Loading...
HomeMy WebLinkAboutStaff Report 6320 City of Palo Alto (ID # 6320) City Council Staff Report Report Type: Consent Calendar Meeting Date: 2/8/2016 City of Palo Alto Page 1 Summary Title: Fiber Audit Services Title: Approval and Authorization of the City Manager to Execute a Contract With Celerity Integrated Services Inc. in an Amount Not-to-Exceed $122,500 for Fiber Optic System Review Services for a Term Through April 30, 2016 With a 15 Percent Contingency of $18,375 for Related Work, for a Total Authorized Amount Not-to-Exceed $140,875, Capital Improvement Program Project FO-16000 From: City Manager Lead Department: Utilities Recommendation Staff recommends that Council: 1. Approve and authorize the City Manager to execute a contract with Celerity Integrated Services Inc. (Attachment A) with a not-to-exceed amount of $122,500 and a term through April 30, 2016 to provide a one-time comprehensive review of the City’s dark fiber optic network (Capital Improvement Program Project FO-16000) and recommended updates of records. 2. Approve and authorize the City Manager or his designee to negotiate and execute one or more amendments to the contract with Celerity Integrated Services Inc. (Celerity) for related work which may develop during the contract term, the total value of which shall not exceed $18,375 (15% of the contract amount). Staff is therefore requesting a total not-to-exceed amount of $140,875 for this contract, which includes the contract amount of $122,500 plus a 15% contingency amount of $18,375. Background The City of Palo Alto (“CPA”) owns and operates a 41-mile dark fiber optic backbone network with “splice nodes” where backbone cables or service drop fibers are connected. These fibers are leased to CPA commercial customers for their private use. These customers designate the two endpoints of the fiber and supply the communication means, light, transmitted through the City of Palo Alto Page 2 fiber. Some fibers are licensed to resellers who market these to their customers. CPA has approximately ninety (90) commercial customers connected to the dark fiber network via service connections along with various city departments. The number of dark fiber service connections totals approximately 230 (some customers have multiple connections). The record-keeping and management of the City’s dark fiber network has been a manual process since the first commercial customer was connected in 2000. Recent dark fiber connection requests have uncovered discrepancies between the City’s data and actual field conditions. As a result, engineers face challenges when designing the requested fiber networks, and it has proven more difficult for staff to develop and provide cost estimates for services to potential customers. In addition, more accurate data could allow the City to resolve network outages more quickly. Discussion The Utilities department (CPAU) is not staffed to conduct a complete and thorough review of fiber system records while still maintaining other engineering responsibilities. Because the City’s records have proven to contain data that does not always match field conditions, staff proposes to hire a third party to conduct a thorough review of drawings and records for the fiber optic system. Information that will be available through the fiber optic system audit will enable more accurate cost analysis for new customer connects and system improvements, improved route assessments, and more effective response to and restoration following outages. 7 bid packages were mailed and 2 bid responses were received as summarized in the table below. Celerity’s bid was based on the inspection of 90 fiber nodes. As of 11/9/2015, there are 104 fiber nodes in the City (an increase of 15%). In addition, there may be unscheduled down-time when the Celerity technician discovers a maintenance issue which requires immediate attention from CPAU personnel. Since this will be the first complete and independent review of the fiber system, there is insufficient data to aid in determining the amount of maintenance work that will be performed. Due to the increased number of fiber nodes to be inspected and the unknown nature of the maintenance work, a 15% contingency, instead of the usual 10% contingency, is being requested for this project. Sufficient funding is available in the Fiber Optic System Rebuild Project (FO-16000) for the requested amount of $140,875. Summary of Bid Process Bid Name/Number Fiber Audit Services/RFP 160237 City of Palo Alto Page 3 Proposed Length of Project 6 months Number of Bids Mailed to Contractors 7 Total Days to Respond to Bid 28 Pre-Bid Meeting? Yes (non-mandatory) Number of Company Attendees at Pre-Bid Meeting 1 Number of Bids Received 2* Bid Price Range From a low of $122,500 to a high of $400,000 Staff reviewed all bids submitted and recommends that the bid of $122,500 submitted by Celerity be accepted. The Celerity bid is 18 percent below staff’s estimate of $150,000 for the work. Staff checked references supplied by the contractor for previous work performed and found no significant complaints. Resource Impact Funding for this contract is available in the FY 2016 Capital Improvement Program project budget, FO-16000 Fiber Optic System Rebuild. Additional staff work on the fiber system may be identified through the review, and existing staff will complete the identified work. Policy Implications The approval of this contract is consistent with existing City policies, including the Council approved Utilities Strategic Plan – Strategic Objective BP4: Serve customers promptly and completely; and Strategic Objective C2: Be responsive to all my utilities related service needs. Environmental Review An audit of the City’s fiber system and associated records does not meet the definition of a project pursuant to Section 21065 of the California Public Resources Code, thus no environmental review under the California Environmental Quality Act is required. Attachments:  Attachment A: Contract No. C16160237 with Celerity for Fiber Audit Services (PDF) Professional Services Rev. March 31, 2015 1 CITY OF PALO ALTO CONTRACT NO. C16160237 AGREEMENT BETWEEN THE CITY OF PALO ALTO AND CELERITY INTEGRATED SERVICES INC. FOR PROFESSIONAL SERVICES This Agreement is entered into on this ________ day of February, 2016, (“Agreement”) by and between the CITY OF PALO ALTO, a California chartered municipal corporation (“CITY”), and CELERITY INTEGRATED SERVICES INC., a Pennsylvania corporation, located at 3500 AM Drive, Quakertown, PA 18951 ("CONSULTANT"). RECITALS The following recitals are a substantive portion of this Agreement. A. CITY intends to conduct a physical audit of its dark fiber optic network (“Project”) and desires to engage a consultant to conduct the audit in connection with the Project (“Services”). B. CONSULTANT has represented that it has the necessary professional expertise, qualifications, and capability, and all required licenses and/or certifications to provide the Services. C. CITY in reliance on these representations desires to engage CONSULTANT to provide the Services as more fully described in Exhibit “A”, attached to and made a part of this Agreement. NOW, THEREFORE, in consideration of the recitals, covenants, terms, and conditions, in this Agreement, the parties agree: AGREEMENT SECTION 1. SCOPE OF SERVICES. CONSULTANT shall perform the Services described at Exhibit “A” in accordance with the terms and conditions contained in this Agreement. The performance of all Services shall be to the reasonable satisfaction of CITY. SECTION 2. TERM. The term of this Agreement shall be from the date of its full execution through April 30, 2016 unless terminated earlier pursuant to Section 19 of this Agreement. SECTION 3. SCHEDULE OF PERFORMANCE. Time is of the essence in the performance of Services under this Agreement. CONSULTANT shall complete the Services within the term of this Agreement and in accordance with the schedule set forth in Exhibit “B”, attached to and made a part of this Agreement. Any Services for which times for performance are not specified in this Agreement shall be commenced and completed by CONSULTANT in a reasonably prompt and timely manner based upon the circumstances and direction communicated to the CONSULTANT. CITY’s agreement to extend the term or the schedule for performance shall not preclude recovery of damages for delay if the extension is required due to the fault of Professional Services Rev. March 31, 2015 2 CONSULTANT. SECTION 4. NOT TO EXCEED COMPENSATION. The compensation to be paid to CONSULTANT for performance of the Services described in Exhibit “A”, including both payment for professional services and reimbursable expenses, shall not exceed One Hundred Twenty Two Thousand Five Hundred Dollars ($122,500.00). In the event Additional Services are authorized, the total compensation for Services, Additional Services and reimbursable expenses shall not exceed One Hundred Forty Thousand Eight Hundred Seventy Five Dollars ($140,875.00). The applicable rates and schedule of payment are set out at Exhibit “C-1”, entitled “HOURLY RATE SCHEDULE,” which is attached to and made a part of this Agreement. Additional Services, if any, shall be authorized in accordance with and subject to the provisions of Exhibit “C”. CONSULTANT shall not receive any compensation for Additional Services performed without the prior written authorization of CITY. Additional Services shall mean any work that is determined by CITY to be necessary for the proper completion of the Project, but which is not included within the Scope of Services described at Exhibit “A”. SECTION 5. INVOICES. In order to request payment, CONSULTANT shall submit monthly invoices to the CITY describing the services performed and the applicable charges (including an identification of personnel who performed the services, hours worked, hourly rates, and reimbursable expenses), based upon the CONSULTANT’s billing rates (set forth in Exhibit “C- 1”). If applicable, the invoice shall also describe the percentage of completion of each task. The information in CONSULTANT’s payment requests shall be subject to verification by CITY. CONSULTANT shall send all invoices to the City’s project manager at the address specified in Section 13 below. The City will generally process and pay invoices within thirty (30) days of receipt. SECTION 6. QUALIFICATIONS/STANDARD OF CARE. All of the Services shall be performed by CONSULTANT or under CONSULTANT’s supervision. CONSULTANT represents that it possesses the professional and technical personnel necessary to perform the Services required by this Agreement and that the personnel have sufficient skill and experience to perform the Services assigned to them. CONSULTANT represents that it, its employees and subconsultants, if permitted, have and shall maintain during the term of this Agreement all licenses, permits, qualifications, insurance and approvals of whatever nature that are legally required to perform the Services. All of the services to be furnished by CONSULTANT under this agreement shall meet the professional standard and quality that prevail among professionals in the same discipline and of similar knowledge and skill engaged in related work throughout California under the same or similar circumstances. SECTION 7. COMPLIANCE WITH LAWS. CONSULTANT shall keep itself informed of and in compliance with all federal, state and local laws, ordinances, regulations, and orders that may affect in any manner the Project or the performance of the Services or those engaged to perform Services under this Agreement. CONSULTANT shall procure all permits and licenses, pay all charges and fees, and give all notices required by law in the performance of the Services. Professional Services Rev. March 31, 2015 3 SECTION 8. ERRORS/OMISSIONS. CONSULTANT shall correct, at no cost to CITY, any and all errors, omissions, or ambiguities in the work product submitted to CITY, provided CITY gives notice to CONSULTANT. If CONSULTANT has prepared plans and specifications or other design documents to construct the Project, CONSULTANT shall be obligated to correct any and all errors, omissions or ambiguities discovered prior to and during the course of construction of the Project. This obligation shall survive termination of the Agreement. SECTION 9. COST ESTIMATES. If this Agreement pertains to the design of a public works project, CONSULTANT shall submit estimates of probable construction costs at each phase of design submittal. If the total estimated construction cost at any submittal exceeds ten percent (10%) of CITY’s stated construction budget, CONSULTANT shall make recommendations to CITY for aligning the PROJECT design with the budget, incorporate CITY approved recommendations, and revise the design to meet the Project budget, at no additional cost to CITY. SECTION 10. INDEPENDENT CONTRACTOR. It is understood and agreed that in performing the Services under this Agreement CONSULTANT, and any person employed by or contracted with CONSULTANT to furnish labor and/or materials under this Agreement, shall act as and be an independent contractor and not an agent or employee of CITY. SECTION 11. ASSIGNMENT. The parties agree that the expertise and experience of CONSULTANT are material considerations for this Agreement. CONSULTANT shall not assign or transfer any interest in this Agreement nor the performance of any of CONSULTANT’s obligations hereunder without the prior written consent of the city manager. Consent to one assignment will not be deemed to be consent to any subsequent assignment. Any assignment made without the approval of the city manager will be void. SECTION 12. SUBCONTRACTING. CONSULTANT shall not subcontract any portion of the work to be performed under this Agreement without the prior written authorization of the city manager or designee. CONSULTANT shall be responsible for directing the work of any subconsultants and for any compensation due to subconsultants. CITY assumes no responsibility whatsoever concerning compensation. CONSULTANT shall be fully responsible to CITY for all acts and omissions of a subconsultant. CONSULTANT shall change or add subconsultants only with the prior approval of the city manager or his designee. SECTION 13. PROJECT MANAGEMENT. CONSULTANT will assign Seth Wieand as the Project Supervisor to have supervisory responsibility for the performance, progress, and execution of the Services to represent CONSULTANT during the day-to-day work on the Project. If circumstances cause the substitution of the project director, project coordinator, or any other key personnel for any reason, the appointment of a substitute project director and the assignment of any key new or replacement personnel will be subject to the prior written approval of the CITY’s project manager. CONSULTANT, at CITY’s request, shall promptly remove personnel who CITY finds do not perform the Services in an acceptable manner, are uncooperative, or present a threat to the adequate or timely completion of the Project or a threat Professional Services Rev. March 31, 2015 3 to the safety of persons or property. CITY’s project manager is Jim Thompson, Utilities Department, Engineering Division, 1007 Elwell Court, Palo Alto, CA 94303, Telephone: (650) 566-4533. The project manager will be CONSULTANT’s point of contact with respect to performance, progress and execution of the Services. CITY may designate an alternate project manager from time to time. SECTION 14. OWNERSHIP OF MATERIALS. Upon delivery, all work product, including without limitation, all writings, drawings, plans, reports, specifications, calculations, documents, other materials and copyright interests developed under this Agreement shall be and remain the exclusive property of CITY without restriction or limitation upon their use. CONSULTANT agrees that all copyrights which arise from creation of the work pursuant to this Agreement shall be vested in CITY, and CONSULTANT waives and relinquishes all claims to copyright or other intellectual property rights in favor of the CITY. Neither CONSULTANT nor its contractors, if any, shall make any of such materials available to any individual or organization without the prior written approval of the City Manager or designee. CONSULTANT makes no representation of the suitability of the work product for use in or application to circumstances not contemplated by the scope of work. SECTION 15. AUDITS. CONSULTANT will permit CITY to audit, at any reasonable time during the term of this Agreement and for three (3) years thereafter, CONSULTANT’s records pertaining to matters covered by this Agreement. CONSULTANT further agrees to maintain and retain such records for at least three (3) years after the expiration or earlier termination of this Agreement. SECTION 16. INDEMNITY. 16.1. To the fullest extent permitted by law, CONSULTANT shall protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents (each an “Indemnified Party”) from and against any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, including all costs and expenses of whatever nature including attorneys fees, experts fees, court costs and disbursements (“Claims”) resulting from, arising out of or in any manner related to performance or nonperformance by CONSULTANT, its officers, employees, agents or contractors under this Agreement, regardless of whether or not it is caused in part by an Indemnified Party. 16.2. Notwithstanding the above, nothing in this Section 16 shall be construed to require CONSULTANT to indemnify an Indemnified Party from Claims arising from the active negligence, sole negligence or willful misconduct of an Indemnified Party. 16.3. The acceptance of CONSULTANT’s services and duties by CITY shall not operate as a waiver of the right of indemnification. The provisions of this Section 16 shall survive the expiration or early termination of this Agreement. SECTION 17. WAIVERS. The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Agreement, or of the provisions of any ordinance Professional Services Rev. March 31, 2015 5 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. SECTION 18. INSURANCE. 18.1. CONSULTANT, at its sole cost and expense, shall obtain and maintain, in full force and effect during the term of this Agreement, the insurance coverage described in Exhibit "D". CONSULTANT and its contractors, if any, shall obtain a policy endorsement naming CITY as an additional insured under any general liability or automobile policy or policies. 18.2. All insurance coverage required hereunder shall be provided through carriers with AM Best’s Key Rating Guide ratings of A-:VII or higher which are licensed or authorized to transact insurance business in the State of California. Any and all contractors of CONSULTANT retained to perform Services under this Agreement will obtain and maintain, in full force and effect during the term of this Agreement, identical insurance coverage, naming CITY as an additional insured under such policies as required above. 18.3. Certificates evidencing such insurance shall be filed with CITY concurrently with the execution of this Agreement. 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 will not be canceled, or materially reduced in coverage or limits, by the insurer except after filing with the Purchasing Manager thirty (30) days' prior written notice of the cancellation or modification. If the insurer cancels or modifies the insurance and provides less than thirty (30) days’ notice to CONSULTANT, CONSULTANT shall provide the Purchasing Manager written notice of the cancellation or modification within two (2) business days of the CONSULTANT’s receipt of such notice. CONSULTANT shall be responsible for ensuring that current certificates evidencing the insurance are provided to CITY’s Chief Procurement Officer during the entire term of this Agreement. 18.4. The procuring of such required policy or policies of insurance will not be construed to limit CONSULTANT's liability hereunder nor to fulfill the indemnification provisions of this Agreement. Notwithstanding the policy or policies of insurance, CONSULTANT 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 Agreement, including such damage, injury, or loss arising after the Agreement is terminated or the term has expired. SECTION 19. TERMINATION OR SUSPENSION OF AGREEMENT OR SERVICES. 19.1. The City Manager may suspend the performance of the Services, in whole or in part, or terminate this Agreement, with or without cause, by giving ten (10) days prior written notice thereof to CONSULTANT. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance of the Services. 19.2. CONSULTANT may terminate this Agreement or suspend its Professional Services Rev. March 31, 2015 6 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. 19.3. Upon such suspension or termination, CONSULTANT shall deliver to the City Manager immediately any and all copies of studies, sketches, drawings, computations, and other data, whether or not completed, prepared by CONSULTANT or its contractors, if any, or given to CONSULTANT or its contractors, if any, in connection with this Agreement. Such materials will become the property of CITY. 19.4. Upon such suspension or termination by CITY, CONSULTANT will be paid for the Services rendered or materials delivered to CITY in accordance with the scope of services on or before the effective date (i.e., 10 days after giving notice) of suspension or termination; provided, however, if this Agreement is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s 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 his/her discretion. The following Sections will survive any expiration or termination of this Agreement: 14, 15, 16, 19.4, 20, and 25. 19.5. 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 Agreement. SECTION 20. NOTICES. 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 Alto, CA 94303 With a copy to the Purchasing Manager To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 21. CONFLICT OF INTEREST. 21.1. In accepting this Agreement, CONSULTANT 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. 21.2. CONSULTANT further covenants that, in the performance of this Agreement, it will not employ subconsultants, contractors or persons having such an interest. CONSULTANT certifies that no person who has or will have any financial interest under this Agreement is an officer or employee of CITY; this provision will be interpreted in accordance Professional Services Rev. March 31, 2015 7 with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. 21.3. If the Project Manager determines that CONSULTANT is a “Consultant” as that term is defined by the Regulations of the Fair Political Practices Commission, CONSULTANT shall be required and agrees to file the appropriate financial disclosure documents required by the Palo Alto Municipal Code and the Political Reform Act. SECTION 22. NONDISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONSULTANT certifies that in the performance of this Agreement, it shall not discriminate in the employment of any person because of the race, skin color, gender, age, religion, disability, national origin, ancestry, sexual orientation, housing status, marital status, familial status, weight or height of such person. CONSULTANT acknowledges that it has read and understands the provisions of Section 2.30.510 of the Palo Alto Municipal Code relating to Nondiscrimination Requirements and the penalties for violation thereof, and agrees to meet all requirements of Section 2.30.510 pertaining to nondiscrimination in employment. SECTION 23. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONSULTANT shall comply with the CITY’s Environmentally Preferred Purchasing policies which are available at CITY’s Purchasing Department, incorporated by reference and may be amended from time to time. CONSULTANT shall comply with waste reduction, reuse, recycling and disposal requirements of CITY’s Zero Waste Program. Zero Waste best practices include first minimizing and reducing waste; second, reusing waste and third, recycling or composting waste. In particular, CONSULTANT shall comply with the following zero waste requirements: • All printed materials provided by CCONSULTANT to CITY generated from a personal computer and printer including but not limited to, proposals, quotes, invoices, reports, and public education materials, shall be double-sided and printed on a minimum of 30% or greater post-consumer content paper, unless otherwise approved by CITY’s Project Manager. Any submitted materials printed by a professional printing company shall be a minimum of 30% or greater post- consumer material and printed with vegetable based inks. • Goods purchased by CONSULTANT on behalf of CITY shall be purchased in accordance with CITY’s Environmental Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A copy of this policy is on file at the Purchasing Division’s office. • Reusable/returnable pallets shall be taken back by CONSULTANT, at no additional cost to CITY, for reuse or recycling. CONSULTANT shall provide documentation from the facility accepting the pallets to verify that pallets are not being disposed. SECTION 24. NON-APPROPRIATION 24.1. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Agreement 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 Professional Services Rev. March 31, 2015 8 appropriated for a portion of the fiscal year and funds for this Agreement are no longer available. This section shall take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Agreement. SECTION 25. MISCELLANEOUS PROVISIONS. 25.1. This Agreement will be governed by the laws of the State of California. 25.2. 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 in the County of Santa Clara, State of California. 25.3. The prevailing party in any action brought to enforce the provisions of this Agreement may recover its reasonable costs and attorneys' fees expended in connection with that action. The prevailing party shall be entitled to recover an amount equal to the fair market value of legal services provided by attorneys employed by it as well as any attorneys’ fees paid to third parties. 25.4. This document represents the entire and integrated agreement between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 25.5. The covenants, terms, conditions and provisions of this Agreement will apply to, and will bind, the heirs, successors, executors, administrators, assignees, and consultants of the parties. 25.6. If a court of competent jurisdiction finds or rules that any provision of this Agreement or any amendment thereto is void or unenforceable, the unaffected provisions of this Agreement and any amendments thereto will remain in full force and effect. 25.7. All exhibits referred to in this Agreement and any addenda, appendices, attachments, and schedules to this Agreement which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Agreement and will be deemed to be a part of this Agreement. 25.8 If, pursuant to this contract with CONSULTANT, CITY shares with CONSULTANT personal information as defined in California Civil Code section 1798.81.5(d) about a California resident (“Personal Information”), CONSULTANT shall maintain reasonable and appropriate security procedures to protect that Personal Information, and shall inform City immediately upon learning that there has been a breach in the security of the system or in the security of the Personal Information. CONSULTANT shall not use Personal Information for direct marketing purposes without City’s express written consent. 25.9 All unchecked boxes do not apply to this agreement. 25.10 The individuals executing this Agreement represent and warrant that they have the legal capacity and authority to do so on behalf of their respective legal entities. Professional Services Rev. March 31, 2015 9 25.11 This Agreement may be signed in multiple counterparts, which shall, when executed by all the parties, constitute a single binding agreement IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Agreement on the date first above written. CITY OF PALO ALTO ____________________________ City Manager or designee APPROVED AS TO FORM: __________________________ Senior Deputy City Attorney CELERITY INTEGRATED SERVICES INC. By:___________________________ Name:_________________________ Title:________________________ Attachments: EXHIBIT “A”: SCOPE OF WORK EXHIBIT “B”: SCHEDULE OF PERFORMANCE EXHIBIT “C”: COMPENSATION EXHIBIT “C-1”: SCHEDULE OF RATES EXHIBIT “C-2”: CPAU FIBER OPTIC BACKBONE DIAGRAM EXHIBIT “D”: INSURANCE REQUIREMENTS Vice President Deron Leight Professional Services Rev. March 31, 2015 19 EXHIBIT “A” SCOPE OF WORK Overview The City of Palo Alto Utilities (“City”) operates a 41-mile dark fiber optic backbone network (“dark fiber network”) with “splice nodes” where backbone cables or service drop fibers are connected. The dark fiber network serves City departments in multiple facilities and supports the communication requirements of critical City infrastructure such as electric substations and traffic signals. In addition, the City licenses dark fiber to commercial customers. Businesses licensing dark fiber are responsible for providing and maintaining the electronics needed to “light-up” or provision their licensed fiber strands. There are approximately seventy (70) commercial customers in Palo Alto connected to the network via dark fiber service connections. Consultant agrees to perform an audit of the City’s dark fiber network. Data retrieved by Consultant in the course of providing this audit will provide complete fiber routes and usage to optimize use and to minimize outages. The principal objective of the audit is to collect information and data that will verify customer connectivity and populate the City’s GIS. Objectives & Tasks Objectives: • Perform a physical audit of the City’s dark fiber network • Verification of fiber routes and usage • Verification of equipment types and locations, e.g. nodes, splices, enclosures, risers, slack loops. • Perform a physical audit of enclosures • Obtain digital photographs of each fiber tray • Track and document data • Identify and document immediate maintenance needs Tasks: • Develop a plan to perform in-field audits of City’s fiber optic network • Perform in-field audits of City’s fiber optic network to determine individual fiber usage and occupancy • Collect physical information, e.g. cable lengths, equipment types, equipment locations and digital photos of each location and each fiber tray. • Provide records to reflect actual field conditions Work Plan Task 1: Schedule of In-Field Audits 1. Consultant shall submit schedule to City’s project manager ten (10) business days prior to beginning work. Work locations shall be identified by City enclosure designation and street location. Professional Services Rev. March 31, 2015 20 2. Consultant shall start on Monday, February 21, 2016 and shall finish by Friday, April 15, 2016. Any change to these dates shall be submitted to the City’s project manager for approval a minimum of five (5) business days prior to requested change. 3. City shall provide two (2) electric operations personnel with fiber optic experience to escort Consultant to the scheduled locations/enclosures. There shall be two (2) separate work teams each consisting of Consultant personnel and City personnel. a. Teams will work nine (9) hour work-days, five (5) days a week (Monday- Friday). 4. Consultant shall provide City the audit sheets and pictures of each case on a twice weekly basis so that they can be reviewed and approved prior to Consultant leaving the work-site. DELIVERABLE (Task 1): Task Approved work schedule – no field work shall be performed until the work schedule has been approved by the City’s project manager. Task 2: Perform In-Field Audits Perform in-field audits of the City’s fiber optic network to determine individual fiber usage and occupancy, and collect physical information, e.g. cable lengths, equipment types, equipment locations and digital photos of each location and each fiber tray. Execute the proposed plan by identifying and inspecting each splice enclosure and each fiber splice in the field. Document the existing condition of each splice case and the internal splice assignments of the cases. 1. Consultant shall arrive at each work location and complete a Job Safety Analysis. 2. With assistance from City personnel as needed, Consultant shall set-up any required traffic control and signage. 3. Consultant shall obtain GPS coordinates for each splice enclosure. 4. Consultant shall identify the condition of each enclosure, and make note of any physical damage. 5. Consultant shall take digital photographs of the enclosures before lowering or retrieving. 6. Consultant shall conduct a physical audit of the fiber optic system by verifying equipment types and locations of: a. Nodes b. Splices c. Enclosures d. Risers e. Slack loops 7. Consultant shall identify the type of cables in the enclosures: a. Manufacturer b. Fiber Count c. Source of Fiber (Enclosure) d. Termination of Fiber (Enclosure or Patch Panel) e. Drop Cable or Backbone Professional Services Rev. March 31, 2015 21 8. Consultant shall measure the sheath footage of all cables. 9. Consultant shall gain entry into the splice enclosure or cabinet. 10. Consultant shall take digital photographs of the enclosure open to document the condition of the trays/enclosure before work begins. 11. Consultant shall perform a case audit by: a. Opening and auditing the enclosures b. Taking digital photographs of each fiber tray c. Identifying splice assignments in each enclosure d. Taking digital photographs of the trays and enclosure when finished auditing e. Rehanging the enclosure and talking all necessary photographs 12. Consultant shall identify any equipment not previously identified. 13. Consultant shall identify maintenance needs and any potential outage risks. 14. Consultant shall move to the next location and update Job Safety Analysis to reflect new locations. DELIVERABLE (Task 2): Audit sheets and pictures of each case on a twice weekly basis Task 3: Provide Updated Records Provide updated records to reflect actual field conditions. 1. Consultant shall document all findings and present in a format that clearly illustrates actual field conditions. 2. Provide data in an EXCEL spreadsheet format or other approved format that can be easily download to City’s GIS. 3. Organize the data to illustrate the splice assignments and condition of every splice point. 4. Provide data on all splice points, including their coordinates and sheath footages. 5. Provide data on all termination points and fibers that are currently active at each termination. 6. Records shall allow the City to trace the path of any fiber in the network. DELIVERABLE (Task 3): Required data in an EXCEL spreadsheet or other City-approved format. Professional Services Rev. March 31, 2015 22 EXHIBIT “B” SCHEDULE OF PERFORMANCE Weekly Schedule based on the following assumptions: (53) Splice points containing 1 to 2 cables (29) Splice points containing 3 to 4 cables (8) Splice points containing 5 or more cables Week 1 Week of February 21, 2016 Celerity Splicing Technicians shall complete the audit of 27 splice points containing 1 or 2 cables. Week 2 Week of February 28, 2016 Celerity Splicing Technicians shall complete the audit of 8 splice points containing 5 or more cables and the audit of the 4 splice points containing 3 to 4 cables. Week 3 Week of March 6, 2016 Celerity Splicing Technicians shall complete the audit of 26 splice points containing 1 or 2 cables. Week 4 Week of April 3, 2016 Celerity Splicing Technicians shall complete the audit of the remaining 25 splice points containing 3 to 4 cables. Week 5 Week of April 10, 2016 Celerity Splicing Technicians shall complete the audit of any remaining splice points Schedule is subject to change upon approval of City’s project manager. Professional Services Rev. March 31, 2015 23 EXHIBIT C COMPENSATION The CITY agrees to compensate the CONSULTANT for professional services performed in accordance with the terms and conditions of this Agreement, and as set forth in the budget schedule below. The compensation to be paid to CONSULTANT under this Agreement for all services described in Exhibit “A” (“Basic Services”) and pursuant to Exhibit “B” (“Schedule of Performance”) including reimbursable expenses shall be a lump sum amount of $122,500.00, paid in lump sum amounts upon completion of each task as described below in this Exhibit “C”. CONSULTANT agrees to complete all Basic Services, including reimbursable expenses, within this amount. The compensation to Consultant, which shall not exceed $122,500, includes all labor, equipment, material, transportation and applicable taxes, profit, insurance, bonds and other overhead to perform the work in accordance with the Scope of Work. Pricing for Tasks 1 – 3: Price(s) shall be lump sum prices, inclusive of all taxes, and when applicable, all travel or delivery charges. In the event CITY authorizes any Additional Services, those services shall be provided at the hourly rates as specified in Exhibit “C-1” (“Hourly Rate Sheet”). The maximum compensation for Basic Services, Reimbursables and Additional Services combined shall not exceed $140,875.00. Any work performed or expenses incurred for which payment would result in a total exceeding the maximum amount of compensation set forth herein must be pre-authorized in writing and mutually agreed to by CONSULTANT and CITY. Any Additional Services performed by CONSULTANT without pre-authorization from the City shall be at no cost to the City. CONSULTANT shall perform the tasks and categories of work as outlined and budgeted below. The CITY’s Project Manager may approve in writing the transfer of budget amounts between any of the tasks or categories listed below provided the total compensation for Basic Services, including reimbursable expenses, does not exceed $122,500 and the total compensation for Additional Services does not exceed $18,375. NOT TO EXCEED AMOUNT Task 1 (Schedule of In-Field Audits) $2,400 Task 2 (Perform in-field audits of the City’s fiber optic network to determine individual fiber usage and occupancy, and collect physical information, e.g. cable lengths, equipment types, equipment locations and digital photos of each location and each fiber tray) $105,100 Task 3 (Provide updated records to reflect actual field conditions) $15,000 Sub-total Basic Services = $122,500 Professional Services Rev. March 31, 2015 24 Reimbursable Expenses $0 Total Basic Services and Reimbursable expenses $122,500 Additional Services (Not to Exceed) $18,375 Maximum Total Not-to-Exceed Compensation $140,875.00 Lump Sum Payment Schedule: Payment for Task 1: The City will pay the lump sum payment of $2,400 for Task 1 after completion of the task and within 30 days of receipt of invoice from the Consultant. Payment for Tasks 2: Notwithstanding the provisions set forth in Section 5 of the Agreement, the CITY will process the payment for the $105,100 for Task 2 as lump sum payments of four (4) progress payments at 25%, 50%, 75% and 100% completion. Each individual progress payment will be for $26,275. Percentage completion will be based on the number of enclosures audited. City will pay invoices within thirty (30) days of receipt of invoice from CONSULTANT. Payment for Task 3: The City will pay the lump sum payment of $15,000 for Task 3 after completion of the task and within 30 days of receipt of invoice from the Consultant. REIMBURSABLE EXPENSES The administrative, overhead, secretarial time or secretarial overtime, word processing, photocopying, in-house printing, insurance and other ordinary business expenses are included within the scope of payment for Basic Services and are not reimbursable expenses. ADDITIONAL SERVICES Additional Services shall be defined as work similar to but beyond the scope of the Basic Services as set forth in Exhibit “A” (“Scope of Work”) and Exhibit “B” (“Schedule of Performance”) above. Specifically, Additional Services shall include an increase in the amount of splice point locations provided to CONSULTANT in the CPAU Fiber Optic Backbone diagram attached to and included here as Exhibit “C-2” or a lengthened work schedule as specified in Exhibit “B” (“Schedule of Performance”) due to the CITY’s inability to provide the necessary escorts. Additional Services must be mutually agreed to in writing by CITY and CONSULTANT as follows: The CONSULTANT shall provide additional services only by advanced, written authorization from the CITY. The CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written proposal including a description of the scope of services, schedule, level of effort, and CONSULTANT’s proposed maximum compensation, including reimbursable Professional Services Rev. March 31, 2015 25 expense, for such services based on the rates set forth in Exhibit C-1. The Additional Services scope, schedule and maximum compensation shall be negotiated and agreed to in writing by the CITY’s project manager and CONSULTANT prior to commencement of the services. Payment for additional services is subject to all requirements and restrictions in this Agreement Professional Services Rev. March 31, 2015 26 EXHIBIT “C-1” HOURLY RATE SHEET Regular Field Rates Per Technician: $145/hr including Equipment Overtime Field Rates Per Technician: $185/hr including Equipment Project Management: $155/hr Drafting: $75/hr Professional Services Rev. March 31, 2015 27 EXHIBIT “C-2” CPAU FIBER OPTIC BACKBONE DIAGRAM Professional Services Rev. March 31, 2015 28 Professional Services Rev. March 31, 2015 29 EXHIBIT “D” INSURANCE REQUIREMENTS CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH AM BEST’S KEY RATING OF A-:VII, OR HIGHER, LICENSED OR AUTHORIZED TO TRANSACT INSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGENT ON COMPLIANCE WITH CITY’S INSURANCE REQUIREMENTS, AS SPECIFIED, BELOW: REQUIRE D TYPE OF COVERAGE REQUIREMENT MINIMUM LIMITS EACH OCCURRENCE AGGREGATE YES YES WORKER’S COMPENSATION EMPLOYER’S LIABILITY STATUTORY STATUTORY YES GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL, AND FIRE LEGAL LIABILITY BODILY INJURY PROPERTY DAMAGE BODILY INJURY & PROPERTY DAMAGE COMBINED. $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 YES AUTOMOBILE LIABILITY, INCLUDING ALL OWNED, HIRED, NON-OWNED BODILY INJURY - EACH PERSON - EACH OCCURRENCE PROPERTY DAMAGE BODILY INJURY AND PROPERTY DAMAGE, COMBINED $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 PROFESSIONAL LIABILITY, INCLUDING, ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE ALL DAMAGES $1,000,000 YES THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITIONAL INSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL INSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS, AND EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A. A PROVISION FOR A WRITTEN THIRTY (30) DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND B. A CONTRACTUAL LIABILITY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBLE AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY’S PRIOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT PROVISIONS, WITH RESPECT TO THE INSURANCE AFFORDED TO “ADDITIONAL INSUREDS” A. PRIMARY COVERAGE WITH RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY THIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTHER INSURANCE CARRIED BY OR FOR THE BENEFIT OF THE ADDITIONAL INSUREDS. B. CROSS LIABILITY Professional Services Rev. March 31, 2015 30 THE NAMING OF MORE THAN ONE PERSON, FIRM, OR CORPORATION AS INSUREDS UNDER THE POLICY SHALL NOT, FOR THAT REASON ALONE, EXTINGUISH ANY RIGHTS OF THE INSURED AGAINST ANOTHER, BUT THIS ENDORSEMENT, AND THE NAMING OF MULTIPLE INSUREDS, SHALL NOT INCREASE THE TOTAL LIABILITY OF THE COMPANY UNDER THIS POLICY. C. NOTICE OF CANCELLATION 1. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR ANY REASON OTHER THAN THE NON-PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A THIRTY (30) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. 2. IF THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON- PAYMENT OF PREMIUM, THE ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRITTEN NOTICE BEFORE THE EFFECTIVE DATE OF CANCELLATION. NOTICES SHALL BE MAILED TO: PURCHASING AND CONTRACT ADMINISTRATION CITY OF PALO ALTO P.O. BOX 10250 PALO ALTO, CA 94303