, relating to access to public buildings
and accommodations for disabled persons, and relating to facilities
for disabled persons. CONTRACTOR will comply with or ensure by its
advice that compliance with such provisions will be effected in the
performance of this Contract.
15.2 This Contract will be governed by the laws of the
State of California, excluding its conflicts of law.
15.3 In the event that an action is brought, the parties
agree that trial of such action will be vested exclusively in the
state courts of California or in the United States District Court
for the Northern District of California in the County of Santa
Clara, State of California.
15.4 The prevailing party in any action brought to
enforce the provisions of this Contract may recover its reasonable
costs and attorneys’ fees expended in connection with that action.
15.5 This document represents the entire and integrated
agreement between the parties and supersedes all prior negotia-
tions, representations, and contracts, either written or oral.
This document may be amended only by a written instrument, which is
signed by the parties.
15.6 All provisions of this Contract, whether covenants
or conditions, will be deemed to be both covenants and conditions.
15.7 The covenants, terms, conditions and provisions of
this Contract will apply to, and will bind, the heirs, successors,
960~21 syn 00709g0
executors, administrators, assignees, and contractors, as the case
may be, of the parties.
15.8 If a court of competent jurisdiction finds or rules
that any provision of this Contract or any amendment thereto is
void or unenforceable, the unaffected provisions of this Contract
and any amendments thereto wil! remain in ful! force and effect.
15.9 All exhibits referred to in this Contract and any
addenda, appendices, attachments, and schedules which, from time
to time, may be referred to in any duly executed amendment hereto
are by such reference incorporated in this Contract and wil! be
deemed to be a part of this Contract.
15.10 This Contract may be executed in any number of
counterparts, each of which will be an origina!, but all of. which
together will constitute one and the same instrument.
15.11 This Contract is subject to the fiscal provisions
of the Charter of the City of Palo Alto and the Palo Alto Municipal
Code. This Contract will terminate without any penalty (a) at the
end of any fiscal year in the event that funds are not appropriated
for the following fiscal year, or (b) at any time within a fiscal
year in the event that funds are only appropriated for a portion of
the fiscal year and funds for this Contract are no longer
available. This Section 15.11 shall take precedence in the event
of a conflict with any other covenant, term, condition, or
provision of this Contract.
15.12 In the event of any conflict involving
interpretation of this Contract, the order of precedence for
interpretation of provisions of this Contract shal! be as follows:
This Contract
Exhibit A
Exhibit B
Exhibit C
Exhibit D
Exhibit E
Exhibit F
Exhibit G
Scope of Services and Time Schedule
Quotation
Insurance
Nondiscrimination Compliance Form
Software License Agreement
Customer Confidentiality Agreement
Support Agreement
IN WITNESS WHEREOF, the parties hereto have by their duly
authorized representatives executed this Contract on the date first
above written.
ATTEST:CITY OF PALO ALTO
City Clerk Mayor
960521 syn 0070980
i0
APPROVED AS TO FORM:
Senior Asst. City Attomey
APPROVED:
Assistant City Manager
Director of Utilities
Deputy City Manager,
Administrative Services
Risk Manager
Attachments:
EXH!BIT "A""
EXHIBIT "B""
EXHIBIT "C""
EXktTBIT "D"’
EXHIBIT "E""
EXHIBIT "F""
EXHIBIT "G""
ADVANCED CONTROL SYSTEMS, INC.
By: ~
Horst W. Ruckert
Its: Manager, Contracts A dministration
Taxpayer’s I.D. No. 58-1224052
SCOPE OF SERVICES AND TIME SCHEDULE
QUOTATION
INSURANCE
NONDISCRJMINATION COMPLIANCE FORM
SOFTWARE LICENSE AGREEMENT
CUSTOMER CONFIDENTIALITY AGREEMENT
SUPPORT AGREEMENT
960521 SYN0070980
CERTIFICATE OF ACKNOWLEDGEMENT
(Civil Code § 1189)
STATE OF Georgia )
) SS.
COUNTY OF Gwinnett )
On May21 ,1996, beforeme, ElaineP. Meggs, a Notary Public in and for said
County and State, personally appeared Horst w. Ruckert, personally known to me or proved to
me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to
the within instrument and acknowledged to me that he/she/they executed the same in his/her/their
authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or
the entity upon behalf of which the person(s) acted, executed the instrument.
WITNESS my hand and official seal.
Signature of Notary Publ~g7-
960521 SYN0070980