Loading...
HomeMy WebLinkAbout2002-06-17 City Council (9)City of Palo Alto City Manager’s TO: FROM: HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: UTILITIES DATE:JUNE 17, 2002 CMR: 249:02 SUBJECT: APPROVAL OF A CONTRACT WITH GEOLINE POSITIONING ¯ .SYSTEMS, INC. IN THE AMOUNT OF $72,847 FOR PROTOTYPE GLOBAL POSITIONING SATELLITE SYSTEM (GPS) TO ¯ LOCATE UTILITY INFRASTRUCTURE, FOR USE WITH THE CITY OF.. PALO ALTO GEOGRAPHIC INFORMATION SYSTEM RECOMMENDATION Staff recommends that Council: Approve and authorize the Mayor to execute the attached Contract with Geoline Positioning Systems, Inc. in the amount of $72,847 for prototype global positioning satellites system(GPS) to locate utility infrastructure, for use with City of Palo Alto Geographic Information System. Authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Geoline Positioning Systems, Inc. for related, additional but unforeseen work which may develop during the project, the total value of which shall not exceed $7,285. DISCUSSION Proiect Description Global Positioning Satellite technology has become thestandard for accurate feature location description based on the State Plane Coordinate system utilized by. the City’s~ existing Geographic Information System (GIS). This technology originated in the military but it is commonly us.ed outside of this area for numerous other applications including vehicle navigation systems, construction grading, i:oad construction and many other fields requiring accurate, traceable, survey quality data collection of underground and surface features. Recently, the accuracy of this data was greatly increased by the Use of radio base stations that time correct satellite transmissions to produce measurements that are within one centimeter both vertically and horizontally. This system will be CMR:249:02 Page 1 of 3 utilized to both create new accurate positional data for Utilities Capital Improvement Program (CIP) projects and to validate the existing GIS data. The radio base station will allow time-corrected, accurat~e data collection by all other local entities, bothprivate and public, within the broadcast range of the associated antennae. The alternative to not constructing this geographic data collection project is that the City will continue to have construction record drawings based on measurements taken from existing street features which change over time. The Utilities’ record drawings surface measurements become inaccurate with the passing of time because physical street features, a~e changed. The conse,quences of not being able to accurately locate all City underground utilities with exact GPS coordinates (plus or minus one centimeter horizontally and vertically) in the future are continued third party dig-in damage on underground construction projects. Constructing this project will improve the accuracy of the City’s GIS database and utility records, reduce staff time needed to accurately mark utilities for underground construction projects and reduce the City’s repair expenses on inaccurately located underground utilities. The work to be performed under the contract is the installation of one radio base station .antenna including related hardware and software configured to operate with existing City computer systems and one roving data collection unit including all related staff trainii~g. Selection Process Staff sent a request for proposals (RFP) to three firms on November 30, 2001. The proposal period was 46 days. Two firms submitted proposals. Proposals ranged from $72,847 to $74,052. The firm not responding indicated that it did not submit a proposal because it felt Palo Alto was outside of its traditional service area and that it couldn’t provide the level of support required. A selection advisory committee Consisting of the Information. Technology and Purchasing Divisions of the Administrative Services Department and the Water-Gas-Wastewater Engineering Division of the Utilities Department reviewed the proposals, and the two firms were invited to participate in oral interviews on February 25 and February 27, 2002. The committee carefully reviewed each firm’s qualifications and submittals in response to the RFP relative to the followingcriteria: past experience working with municipa! agencies on similar projects, qualifications of vendor employees for implementation and related training, and the consultant’s willingness to Customize supplied software to meet the City’s existing GIS database. Geoline Positioning Systems, Inc. was selected because CMR:249:02 Page 2 of 3 it met the required qualifications and was willing tO customize software applications to operate with the GIS system. RESOURCE IMPACT Funds for this project were included in the FY 2000/01 Budget for the Utilities Department. POLICY IMPLICATIONS This recommendation is consistent with the Council approved Utilities Strategic Plan to operate distribution systems in a cost-effective manner. ENVIRONMENTAL REVIEW Prior to sending out the RFP associated with this contract City, staff obtained a license from the Federal Communications Commission to broadcast a time correction signal for the proposed base station. The specified radio equipment automatically shuts down in the event that interference occurs to protect public safety communications. The proposed antennae will not be visible from the public right of way adjacent to City Hall. ATTACHMENT A: Contract PREPARED BY:Greg Scoby, Roger Cwiak, Scott Bradshaw DEPARTMENT HEAD: Director of Utilitigs CITY MANAGER APPROVAL: Assistant City Manager CMR:249:02 °Page 3 of 3 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND GEOLINE POSITIONING SYSTEMS, INC. FOR GLOBAL POSITIONING SATELLITE.SYSTEM (GPS) 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 GeoLine .Positioning Systems, Inc. ("CONSULTANT"), a corporation organized under the laws of the State of Washington, with a California branch located at 1592 Union Street, #81, San-Francisco, CA 94123 (Taxpayer Identification Number 91-1278437). RECITALS:. WHEREAS, CITY. desires certain professional consulting services ("Services") relating to a Global Positioning Satellite System (GPS) to locate utility infrastructure for use with City of Palo Alto’s Geographic Information System and thepreparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans, designs, data, calculations, surveys, specifications, schedules or other writings ("Deliverables") (Services and Deliverables are, collectively, the "Project"), as more fully described in Exhibit "A"; and WHEREAS,.CITY desires to engage CONSULTANT, including its employees, if any, in providing the Services by reason of its qualifications"and 4xperience in performing the Services, and CONSULTANT has offered to complete the Project on the terms and in the manner set forth herein; NOW~ THEREFORE, in consideration of~the covenants, termsi 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, and will terminate on June 30, 2003, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT.will commence work on the initial and subsequent Project tasks in accordance with the time schedule set forth in Exhibit "A". Time is of the essence of thisContract. In the event that the Project is not .completed within the time required through any .fault of CONSULTANT, CITY’.s City Manager will have the option of extending the timeschedule for any period of 020531 lh 0072165 time. This provision will not preclude the recovery of damages for delay caused by CONSULTANT. SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The scope of Services and Deli~erables constituting the Project will be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described below. 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the Deliverables, or the Project, either decreasing or increasing the amount of work requiredof CONSULTANT. In the event that such changes are ordered, subject to the app~0val of CITY’s City Council, as may be required, CONSULTANT will be entitled to full compensation for all work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension 6f the time schedule. Any increase in compensation for substantial changes will be determined in accordance with the provisions of this Contract. CITY will not be liable for the cost.or payment of any~change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, by CITY before CONSULTANT commences the performance of any-such change in work. 2.3 Where the Project entails the drafting and submission of Deliverables,. for example, construction plans, drawings, and specifications, any-and all errors, omissions, or ambiguities .in. the Deliverables, which are discovered by CITY before, invitations to bid on a construction project (for which the ’Deliverables- are required) are distributed by CITY, will be corrected by CONSULTANT at no cost to .CITY, provided CITY gives notice to CONSULTANT. .~ ¯ 2.4 Any and all errors, omissions,, or ambiguities in the Deliverables, which arediscovered by CITY after the construction contract is awardedby CITY, will be performed-by CONSULTANT, as follows: (a) at no cost to CITY insofar as those Services, including the Basic Services or .the Additional Services, as described below, or both, will result in minor or nonbeneficial changes in the. construction work required of the construction contractor; or (b) at CITY’s cost insofar as those Services, including the Basic Services~or the Additional Services, or both, will add a direct and substantial benefit to the constructionwork required of the construction contractor. The project manager in the reasonable exercise of his or her discretion will determine whether the Basic Services or the Additional Services, or both, will contribute minor or substantial.benefit to the construction work. 020531 lh 0072165 SECTION 3. CONSULTANT QUALIFICATIONS, STATUS, AND DUTIES OF 3.1 CONSULTANT represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services and Deliverables. CONSULTANT ~urther .represents and warrants, that the project director and every- individual, including any consultant (or contractors), charged.with the performance of the Services are duly li.censed or certified by the State of California, to the extent such licensing .0r certification is required by law to perform the Services, and that the Project will be executed by them or under their supervision.. CONSULTANT will furnish to CITY for approval, prior toexecution of’ this Contract, a list of all individuals and the names of their employe~s or principals to be employed as consultants. 3.2 In reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it will execute or cause tobe .executed, the Project. 3.3 CONSULTANT will assign Barbara A. Brown as the project director to have supervisory responsibility for ~the performance, progress, andexecution of the Project. Barbara A. Brown will be assigned as the project coordinator who will represent CONSULTANT during the day~to-day Work on the Project. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinatorfor any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3.4 CONSUSTANT represents and warrants that it will:~ 3.4.1¯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 Project; 3.4.2 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 and any materials used in CONSULTANT’s performance of the Services; 3.4.3 At all times observe and comply with, and cause its employees 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 3.4.4. Will report immediately to the project manager, in. writing, any discrepancy or inconsistency it discovers in the 3 020531 lh 0072165 laws, .ordinances, regulations, orders, and decrees.mentioned’above in relation tothe Deliverables. 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, under this Contract will become the property of CITY and will not be made available ,to any individual or organization by CONSULTANT or its consultants, if any, without the prior written approval of the city manager. 3.6 CONSULTANT Will provide CITY with three .(3) copies of any documents which are a part. of the Deliverables upon their completion and acceptance by CITY. 3.7 If CITY requests additional copies of any documents which-~re a part of the Deliverables, CONSULTANT will¯ provide such additional copies and CITY will compensate CONSULTANT for its duplicating costs. 3.8 CONSULTANT will be responsible for employing or engaging all persons necessary to execute the Project.¯ All consultants of CONSULTANT will be deemed to be .¯directly controlled and supervised by CONSULTANT, which will be responsible for their performance. If any emPloyee or consultant of CONSULTANT 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 consultant will be discharged immediately from further performance under this Contract on demand of the project manager. 3.9 In the execution of the Project, CONSULTANT and its consultants, if¯ any, will’atall times be considered.independent contractors and not agents or employees of CITY. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained any and all of the f611owing Additional Services, not included under the Basic Services, if so authorized, in writing, byCITY: 3.10.1 ProViding services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.1.0.2 Incurring¯travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.10.3 Performing any other Additional Services that may be agreed upon by the parties subsequent to the execution of¯ this Contract; .and all 3.11 CONSULTANT will be responsible for employing consultants deemed necessary to assist CONSULTANT in the -4 020531 H* 0072165 performance of the Services. The appointment of consultants must be approved, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contract.. SECTION 4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit "A" and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 4.2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by . CONSULTANT. CITY’s estimated time of review and approval will be furnished t’o CONSULTANT at the time of submission of each phase, of work. CONSULTANT acknowledges and understands that the interrelated exchange of information among CITY’s various departments makes, it extremely difficult for CITY to firmly establish thetime of each review and approval task. CITY’s failure to review and approve within the estimated time schedule will not constitute a default under this Contract. 4.3 The City Manager will represent CITY. for all purposes under this Contract. John Thayer is designated as the project manager for the City Manager. 4.4 If CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY will use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. SECTION 5.COMPENSATION.- / 5.1 CITYwill compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the full performance of the Basic .Services, including any authorized reimbursable expenses, CITY will pay CONSULTANT a fee not to exceed Seventy Two Thousand Eight Hundred Forty-Six dollars and 57 cents ($72,846.57). The amount of compensation will be calculated in accordance with ihe rate schedule set forth in Exhibit "B", on a time and materials basis, up to the maximum amount set forth in this Section. The fees of the consultants, who have direct contractual relationships with CONSULTANT, will be approved, in advance,.by CITY. CITY reserves the. right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT. 020531 lh 0072165 ¯ . 5.1.2 The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of itemized costs covering such ~ork or changes, or both. Prior to commencing such extra¯ work or changes, or both, the parties will agree upon an estimated maximum cost for such extra work or changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, -any design work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissionS~ or oversights. 5.1.3 Direct personnel expense of employees assigned to the ~xecution of the Project by CONSULTANT will include only.the work of architects, engineers, designers, job captains, surveyors, draftspe~sons, specification writers and typists, in consultation, research and design, work in producing drawings,, specifications and other documents pertaining to the Project, and in services rendered during construction at the-site, to the extent such services are expressly contemplated under this Contract. Included in the cost of direct personnel expense of these employees are salaries and mandatory and customary benefits such as statutory employee benefits, insurance, sick leave, holidays and vacations,.pensions and similarbenefits. 5.2 The schedule of payments will bemade as follows: 5.2.1 Payment of the Basic Services will be made in monthly progress payments in proportion to the quantum of services performed, or in accordance with any other schedule .of payment mutually agreed upon by the parties, ¯as set forth-in Exhibit "B", or within thirty (30} days of submission, in triplicate, of such requests if a schedule ofpayment is not. specified. Final payment will be made ¯by CITY after CONSULTANT has submitted all Deliverables, including,_ without limita£ion, reports Which have been approved by the projectmanager. 5.2.2 Payment of the Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission¯, .in triplicate, of such requests. 5.2.3 No deductions will be made from CONSULTANT’s. compensation on account of penalties, liquidated damages, or other sums withheld by CITY from payments to general contractors. SECTION 6." ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance of Basic Services and Additional Services pertaining to the Project will be 6 020531 lh 0072165 prepared, maintained, and retained by CONSULTANT in accordance With generally accepted accounting principles and will be made available to CITY for auditing purposes at mutually convenient times during the term of this Contract and for three (3) years following the expiration or earlier.termination of this Contract. 6.2 The originals of the Deliverables prepared~ by or under the direction of CONSULTANT in the performance of this Contract will become the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to .be paid to CONSULTANT. These originals will be delivered to CITY without additional compensation. CITY will have the right to utilize any final and-incomplete drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT~ but CONSULTANT disclaims any responsibility or liability for any alterations or modifications of such documents. SECTION 7. INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents, from any and ali demands, claims, or liability of any nature, .including death or injury to .any person, property damage or any other lossi caused by or arising out of CONSULTANT’s, its officers", agents’, consultants’ or employees’ negligent acts, errors, or. omissions, or willful misconduct, or conduct for’which applicable law. may impose strict liability on CONSULTANT in the performance of or failure to perform its obligations under this Contract. SECTION 8.WAIVERS 8.1 The /waiver by either party of any breach or violation of any covenant, term, condition or provis±on of this Contract or of the provisions of any ordinance or law will not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, 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 covenant, term, condition or provlsion of this Contract or of any applicable law or ordinance. 8.2 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. 020531 lh 0072165 SECTION 9. INSURANCE 9.1’ CONSULTANT, at its sole cost and expense, will obtain and maintain, in full forceand effec~ during the term of this Contract, the insurance coverage described in Exhibit "C", insuring not only CONSULTANT.and its consultants, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming CITY as an additional .insured concerning CONSULTANT’s performance under this Contract. 9.2 All insurance coverage required hereunder will be" prowided through carriers with Best~s Key Rating Guide ratings-of A:VII or higher which are admitted to trans~ct insurance business in the. State of California. ~ny and all Consultants of CONSULTANT retain~i to perform Services under this Contract will obtain and maintain, in full force and effect during -the term of :this Contract,. identical insurance coverage, naming CITY as an additional insured unde[ such policies as required above. 9.3 Certificates of such insurance, preferably on the forms provided by CITY, will befiled 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 will not be canceled or altered by the insurer except afterfiling with the CITY’sCityClerk thirty (30) days’ ~rior written noticeof such Oancellation 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~ / 9.4 Th~ procuring of such required policy or policies of insurance wil! not be construed to limit CONSULTANT’s liability. hereunder nor to fulfill the indemnification provisions of this Contract. 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 ~s 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 I0. WORKERS’ COMPENSATION 10.1 CONSULTANT, 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 020531 lh 0072165 8 it will comply with such provisions, as applicable, commencing the performance of the Project. before SECTION ii. TERMINATION OR SUSPENSION OF CONTRACT OR. PROJECT ii.i The City Manager may suspend the execution ~of the Project, in whole or in part, or terminate this Contract, with or without cause, .by giving thirty (30) days’ prior .written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance under this Contract.. 11.2 CONSULTANT may terminate this Contract or suspend its ex4cution of the Project by giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a substantial failure of performance ~y CITY or in the event CITY indefinitely withholds or Withdraws its request for the initiation or continuation of Basic Services or the execution of the Project. 11.3 Upon such suspension or termination by CITY, CONSULTANT .will be compensated forthe Basic Services and Additional Services performed and Deliverables received and approved prior to receipt of written-notice from CITY of ~such suspension or abandonment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after it has-been suspended for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approval of CITY’s .City Council. If this Cohtract 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 determi,nation may be made by the City Manager in ~he reasonable exercise of her discretion. 11.4 In the event of termination of this Contract or suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as follows: 11.4.1 For approved items of services, CONSULTANT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 . For approved items of services on which a notice to proceed is issued by CITY, but which-are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for.the performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. ii.4.3r The total compensation payable under the preceding paragraphs of this Section will not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the City Manager immediately, any and all copies of the Deliverables, whether or not completed, prepared by CONSULTANT or its consultants, if any, or gfven to CONSULTANT or its consultants, if any, in connection with this Contract.~ Such materials-will become the property of CITY. 11.6 The .failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or recommendations, if the same are caIled for.under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONSULTANT to fulfill its obligations under this Contract. SECTION 12.ASSIGNMENT 12.1 This Contract is fo~ the personal services of CONSULTANT, therefore, CONSULTANT 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 CITY 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. -SECTION 13. NOTICES 13.1 All. Notices hereunder will be given, in writing, and mailed, postage pgepaid, by certified mail, addressed as foliows: To CITY :Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 14. CONFLICT OF INTEREST 14.1 In accepting this Contract, 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 o.f .the Services. 020531 lh 0072165 10 14.2 CONSULTANT further covenants that, in the- performance of this Contract, it will not employ contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one who has or will 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 15 NONDISCRIMINATION 15.1 As set forth in the Palo AltOMunicipal Code, no discrimination will be made in the.employment of persons under this Contradt because of the age, race, color, -national origin, ancestry, religion, disability, sexual preference or gender of such person. If the Value of this Contract is, or may be, five thousand dollars (.$5,000) or more, CONSULTANT 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,. 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as follows: ~ "[Name of Provider]- will provide CONSULTANT with a certificate .stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in employment; and that [Name of. Provider] will not.discriminate in the ~employment of any. person under this contract because of the age, race, color, national- origin, ancestry, religion, .disability, sexual preference or gender of such person." 15.3 If CONSULTANT is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of Federal law or executive order in theperformanceof this Contract, it will be in default of this Contract. Thereupon, CITY will have the powerto 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 discrimination, as damages for breach of contract, or both. Only 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. 020531 111 0072165 11 SECTION 16. MISCELLANEOUS PROVISIONS 16.i CONSULTANT represents and warrants that it has knowledge of the requirements of the federal Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to acqess to public buildings and accommodations for disabled persons, and relating to ¯facilities for disabled persons. CONSULTANT will comply with or ensure by its advice that compliance with such provisions will. be effected pursuant to the terms of this Contract. 16,2 Upon .the agreement of the parties, any controversy or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the American Arbitration Association, and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. 16.3 This Contract will be governed by the laws of the State of California., excluding its conflicts of law. 16.4 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. 16.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs and attorneys’ fees expended in -.connection with that action. " 16.6 This ~0cument represents the entire and integrated Contract between the parties and supersedes all prlor negotiations, representations,, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 16.8 The covenants, terms, conditions and provisions of this Contract will apply, to, and will bind, ¯the heirs, successors, executors, administrators, assignees, and consultants, as thecase may be, of the parties. 16.9 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 andany.amendments thereto will remain in full force and effect. 020531 1h’0072165 12 16.10. Ail exhibitsreferred 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 will be deemed to be .a part of this Contract. 16.11 This Contract may be executed in any number Of counterparts., each of which will be an original, but allof which together will constitute one and the same instrument. 16.12 This Contract is subject, to the fiscal provisions of the Charter of the City ofPalo 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 i~.12 will take precedence in the event of. a conflict with any other covenant] term, condition, or provision of this Contract. // // // // // // // // // // 020531 lh 0072165 13 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on t.he date first above written. ATTEST:CITY OF PALO ALTO City Clerk Mayor APPROVED AS. TO FORM: Senior. Asst. City Attorney GEOLINE POSITIONING SYSTEMS, INC. APPROVED:By: Name: Title: By: Name: Title: Taxpayer Identification No. 91-1278437 Assistant City Manager. Director of~Administrative Services Director .of Utilities Insurance Review Attachments : EXHIBIT "A" : EXHIBIT. "B" : EXHIBIT "C" : EXHIBIT "D" : (Compliance with Corp. Code ~ 313 is required if the entity on whose behalf this contract is signed is a corporation. In the alternative, a certified corporate resolution attesting- to the signatory authority of the individuals signing in their respective capacities is acceptable) sCOPE OF PROJECT RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 020531 lh 0072165 14 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code ~ 1189) STATE OF ) COUNTY OF ) On , 2002, .before me, the undersigned, a Notary Public !n and for said County and State, personally appeared , personally known to me or p}oved 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 executedI 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 Public 020531 lh 0072165 15 CERTIFICATE OF ACKNOWLEDGMENT Civil Code ~ 1189) STATE OF ) COUNTY OF ) On , 2002, before me, the undersigned, a Notary Public in and for said County and State, personally appeared , personally known to me or proved to me on the basis of satisfactory evidence to be the person(~) 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 Public 020531 lh 0072165 http://,,,ww.geollne GeoLine San Francisco’ 1592 Union Street, #81 San Francisco, CA 94109-1673 barbara_brown@geoline.com EXHIBIT A 415.345.9970 Fax 415.931.4704 Bellevue 800.523.6408 City 6f Palo Alto- RFP 136776 Part II A Services to be Performed: GeoLine GeoLine Positioning Systems will provide the following services under Rb-’P 136776: , Give a recommendation of appropriate GPS/radio/laser rangefinder hardware and processing software. " ¯ Ensure timely delivery within 30 working days. ¯ Perform equipment setup and installation: Have base station reference Coordinate surveyed Install & test GPS base station computer and base antenna Install & test GPS base station receiver and GPS power supply Install & test radio, radio antenna, and radio power supply Assemble & re.st rover systems Install, test &.configure base station and GPS processing software Consult with Geodesy representatives for seamless integration of hardware and software. " Create a simple arid customized GIS export for seamless data flow. Instruct 5 days of training for Project Leaders, GIS consultants, and field workers. Offer phone arid in-person technical support through the duration of the project Provide a Trimble Certified Service center for any equipment repairs or evaluation. Provide next-day delivery of any additional rental units needed David Evans & Associates San Ramon, CA David Evans.&.Associates will provide the following services under RFP 136776 as a sub-contractor: ¯ Survey base antenna position A.M. Communications Newark, CA / A.M. Communications will provide the following services under RFP 136776 as a sub-contractor: , Install the Trimble GPS Zephyr geodetic base station antenna on the roof.of City Hall , Install the Trimmark 3 radio antenna on the roof of City Hall , Run appropriate cables through the roof to the 9~h floor communications room Surveying / Measuring Instruments Engineering Supplies Sales * Service * Lease * Rentals GeoUne San Francisco 1592 Union Street, #81 San Francisco, CA 94109-1673 barbara_brown@geoline.com EXI-IIBIT A 415.345,9970 Fax 415.931.4704 Bellevue 800.523.6408 City of Palo Alto- RFP 136776 Part II A Approach: 1. Antenna/Cable Installation A,M. Communications Newark CA TasK: A.M. Communications will act as a sub-contractor to install the Trimble Zephyr Geodetic base station antenna and Trimmark 3 radio antenna on the roof of City Hall. The antenna mast will be mounted on the concrete stairwell wall. It will be mounted either behind the stairwell or on the West side of the stairwell wall towards the center of the building. From the antenna, the cable will be run through the conduit that penetrates the roof. It will be run from the antennas to the ninth floor closet- Rack #4. The l~est case scenario, for cabling reasons, is to maintain a maximum of 50 feet separation between the radio and theradio antenna and 90 feet between the GPS receiver and the GPS antenna. If this is not possible, an in-line fuse power amplifier will be required (listed in price quote). A.M. Communications will supply the material for securing the antennas androuting fo~ the cable. GeoLinewill supply the antennas and the RG58 cables and the amplifier, if needed. 3 people and i day estimated for completion of antenna installation. The total ~ost includes labor and materials. 2,..Computer ] Recei.ver installation: GeoLine Upon receipt of equipment, GeoLine will unpack all boxes and assemble equipment. GeoLine will set up the base station computer on 3ra floor of City Hall on an existing tabletop shelf. The Trimmatk 3 radio and 5700 base receiver will sit on a standard 19in rack in the communications room on the 9t~ floor. The ba~e station computer will communicate with the GPS receiver and radio via a cat3 connection from the:9t~ floor communications room to the 3rd floor computer room. GeoLine will install the Trimble Reference StationSoftware and configure the system to communicate with the City of PaloAlto intranet. The City of Palo Alto will have a choice of computers for the base station. GeoLine recommends Option 1 as it has the most functionality and is the most. guarded against power problems and data loss. Option 1 is the base.station computer system that we have used for our many other reference station installations throughout the Western United States. We have found it.to perform well for this application. Option 1: An EQUUS computer with a Windows 2000 operating systems and SP2 Server. It has 5-user licenses installed so that 5 people on a Network can access and share data and email one another. This option has an ATA radio controller and three ha~d drives. Thus, it has 80GB of storage and the drives are removeable. If one drive falters, the user can recover all.the datafrom the other two drives by simply installing a new drive. Surveying/Measuring Instruments Engineering Supplies Sales ¯ Service *. Lease Rentals GeoLine San Francisco 1592 Union Street, #81 San Francisco, CA 94109-1673 barbara_brown@geoline.com EXHIBIT A This option offers remote access. You can administer terminal Services without being at the base.station site. " This option has an A.PC smart UPS. When there is apower outage, it gives the user time to continue to work on the system. It is shut down properly so there is no damage done to the system. Option 2: A lower cost base station computer option without the amenities ayailable in Option 1. This is a workstation with Windows 2000 Pro meant for a single user. It has a 20 G)g hard drive. There is no fde sharing.or application sharing for users on a network. 3.Base Station Survey: David Evans _.& Associates, Inc. Sa.__.~n Ramon C._&A Task: David Evans & Associates will act as a sub-contractor to perform a GPS Fast Static field survey referenced to the National Spatial Reference System (NSRS). This survey will determine a geodetic position of the City of Palo Alto Base Station to.at least 3-centimeter accuracy (95%) confidence levels in latitude, longitude and ellipsoid height.. We anticipate using two DEA GPS units in fast static mode while the City of Palo Alto’s newly acquired GPS unit occupies the base station position. We will observe the base station on two separate sessions on the same day (morning and afternoon) from a minimum of three High Accuracy Reference Network (HARN) stations. Success in meeting ~he accuracy standards will be based on standard DEA field o.p~rations, repeatability of measurements; and adjustment residuals. The survey will.provide Geographic Positions and California State Plane Coordinates based on the North American Datum of 1983/1992 (hiM3 83/92). The vertical datum will be a North American Vertical Datum of 1988 (NAVD 88) Geoid derived elevation. Deliverables: DEA will prepar~/a GPS ~eport consisting of.the constrained and unconstrained adjustments, station data sheets, field logsheets, and a printout of the raw data file and the adjusted coordinate values. 4..Software Configuration / Installation: GeoLine GeoLine is providing three options to the City of Palo Alto for the base station installation and ¯ .configuration (We recommend Option 3 as it provides the best Service to the City of Palo Alto): Option 1- GeoLine will ship the base .station computer. The City of Palo Alto will install the Trimble Reference Station software and configure it to communicate with the intranet. (This option is no cost) Option 2- GeoLine’s Network Engineer will install the Trimble Reference Station softw.are and then ship the computer ~o the City of Palo. GeoLine’s Trimble Certified Trainer will work with the IT Department to configure the software to communicate with the intranet. (See proposal for cost) Surveying./Measuring Instruments Engineering Supplies Sales * Service * Lease * Rentals GeoLine San Francisco 1592 Union Street, #81 San Francisco, CA 94109-1673. barbara_brown@geoline.¢om . 415,345.9970 Fax 415,931.4704 Bellevue 800.523.6408 h’-"~p://u~w’~.g eoline.com EXHIBIT A ~IS DO~U~E~ 18 p.IN~’B O~ ~£~CL£D pA~ ~ Option 3 - GeoLine’s Network Engineer will travel to the City of Palo Alto. He will install the computer and configure the Trimble Reference Station software on-site. He will work with the IT Department to configure the software to communicate with the intranet, (See proposal for cost) ~ Requirements: Prior to installation, the City of Palo will need to provide a place to install the computer monitor such as a desk, table or rack. The location must have power and a CAT5 connection to the intranet. GeoLine will need to know in advance the distance from the CAT5 outlet and power in order to provide the. necessary cable lengths. The City of Palo Alto will need to provide GeoLine with a temporary administrative login and password, IP and DNS numbers. The City of Palo Alto should provide a member of their IT department to work with GeoLine on installation day in order to insure correct connectivity to the City’s intranet. The administrator password will be blank and the IT department will need to disable or change the password on the administrator account. 5.Base station Test: GeoLine Once all base station components are installed and surveyed, GeoLine will test the setup for signal receptio.n, data generation, data transmission and a fuhctional link to the city’s intranet. 6.Rover GPS Unit.Setul~ and Test: GeoLine A GeoLine representative will unpack and assemble the rover system including GPS receiver, laser and power supply onto cite pole. Each rover system will be tested to be sure all components are present and. in working order. Each rover system will then be tested for Real-Time communication with the base station. GPS processing s.oftware will be installed and tested. 7 Training: GeoLine 5 days of training will be scheduled with a GeoLine Trimble Certified Trainer. Our trainers have real-world experience in the field of both E’and Survey and GIS. Day 1: GeoLine’s full-timeTrimble Certified Trainer ’and Barbara Brown; our GIS Specialist as well as a Trimble Certified Trainer, will work with Geodesy to come up with a simple procedure for data download. and GIS integration. Day 2-4: GeoLine’s Trimble Certified Trainer will spend 3 days with the field staff to teach, review and .practice the planned procedures. Day 5: GeoLine’s Trimble Certified Trainer will spend 1 additional day with the Project Leaders. This will help with the overall planning of the data collection methods. Our OeoLine trainer and Sales Representative will be available for technical support to the Project Leader, field staff and IT Department for questions throughout the duration of th~ project.and thereafter. Additional training classesare available as needed. Surveying / Measuring Instruments Engineering Supplies Sales ¯ Service ~ L~ase * Rentals ~t~p://ww w.geoline,com May 17, 2002 RFP136776 John Thayer Project Manager City of Palo Alto PO Box 10250 Palo Alto, CA 94303 GeoLine San Francisco 1592.Union Street, #81 San Francisco, CA 94109-1673 barbara_brown@geoline.com EXHIBIT B 415.345.9970 Fax 415.931.4704 Bellevue 800.523.6408 Dear John: Pursuant to your request, please Iind the following proposal with pricing for the GPS, laser and base computer equipment and services for the City of Palo Alto’s Utility Infrastructure project. I have listed the Open Market Price and the Government price. GPS TOTAL STATION 5700 BASE/ROVER AND ACCESSORIES 1 Ea. GPS TS 5700, RTK/PP w/TSCe Survey Controller w/Int. UHF Radio 57500-91-xx 1 Ea. 1 Ea. 1 Ea. 1 Ea. 1 Ea. l Ea. I Ea, 1 Ea. 1 Ea. 1 Ea. 1 Ea. 1 Ea. 1 Ea. Includes: 5700 Base Receiver, 5700 Rover Receiver w/internal UHF radio, Lithium ion batteries (4), USB Download cable (2), 5700 Base Transport Case, Power Cable (2),. Zephyr Geodetic Antenna (1 ca); Antenna Cable 10m, 5700 Tripod Bracket, Power Supply (2), HI Rod 2m, 6Ah Battery .fo,r 5700, Battery Charger, Trimble Geomatics Office Software- Complete Kit (1License), Zephyr Rover Antenna, Rover Antenna Pouch, 5700 Rover Belt Pouch, Recevier Manual, TSCe with Survey Controller, Software Users Guide, Datalogger Bracket, Stylus Pen, Screen Protector Pack, Portable Whip Antenna. Varliib-l~’ACPi~wer Supply~6iBase ~[ati6n Receiver, HY3003 Power Cable for Base Station Receiver, 32366 30m TNC to TNC 5700 Base Antenna Cable, 41300-30 ..... Trimmark 3 RadioJ3ase Equipment Set w/25 Watt Amplifier 44100-30-xx (Customer to obtain FCC license) Power Supply Model 1692 (low noise/high stability) 15V/40A (110v to 12v converter for the Trimmark 3 ra.dio), G11-310TE1692 Base Radio Antenna 5db Maxrad 450 Mhz Fiberglass MFB4505 " 50ft Base Radio Antenna Cable RG214 w/adapter kit, 30555-00 t ft Range Pole Extensi9n, 31165 Trimble Reference Station Software 39237-00-ENG LaserTech Impulse 200 LR Laser w/I-Iakko Scope, 7003824 ¯, Includes: 2lb. Reflectorless Ranging Laser with Inclinometer Kit, Hakko scope with cross-hair targeting, Impulse Firmware for object height, horizontal, vertical, and slope distances, Belt Clip, Hand Strap, 2AA Batteries, Carrying Case, and Operations Manual. Mapstar Angle Encoder; 7004750 Includes: 2lb. Electric Compfiss Module, 2 AA batteries, and Operations Manual. Impulse Mounting Plate Assembly; 7022876 Needed to affix Impulse with Mapstar Angle Encoder. 36" LTI 4-Pin to DB9 download cable; 7053038 Surveying/Measuring Instruments Engineering Supplies Sales * Service Open Market: 38,495.00 180.00 195.00 495;00 3,495.00 399.00 300.00 475.00 25.00 2,795.00 3,595:00 2,495.00 54.00 55.00 Lease ¯ R ntals Your Price: 35,030.45 180.00 195.00 . 495.00" 3,180.45 363.00 300.00 475.00 25.00 2,543.45 3,089.45 2,270.45 54.00 55.00 http://u~wu~.geoline,corn GeoLine San Francisco " 1592 Union Street, #81 San Francisco, CA 94109-1673 barbara_brown@geoline.com EXHIBIT B 415.345.9970 Fax 415.931.4704 Bellevue 800.523.6408 1 Ea.Impulse/Mapstar Staff, 3504236 1 Ea.Bi-podLegs, 3504272 1 Ea.Angle Encoder GPS Antenna Bracket; 7024601 Used to plac~ GPS antenna above Impulse where measurement from the laser is taken 1 Ea. Sales Tax (8.25%) 186.00 186.00 162.00 162.00 155.00 155.00 4,022.64 Sub.totah 52,781.89 OPTIONAL BASE STATION COMPONENTS Qty..U/M Product/Description 1 Ea.In-line fuse Power Amplifier w/30m cable, 44124-00 This amplifier is needed if the distance between base station 5700 GPS antenna and receiver is more than 30m. 1 Ea.200ft Radio Antenna Cable with in-!ine fuse amplifier, 200FTRDCBL This cable is needed instead Of the "50ft Base Radio Antenna Cable RG214 w/adapter kit" (30555-00- listed abovei, if the distance " between the Trimmark 3 radio antenna and Trimmark 3 radio is more that 50ft. ’ 1 Ea.1 yr GPS Total Station 5700 SW/FW Agreement Bundle 44503-01 . 1 Ea.1 Yr Software Onl~, Trimble Reference Station update Agreement 40791-01 1 Ea. eRTK Pole Mount Kit 44051-xx Includes receiver pole mount, datalogger cable, eRTK antenna kit 1 Ea. Sales Tax (8.25%) EQUUS BASE STATION COMPUTER- Option! " " (See Approach.doe Part II A 1. ’~Hardware Installation" for a comparison of Option 1 and Option 2 base station con~puter hardware options) Qty. U/M Product/Description . 1 Ea.NOBILIS SERIES BASE SYSTEM WITH OS, BS9007 1 Ea.MS WINDOWS DSP SVR 2000 W/5U/SP2#C11-01872" NO RE, OS1053 1 Ea.LITE-ON 52MAX 52X IDE CD-ROM BLK-NOBILIS WHITE, CD9008 1 Ea. IDE 3~CON Cable 36" Internal, CB0042 1 Ea. INTEL P4 1.5 GHZ 400 SocN W/256K OD CACHE, CP1701 1 Ea.. NOBLECASE PRO Q2000 ATX FULL TOWER W/300W PS-SGL, CS3025 ~Ea.ADAPTEC 2400A ATA100 32B RAID 4CH W/32MB #1891300, .DC1049 1 Ea.ALPS 1.44M FLOPPY DISK-DRIVE NOBILIS WHITE, FD1002 1 Ea.eVGAe-TNT2 VA_NTA16MB 4X AGP Nvidia TNT2 VANTA, GC4002 1 Ea.MAXTOR 6L040J.12(L2) 40GB ATA133 8.5MS 7200RPM HDD, HD2058 Surveying / Measuring Instruments Engineering Supplies Sales * Service. -Open Market:Your Price: 1,495.00 . 1,495.00 995.00 995.00 1,450.00 1,450.00 395.00 395.00 1,495.00 1,360.45 .469.87 Sub-total: 6,165.32 Your Prlce: 121.00 880.00 35:20 3.30 188.10 94.60 392.70 12.10 35.20 346.50 Lease * Rentals GeoLine San Francisco 1592 Union Street, #81 San Francisco, CA 94109-1673 barbara_brown@geoline.com EXHIBIT B 4-15.345.9970 Fax 415.931..4704 Bellevue 800.523.6408 THIS DOCUMENT IS PRINTEO ON RECYCLED PAPER 1 1 1 1 1 1 1 1 1 Ea.MS INTERNET.PS2 KEY-BOARD, K_B9003 Ea.INTEL OEM D845WNL ATX SocN/LAN/AUD/4XAG/6PC/3D, MB9031 Ea.NOBLEVIEW A1554NEL 15" .28MM 54KHZ 1024X768 OPM, MR3026 Ea,MS Intellimouse PS/2 1.1 w/Intellipoint SW V2.0, MS9004 Ea.INTEGRATED LAN FOR PARTNERLINK ONLY, MC9003 Ea.512MB 168PIN PC133 SDRAM NON-ECC 3.3V UNBUFFERRED, RM0906 Ea.INTEGRATED SOUND FOR PAP~TNERLINK ONLY, MC9002 Ea.1 Yr Depot Limited System Warranty, WR0018 Ea.A_PC Smart- UPS 1000 with PowerChute Plus SU1000NET, UP1024 Ea.MOBILE RACK ULTRA ATA/66 ALUMINUM W/FAN/LED, C80095 Ea. Sales Tax (8.25%) 15.40 147.40 133.10 11.00 0.00 136.40 0.00 0.00 543.40 72.60 261.36 Sub-torah 3,429.36 EQUUS BASE STATION COMPUTER- Option 2 (See Approach.doc Part II A 1, "Hardware Installation" for a comparison of base station computer hardware options) Qty. U/M Product/Des.cription 1 Ea.NOBILIS SERIES BASE SYSTEM XP PRO, BS9914 1 Ea.MS OEM WINDOWS XP PRO W/DOC/COA LABEL/CD, OS9019 ¯ 1 Ea.LITE-ON 52MAX 52X IDE CD-ROM BLK-NOBILIS WHITE, CD9008 1 Ea.IDE 3-CON Cable-2 Drives Internal, CB0043 1 Ea,INTEL P4 1.5 GI-IZ 400 SocN W/256K OD CACHE, CP 1701 1 Ea.$508 PANEL- ALL WHITE WITH 1X1 LOGO INDENT, AC9009 1 Ea.NOBLECASE PRO $508 ATX MDTWR 250W W/O PANEL - SYSf ........ 1 1 1 ’1 1 1 1 1 1 1 1 1 Ea. Ea. Ea. ga. Ea. Ea. Ea: Ea. Ea. Ea. CS9017 ALPS 1.44M FLOPPY DiSK-DRIVE NOBILIS WHITE, FD1002 eVGAe-TNT2 M64 32MB 4X AGP nVIDIA TNT2 M64, GC4003 MAXTOR 6L020JI(L1) 20GB ATAt33 8.5MS7200RPM EDD, HD2057 MS INTERNET PS2 KEYBOARD, KB9003 ¯ INTEL OEM D845WNL ATX SocN/LAN/AUD/4XAG/6PC/3D, MB9031 NOBLEVIEW A1554NEL 15" .28MM 54KHZ 1024X768 OPM, MR3026 MS Intellimouse PS/2 1.1 w/Intellipoint SW V.2.0, MS9004 INTEGRATED LAN FOR PARTNERLINK ONLY, MC9003 256MB 168PIN PC133 SDRAM 3.3V UNBUFFERRED, RM0808 INTEGRATED SOUND FOR PARTNERLINK ONLY, MC9002 NOBILIS 3D SURROUND 80W PMPO SPKR-NOBILIS WHITE, SK9005 3 Year Depot System Warranty, WR0008 Sales Tax (8.25%) Surveying / Measuring Instruments.Engineering Supplies Sales ÷ Service LeQSe ÷ Your Price: 42.90 155.10 35.20 1.10 188.10 5;50 48.40 12.10 44.00. 94.60 15.40 147.40. 133.10 11.00 0.00 69.30 0.00 9.90 30.80 86.12 ¯Sub-torah 1,130.02 Rentals http:/Au wuJ.geollne.corn GeoLine San Francisco t592 Union Street, -#81 San Francisco, CA 94109-1673 barbara_brown@geoiine.com INSTALLATION SERVICES Qty. U/M Product/Description 1 Ea. EXHIBIT B AM Communications Base Station and Radio Antenna Installation (See Approach.dec Part II A 2,. "Antenna Installation" for description of service) Ea.David Evans & Associates, Inc. base station survey (See Approach.doe Part II A 3. "Base Station Survey" for description of service) Ea.GeoLine Positioning Systems, Inc. base station, computer installation (See Apprgach.doc Part II A 4."Software Configuration / Installation") Option 1 Option 2 Option 3 . ¯ Ea..GeoLine Training - $850 per day - 5 days recommended (includes expenses) (See Approach.doe Part II A 7. "Training" for description of service) 415.345,9970 Fax 415.931.4704 Bellevue 800.523.6408 Price: ,470,00 3,500.00 No charge 750.00 1,250.00 4,250.00 Sub-total: Varies Breakdown of Costs of~ll Recommended Options and Estimated Sub-total (including taxes): GPS and laser Equipment 52,781.89 Optional Base Station Components.6,165.32 Base Station Computer ’3,429.36 Services 113,470.00 Estimated Sub-tot~il:72,846.57 FINANCING OPTIONS- ALL RECOMMENDED OPTIONS 1 Cash in advance. 2 Lease/Purchase. ....... Eeasing option with $1 Residual 2nd Quarter 2002/Leasing Rates " Invoice 36 Months 72,847 +/-2,375 48 Months 60 Months +/-1,880 +/-1,580 Breakdown of Costs of Required Options and Estimated Sub-total (including taxes): GPS and laser Equipment 52,781.89 Base Station Computer 1,130.02 Services 4,970.00 Estimated Sub-total:58,881.91 FINANCING OPTIONS- REQUIRED OPTIONS 1 Cash in advance. 2 Lease/Purchase. Leasing Option with $1 Residual 2nd Quarter 2002 Leasing Rates Invoice 36 Months 58,881.91 +/-1,920 Surveying / Measuring Instruments " Engineering Supplies 48 Months +/-1,520 Sales *Se.rvice * 60 Months +1.1,275 Lease.* Rentals PART II - INSURANCE REQUIREMENTS ""FORM 65O I.CONTRACTORS TO THE CITY OF PALO ALTO (CITY), AT THEIR SOLE EXPENSE, SHALL-FORTHE TERM OF THE. CONTRACT OBTAIN AND MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECIFIED BELOW, AFFORDED BY COMPANIES WITH A BEST’S KEY RATING OF A:X, OR HIGHER, LICENSED TOTRANSACTINSURANCE BUSINESS IN THE STATE OF CALIFORNIA. AWARD IS CONTINGEN~ ON COMPLIANCE wITH CITY’S INSURANCEREQUIREMENTS AS SPECIFIED, BELOW: REQUIRED YES YES YEs YES YES TYPE OF COVERAGE ¯WORKER’S COMPENSATION AUT.OMOBI.LE LIABILITY COMPREHENSIVE GENERAL LIABILITY, INCLUDING PERSONAL INJURY, BROAD FORM PROPERTY DAMAGE BLANKET CONTRACTUAL,AND FIRE LEGAL LIABILITY COMPREHENSIVE AUTOMOBILE LIABILITY, INCLUDING, OWNED, HIRED, NON-OWNED PROFESSIONAL LIABILITY, INCLUDING; ERRORS AND OMISSIONS, MALPRACTICE (WHEN APPLICABLE), AND NEGLIGENT PERFORMANCE REQUIREMENT STATUTORY STATUTORY BODILY INJURY PROPERTY DAMAGE BODILYINJURY&PROPERTYDAM~GE COMBINED, --BODILYINJURY EACH PERSON EACH OCCURRENCE PROPERTY DAMAGE BODILYINJURYANDPROPERTY DAMAGE, COMBINED ALLDAMAGES MINIMUM LIMITS EACH OCCURRENCE $11000,000 ¯ $1,000,000 $1,000,000 $1,000,000 $1,000,000. $1,000,000 $1,000,000 $1,000,000 AGGREGATE $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,000,000 $1,ooo,ooo $1,000,000 $1,000,000 $1,000,000 THE CITY OF PALO ALTO I~ TO BE NAMED AS AN ADDITIONAL INSURED: BIDDER, AT ITS SOLE COST AND EXPEN~E,- SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND-EFFECT. THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSUR NG NOT ONLY BIDDER .AND ITS SUBCQNTRACTORS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS’ COMPENSATION, EMPLOYER’S LIABILITY AND PROFESS ONAL INSURANCE, NAMING AS ADDITIONAL INSURES CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS;- AND EMPLOYEES. INSURANCE COVERAGE MUST INCLUDE: A:A PROVISION FOR A WRITEN THIRTY DAY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANCELLATION; AND A CONTRACTUAL LIABIUTY ENDORSEMENT PROVIDING INSURANCE COVERAGE FOR CONTRACTOR’S AGREEMENT TO INDEMNIFY CITY - SEE PART II, SECTION 500, FORMAL CONTRACT (SAMPLE). SUBMIT CERTIFICATE(S) OF INSURANCEEVIDENCING REQUIRED COVERAGE, OR COMPLETE THIS SECTION AND _IV THROUGH VI, BELOW. NAME AND ADDRESS OF COMPANY AFFORDING COVERAGE (NOT AGENT OR BROKER): Seeattached.. Certificate_o£IZability Insurance NAME, ADDRESS, AND PHONE NUMBER OF YOUR’INSURANCE AGENT/BROKER: C.POLICY NUMBER(S): CITY OF PALO ALTO RFP 136776 PAGE 1 OF 2 _ACORD,,, CERTIFICATE PRODUGER ANDERSON & BLACK INSURANCE,.LL 1424 4TH AVE STE. #206 SEATTLE,WA 98101 OF LIABILITY INSURANCE DAVE 2 THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION ONLY ANDCONFE~S NO RIGHTS UPON THE CERTIFICATE HOLDER. THIS CERTIFICATE DOES" NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. NSURED GEOLINE POSITIONING SYSTE~IS;_-I 1555 132 m- VE NR , BELLEVUE, WA 98005 COVERAGES INSURERS AFFORDINGCOVERAGE INSURER A: NSURER B~ INSURER C: !INSURER D: INSURER E: THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN, THE INSURANCE AFFORDEDBY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALL THE TERMS,EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. :AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. ~SR.Tf~TYPE OF INSURANCE A GENERAL UA~IUTY X" COMMERCIAL GEN ERAL LIABILITY -~ CLAIMSMADE [~ OCCUR GEN’L AGGREGATE LIMIT APPLIES PER: "~ POLICY ~PRO"Jl~CT r~LOc AU___.TOMOBI LE U. ABlUTY ANY AUTO ALL OWN ED AUTOS SCHEDbLED AUTOS HIRED AUTOS NON-OWNED AUTOS GARAGE UABIUTY .~ANYAUTO EXCESS UABI U’i"I’ -~ OCCUR ~.~ CLAIMS MADE POUCY NUMBER 52SBKDR4130-D POUCY B=FECTIVEDATEIMMIDDIYY) o 7/01/2 o ol q D EDUCTIBLE " " RETENTION $ WORKI~S COM PENSA’~ION AND EMPLOYERS’ UABIUTY I OTHER ./ ESCRIPTIO N OF O PERATIONS/LOCATIONS/VEHICLESIEXCLUSIONS ADDED BY ENDORSEMENTISPEC]AL PROVISIONS POUCY EXPIRATIONDATEIMMIDDpIn(I 07/01/2002 UMITS EACH OCCURRENCE $ FIRE DAMAGE (Any one fire)$ MED EXP (Any one person)$ PERSONAL & ADV INJURY $ GENERAL .AGGREGATE $ PRODUCTS - COMP/OP. AGG $ COMBINED SINGLE LIMITlEa accident) BODILY INJURY- (Per person) BODILY INJURY(Per accident) " PROPERTY DAMAGE(Per accident) AUTO ONLY- EA ACCIDENT OTHER THAN EA ACC AUTO ONLY:AGG EACH OCCURRENCE AGGREGATE $ $ $ $ $ $ TORY LIMITS ER E,L, EACH ACCIDENT $ I~,L, DISEASE -EA EMPLOYEE $ E.L DISEASE - POLIC~" LIMIT $ EVIDENCE OF INSURANCE ERTIFICATE HOLDER " ’! ! ADDITIONAL INSURED: INSURER LETTER: __ PURCHASING AND CONTRACT ADMIN. CITY OF PALO ALTO PO BOX 1025~ PALO AL~O, CA 94303 . &_ 1 CORD.-’~5-S (7/971 CANCELLATION 7 O-PAY NOTTC~, P(~# R(~-P~M~.~ o~ .PTZ~..~ SHOULD ANY OF THE ABOVE DESCRIBED POUCIES BE CANCELLED BEFORE THE EXPIRATION DATE THEREOF. THE ISSUING hlSURER WILL I~NDEAVOR TO MAIL ~ DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE TO DO So SHALL IMPOSE NO OBLIGATION OR UABIUTY OF ANY KIND UPON THE IN~URER. ITS AGENTS OR REPRESENTATIVES. .- / " ACORD CORPORATION 1988 Memo Number 2001011092- Anderson &-~iac~’Insurance~ LLC. 1424 4th Ave Ste. #206 Seattle, WA 98101 206-464-5720 Date Page 12/26/2001 I of 1 To: MEMO CITY OF PALO ALTO PO BOX 10250 PALO ALTO., CA 94303 ATTN: PURCHASING.& CONTRACT ADMIN. RE: EVIDENCE OF INS. Pol: 52SBKDR4130-D Customer: GEOLINE POSITIONING sYSTEMS, I <9GEOLI> Insurance carrier: HARTFORD INSURANCE CO. Effective Date: 07/01/2001 Expiration Date: 07/01/2002 Policy Type: Commercial Package I ENCLOSE EVIDENCE OF INSURANCE FOR YOUR FILE AS REQPECTS THE NAMED INSURED,-GEOLINE POSITIONING SYSTEMS, INC. SHOULD YOU HAVE ANY QUESTIONS OR REQUIRE ANT CHANGES OR CORRECTIONS PLEASE DO NOT HESITATE TO GIVE ME A CALL. ’ THANK YOU CC:BARBARA BROWN PMB 81,1592 UNION ST SAN FRANCISCO CA 94123 CC:JUDY HEGGEN GEOLINE POSITIONING SYSTEMS,.INC.1555 132ND AVE NE BELLEVUE WA 98005 From: Sand~ Becker ~ [ebix.one Form 201g (6/22/94)] PART II--PROPOSER INFORMATION -SECTION 300A PROVIDE THE I. :NF.O. RMATtON~REQUE~TED-BEEOwOR- INDICA_IE."NOT APP-LICABLF/’, !F APPROPRIATE Geol .in~. Po.~ition.ing Systems 1592 Union St. #81 ¯S~ Francisco; CA 94123 .IRS~b~.- 91-1278437 (415)345-9970 {415)931-4704 Ao Proposer is a: California corporation Corporation oEgan[zi~duoder the. la~s o[ the _State-of With-head--offices. located at B~e~, WA ~~s:~:~l~tnia a[.S~ Fr~c~s~, sm~o Ci~, CA California Limited Liability Company .~ [] Sole Proprietorship; Partnership . . , proprietor. Limited Liab JlLty_ P ad.ne~sh ip List names ef~s;-state..V~:~partner or partners-are..managi.ng=partner(s) []Other (attach Addendum with ~xplanatory details) How.~any:.years have-you :(or.your ~firTr~done.brJslness’Undetthe name listed-above? ¯-Hew-~.-~-Of-exper4er~-~imltar-~-~ork-0r.services-¢o~et~din this RF4:~?. Provide re.l~vant-.r.efef.e~;~.of~tf~cts-.~atisfactorj~.co~jn.the last.three (.3~.~ears: C, USTQMEE~..GQMPA~’E"OON’FACTtPHONE NU .MIJ~.. _ .... ~DATE ~t~l~=-~. Citv of San Trancisco "Christine Mikulice 415-641-2348 City ofivfiipitas ., ~ .........~.~. US Fish & Wildlife ~.G~s~ 707-822-7~1 8/09/01 6/01/01 18yrs 18 yrs CONTRACT AMOUNT $82,819 $37,696 -- . $18,0!3 $~3,086 (PROV~:e~ ADDITIONAL ,,£H;EETS, ~.F NEC£SSARY) ~ITY OF PALO ALTO RFP- 136776 ¯PAGE I OF 4 PART II- PROPOSER INFORMATION E. SECTION 30.0A Have you (or you[ firm) previously worked for the City of Palo Alto? above, or if necessary, provide information on additional sheets).. Yes, or X° No (if "Yes", list If applicaNe., pro.v~idea list of th~plant(s), and/or facilities, and equipment owned by the Proposer which are available for use on the pr.oposed work as maybe required herein: NAMP--fIYPE/MODEL, CAPACITY, ETC.CONDITION LOCATION Go (INCLUDE ADD.ITIONAL PAGES IF NECESSARY) ¯ Provide ,~ list of the Pfoposer’s management staff who will manage the.proposed work or services: NAME arb ~_ ra Brov.m. Steven ~eding " FIELD OF EXPERTISF-/CAPABILITIES/EXPERIENCE f-~P q/f~T.q 9 G£.~and Surveying 30 yrs " ’ No (INCLUDE ADDITIONAL PAGES IF. NECESSARY) Contractors license, number/type: Or, [] Minority Business Enterprises: ’ . Proposer is _, or i&not ¯ Small Business Concer~n:/ ...... " Proposer is..._.~, or is not__ X a minority, or Women, or Disadvahtaged Business Enterprise a Small Business Concern Identify the.names and business/address of each subcontra(~tor perfo~’ming Work, under this RFP. After opening of Proposals, no changes.or substitutions will .be allowed except as otherwise pe~’mitted by City. The.listing o[ more than one subcontractor for each item of work to I~e performed with the words ’and/or’. will not be permitted. FailUre to comply with this requirement will render the Proposal as non-responsive and may cause its rejection. List all such subcontractors below, or in additional sheets, as requiredi SCOPE OF WORK : .Nm~c~;:CaP-S.-Base Station Coordinate e 125 NAME AND ADDRESS t)m~wa~s .-& -ASSOC 5000 Executive Parkway, S San Ramon, CA 94583 ¯"- -3aae --A~t~~o--A~ntenna/C abl e Installation3q44. Sycamore .St. # i. iA... - New,k, CA 94560-3900 ¯(INCLUDE ADDITIONAL PAGES IF NECESSARY) Subcontractors will not perform work, provide labor, or rende~ services in or about the work covered by this RFP (check and initial). CITY OF PAEO ALTO RFP 136776 PAG.E 2 OF 4 PARTIt~ PROPOS;E~IN:E._O~MA~ON: ..... L. Addenda SECTION 300A Oo ¯During the P-~opm~al:.l~o~,~,ess, Ibex. may, be~. {;hange,~ ~ t~o~F~~ ~ch would requ ire an :~v~ ~.a~:~l~sl~~~nds.PFope~er ma have a. a~ns . sh~,~:~ a~R~#~o~sions~tr~t~ns therein contained shall ~-Pr~" ..... ~.. D~may be considered an ~egularl~ ~n Proposer’s Designated Contact 15.. ? "[hefirm .ands" ".~.lisl:~d:-l:~-.h:;~:.~_...~_ll~y_.de.net_.~l~ in--e[Trployment with regards to age-,-race, coror~-:rel~g~n;-~ex, na~a~e.slr~.,. ~ ~.sexua!.p.r~fere~e; that¯ they are in c"~nptiance-wil~all-fet~taF,. "- employment: -" st-af~:~executie~’~/er~s-regarding nondiscrimination in P. . -Proposer ls-re~.-~l:fO-F°v’~re- ,a~.JR-go~staR.~-~.-f~om_tl~S~..o~alifomia with its Proposal. Q: - . The under~kji-~~..~:an~accepts_.the.terms_and" conditions of this RFP, Signatures,~Mr.L~t~.-1Ee_ " .same.sTgnaf~C~_as_~llappear on Contract): (Title o£ signato~O ..... capacities.is ac~~ PAGE3 OF 4