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¬ ¯
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