Loading...
HomeMy WebLinkAbout2002-06-24 City Council (5)TO: ATTENTION: City of Palo Alto City. Manager’s Report HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES DATE: SUBJECT: June 24,2002 ~CMR: 303:02 APPROVAL OF PROFESSIONAL SERVICES A~REEMENT WITH GEODESY IN THE AMOUNT OF $102,000 FOR DEVELOPMENT SUPPORT OF NEW COMPUTER APPLICATIONS LINKED TO THE GEOGRAPHIC INFORMATION SYSTEM (GIS) RECOMMENDATION Staff recommends that Council approve and authorize the Mayor to execute the attached agreement in the amount of $102,000 for a consulting service contract with Geodesy for development support of new computer applications linked to the Geographic Information System (GIS). ¯ DISCUSSION Proiect Description The Geographic Information System (GIS) provides accurate citywide property, utility and infrastructure information to all City. staff and the public. It isa vital component, of the CityWorks initiative for infrastructure management, which has been identified as a Top 5 priority by the City Council. The GIS is a central element of the City’s information infrastructure that is being integrated with several other major information systems including the .Permit Tracking System, the Police Computer Aided Dispatch System, Records Management Systems and numerous infrastructure management applications. The scope of work under this agreement includes determining data requirements for integration between the GIS and Utilities CIS; creation of tools to enable the simple exchange of information between the GIS and CADD systems for use in designing infrastructure improvement projects such as water, gas sewer and storm drainage pipeline replacements; simple, standard templates for printed map books and tools to allow automated printing of entire sets of these books; increased capabilities to ¯ link to-other GIS sot~ware applications for use where their special capabilities are required; development of macro commands to increase the efficiency of users doing CMR: 303:02 Page 1 of 2 repetitive tasks such as mapping the installation of new utility services; development of capability to-access GIS data from the field using common .wireless handheld devices; revising the GIS feature dictionary to allow the inclusion of information from surrounding jurisdictions to support the City’s Information Technology Service Provider (ITSP) initiatives; and improved query capabilities for the existing applications. SOLE SOURCE CONTRACT Geodes.y has been instrumental in the development of Palo Alto’s GIS and related applications, including many of the applications previously mentioned. Geodesy’s unique understanding of the City’s customized GIS system, experience in developing GIS applications for the City, and in the City’s GIS software environment make it necessary to render the award as a sole source contract. RESOURCE IMPACT Tasks ur~der .this agreement total $102,000. Funds for this project are budgeted in Utilities CIPs 0214, 0211 and 0119. and General Fund CIPs 10215 and 19516. POLICY IMPLICATIONS This agreement does not represent any change to existing City policies. ENVIRONMENTAL ASSESSMENT Approval of this agreement does not constitute a project under the California Environmental Quality Act (CEQA); therefore, no environmental assessment is required. ATTACHMENTS Attachment A:Approval of Professional Services Agreement with Geodesy in The Amount of $102,000 for Development Support of New Computer Applications Linked to the Geographic Information System (GIS) PREPARED BY: DAVE MATSON GIS Manager, Information Technology DEPARTMENTAL HEAD APPROVAL: CARL YEAT~ Director EMILY HARRIS ON Assistant City Manager CMR:303:02 Page 2 of 2 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND GEODESY FOR GEOGRAPHIC INFORMATION SYSTEM (GIS) SUPPORT 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 GEODESY, a general partnership (Taxpayer Identification No. 94-3191197), ("CONTRACTOR"). RECITALS: WHEREAS, CITY desires certain professional services (~Services") in support of CITY’s Geographic Information System (GIS) and its conversion, which may include the preparation 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 CONTRACTOR, including its employees, if any, in providing the Services by reason of its qualifications and experienge in performing the Services, and CONTRACTOR has offered to complete the Project on the terms and in the manner set f~rth herein; - NOW, THEREFORE, in consideration of the covenants, terms, conditions,, and provisions of this Contract~ the parties agree: SECTION I. TERM I.i This Contract will commence on the -date of its execution by CITY, and continue in full force and effect through June 30, 2003, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONTRACTOR will commence work on the Project tasks in accordance with the time schedule set forth in Exhibit ~A". Time is of the essence of this Contract. It.is understood and agreed that the services to be performed by CONTRACTOR will be in response.to the needs of CITY that arise during the term of the Contract, and each 020604 lh 0053047 1 task ¯shall be performed in a timely manner approjriate to the need therefor. SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The scope of Services and Deliverables constituting the Project will be performed, delivered or executed by CONTRACTOR under the phases of the Basic Services as described below. 2.2 CITY may order substantial changes in the scope or character of the Services described in Exhibit "A,, either decreasing or increasing the amount, of work required of CONTRACTOR. In the event¯that ¯such changes are ordered, subjectto the-approval. of CITY’s City Councfl, as may be required, CONTRACTOR will be entitied to full compensation for all work ¯ performed prior to.CONTRACTOR’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increasg.~:fn compensation for substantial changes will be determined inl;¯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 CONTRACTOR commences the performance of any such change in work. 2.3 Where the Project entails the drafting and submission ¯of Deiiverables, for example, construction plans, drawings, andSspecifications, 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 CONTRACTOR at no cost to CITY,¯ provided CITY gives notice to CONTRACTOR. 2.4 Any and all errors, Omissions, or ambiguities in the Deliverables, which are dis’covered by CITY after the construction contract is awarded by CITY, will¯ be performed by CONTRACTOR, .as.follows: (a) at no cost to CITY insofar as th6se Services 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 will add a direct and substantial benefit to the construction work 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 theconstruction work. 0206041tl 0053047 2 SECTION 3. CONTRACTOR QUALIFICATIONS, STATUS, A~D DUTIES OF 3.1 CONTRACTOR represents and warrants that it has the expertise and professional qualifications to furnish or cause to be furnished the Services and Deliverables. CONTRACTOR further represents and warrants that the project director and every individual, including any CONTRACTOR. (including contractors), charged with the performance of the Services are. duly licensed or certified by the State of California,~ to- the extent such licensing .or certification is required by law to perform the Services, and that the Project will be executed by them or under their supervision. CONTRACTOR will furnish to CITY for approval, prior to execution of this Contract, a list of all individuals and .the names of their employers or prlncipals to be employed as subcontractors. 3.2 In reliance on the representations and warranties set fQrth in this Contract, CITY hires CONTRACTOR to execute, and CONTRACTOR covenants and agrees that it will eXecute or cause to be executed, the Project. 3.3 CONTRACTOR will assign Charles Eitzel asthe project director to have supervisory responsibility forthe performance, progress, and execution Of the Project.If circumstances or conditions subsequent to the execution ofthis Contract cause the substitution of the project directoror project coordinator for 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 CONTRACTOR represents and warrants that it will: 3.4.1 Procure al~l 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 futhre 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 CONTRACTOR’s performance of the Services; 3.4.3 At all times observe and comply with, and cause its employees and CONTRACTORs, 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 020604 lh 0053047 3 3.4.4 Report immediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the Deliverables. 3.5 City shall have unlimited access to any Deliverables given to, or prepared or assembled by, CONTRACTOR or its subcontractor’s, if any, under this Contract. -3.6 CONTRACTOR will provid@ CITY with three (3) copies of. any idocuments 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 area part of the Deliverables, CONTRACTOR will provide, such additional copies and CITY will compensate CONTRACTOR for its duplicating costs. 3--~8 CONTRACTOR will be. responsible for employing or engaging all ..persons necessary to execute the Project All ~ubcontractors of CONTRACTOR will be deemed to be directly controlledl and supervised by CONTRACTOR, which will be responsible for their .performance.If any employee or subcontractor of CONTRACTOR fails or refu~es to carry out the provisions .of this Contract or appears to be incompetent or to act in &~disorderly or impropgr manner, the .employee or subcontractor will be .discharged immediately from further performance under, this!~.~ontract on demand of the project manager.. 3.9 In the execution of the Project, CONTRACTOR and its subcontractors, if any, will .at all times be considered independent contractors and not agents or employees of CITY,: 3.10 CONTRACTOR wilI be responsible .for employing all subcontractors .deemed necessary to assist CONTRACTOR in the performance of the Services. The appointment of subcontractors 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 020604 lh 0053047 its requirements applicable to the Project as may Be reasonably requested by CONTRACTOR. 4.2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by CONTRACTOR. CITY’s estimated time of review and approval will be furnished to CONTRACTOR at the time of submission of each phase of work. CONTRACTOR acknowledges and understands ¯ that the interrelated exchange of information among CITY’s various departments makes it extremely difficult for CITY to firmly establish the time ofeach 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. DAVE MATSON is designated as the -pro3ect manager fox the City Manager. The project manager will supervise ~the performance, .progress, and execution of the Project. 4.4 If CITY observes or otherwise becomes aware of any default in the performance of CONTRACTOR, CITY will use reasonable efforts to give written notice thereof to CONTRACTOR in a timely manner. SECTION 5.COMPENSATION 5.1 CITY will ’compensate CONTRACTOR for the following service~ and work: 5.1.1 In consideration of the full performance of. the Basic Services, including any authorized reimbursable expenses, CITY will pay CONTRACTOR a fee not to exceed One Hundred Two. Thousand Dollars ($102,000) in accordance with the fee schedule set forth. The amount of compensation will be calculated at the rate of. One Hundred Twenty Five Dollars ($125.00) per .hour on a time and materials basis, up to Eight Hundred Sixteen. (816) hours. The total cost for CONTRACTOR’s work including materials shall not exceed the cost per task identified in Exhibit B, The fees of the subcontractors who have direct.contractual relationships With CONTRACTOR,. 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 CONTRACTOR. 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 CONTRACTOR and authorized, in writing, by the project manager. 020604 l.h 0053047 5 Payment will be made within thirty (30) days of ’submission by .CONTRACTOR of a statement, in triplicate, of itemized costs covering such work or changes, or both. Prior to commencing such extra work or changes, orboth, the parties wil! agree upon an estimated maximum cost for such extra work or cha~ges. CONTRACTOR 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 CONTRACTOR’s errors, omissions, or oversights. 5.1.3 -Direct personnel ¯expense of employees assigned to the execution of the Project by CONTRACTOR will include only the work of draftspersons, "specification writers and typists, in consultation, research and design., work in producing drawings,- specifications and other documents pertaining, to the Project,- 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~cust6mary benefits such as statutory employee benefits, insurancei sick leave, holidays and .vacations, pensions and similar benefits. 5.2 The s’chedule of payments will be made as follows: 5.2.1 Payment will be made within thirty (30) days of submission, in triplicate, of CONTRACTOR’s invoice. Final payment mill be made by CITY after CONTRACTOR has submitted all Deliverables, including, without limitation, reports which have been approvid by the project manager. 5.2.2 No deductions will be made from CONTRACTOR’s compensation on account of penalties,- liquidated damages, or other sums withheld by CITY from payments to general contractors. SECTION 6.ACCOUNTING, AUDITS, QWNERSHIP 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 prepared, maintained, and retained by CONTRACTOR -in accordance with generally accepted accounting principles and will be made available to CITY for auditlng 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 CONTRACTOR in the performance of this 020604 lh 0053047 6 Contract will become the property of CITY ir9espective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONTRACTOR. These originals Will be delivered to CITY without additional compensation. CITY will havethe right to utilize any final and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by CONTRACTOR, but CONTRACTOR disclaims any responsibility or liability for any alterations or modifications of such documents. SECTION 7. INDEMNITY 7.1 CONTRACTOR agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents, from any and all demands, claims, or liability of any nature, including death or injury to any person, property damage or any other loss, caused by or arlsing out of CONTRACTOR’s, its .~ officers’, agents’, subcontractors’ or employ~e~’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONTRACTOR in the performance of or failure to perform its obligations under this Contract. SECTION 8 WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant, term, condition or provlsion 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 proyision 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. SECTION 9. INSURANCE 9.1 CONTRACTOR, at its sole cost and expense, will obtain and maintain., in full force and effect during the term of this Contract, the insurance coverage described in Exhibit "C", 020604 lh 0053047 insuring not only CONTRACTOR and its subcontractors, if any, but also, with the exception of workers’ compensation, employer’s liability and professional liability insurance, naming CITY as an additional insured concerning CONTRACTOR’s performance under this Contract. 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:VII or higher which are admitted to transact insurance business in the State of California. Any and all subcontractors of cONTRACTOR retained 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 under such policies as required above. 9.3 Certificates of such .insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the: appro~a!, of CITY’s risk manager and will contain an endorsement stating...that the insurance is primary coverage and will not be canceledor altered by the insurer except after filing with the CITY’s City Clerk thirty (30i days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additional insured except in policies of. workers’, compensation, employer’s liability, and professional liability insurance. Current’certificates of such insurance will be kept on file at all times during the term of this contract with the city-clerk. ~9~14" The procuring of such required policy or policies Of insurance will not be Construed to-. limit CONTRACTOR’s liability hereunder nor to fulfill the indemnificati.on provisions of this Contract. Notwithstanding the policy or policies of insurance, CONTRACTOR will. be obligated for the full and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. SECTION i0.WORKERS’ COMPENSATION i0.i CONTRACTOR, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the’ State of California which require every employer to be insured against liability for- workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Project. 020604 lh 0053047 PROJECT SECTION ii. TERMINATION O-R SUSPENSION OF CONTB/kCT OR ii.I The City Manager ma~ 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 CONTRACTOR, or immediately after submission to CITY by CONTRACTOR of any completed item of Services. Upon receipt of such notice, CONTRACTOR will immediately discontinue its performance under this Contract. 11.2 CONTRACTOR may terminate this Contract or suspend its execution 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 by CITY or in the event CITY indefinitely withholds .or ~withdraws its request for the -initiation or continuation¯ of Services. 11.3 Upon such suspension or termination by CITY, CONTRACTOR will be compensated for the 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 being suspended, for more than 180 days, any change in CONTRACTOR’s compensation will be subject to renegotiation and, if necessary, approval of CITY’s City Council. If this Contract is suspended or terminated on account of a default by CONTRACTOR, CITY will be obligated to compensate CONTRACTOR only for that portion of CONTRACTOR’s services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager in the reasonable exercise of his or her discretion. 11.4 In the event of termination of this Contract or suspension of work on the Project by CITY where CONTRACTOR is not¯ in default, CONTRACTOR will recelve compensation as follows: 11.4.1 For approved items of services, CONTRACTOR will be compensated¯ for each item of servlce,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, CONTRACTOR will be compensated for each item of service inan 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. 020604 lh 0053047 9 11.4.3 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 CONTRACTOR. 11.5 Upon such suspension or termination, CONTRACTOR will deliver to the city. manager immediately any and all copies of ~he Deliverables, whether or not completed, prepared by CONTRACTOR or its subcontractors, if any, or glven to CONTRACTOR or its subcontractors, .if any, in connection with this Contract. Such materials will become the property of CITY. 11.6 The failure of CITY to agree with CONTRACTOR’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONTRACTOR to fulfill its obligations under this Contract. SECTION 12. ASSIGNMENT 12.1 This Contract is for the personal services of CONTRACTOR; therefore, CONTRACTOR will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or to the same or any part thereof without° the prior written consent of CITY. A consent to oneassignment 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, posiage prepaid, by Certified mail, addressed as follows: TO CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONTRACTOR: Attention of the project director at the address of CONTRACTOR recited above SECTION 14. cONFLICT OF INTEREST 020604 lh 0053047 1 0 . 14.1 In accepting this Contract, CONTRACTOR covenanzs that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of the Services. 14.2 CONTRACTOR further covenants that, in the performance of this Contract, it will not employ contractors or persons having such an interest mentioned above. CONTRACTOR certifies that no one who has or will have any financial interest under this. Contract is an officer or employee of CI.TY; this provislon 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 ~5.1 As set forth in the Palo Aito Municipal Code, no discrimination will be made in the employment of persons under this Contract 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, CONTRACTOR agrees to meet all requ±rements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit 15.2 CONTRACTOR agrees that each contract for services from independent providers will contain a provision substantially as follows: ~[Name of Provider] will provide CONTRACTOR with a certificate stating that [Name of Provider]. is currently In compliance with all Federal and State of California laws covering nondiscrimination in employment; 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 CONTRACTOR is. found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of Federal law or executive order in the performance of this Contract, it will be in default of this Contract. Thereupon,. CITY will have the power to cancel or suspend this Contract, in whole or in part, 020604 lh 0053047 1 1 or tQ 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 ofthis Contract. SECTION 16.MISCELLANEOUS PROVISIONS 16.1 CONTRACTOR 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 access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONTRACTOR will comply with or ensure by its advice that compliance with such provisions will be effected pursuant to the terms of hhis Contract. 16.2 Upon the agreement of the parties, any controversy or claim arising out of or relating to this Conhract 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, excliding 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 ofthis Contract may recover its reasonable costs and attorneys’fees expended in connection with that action. 16.6 This document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or 0ral. This document may be amended only by a written instrument, which is signed’by the parties. 020604 lh 0053047 12 16.7 All provisions of this Contrict, whether covenants or. conditions, will be deemed to be both covenants and conditions. 16.8 The covenants, terms, conditions and provislons of this Contract will. apply to, and will bind, the heirs, successors, executors, administrators, assignees, and subcontractors, as the case 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 and any amendments thereto will remain in full force and effect. 16.10 All exhibits referred to in this Contract and any addendA, appendices, attachments, and schedules which, from time to time, may be referred to in any duly.executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part Qf this Contract. 16.11 This Contract may be executed in any number of counterparts] each of which will be an original, but all of- which together will constitute one and the same instrument. 16.12 This Contract is subj.ect to the fiscal provisions Of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end :0f 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 16.12 will take precedence in the event of a conflict with any other- covenant, .term, condition, or-provision of this Contract. // // // // // // 020604 lh 0053047 13 IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date. first above written. ATTEST:CITY OF PALO ALTO City Clerk APPROVED AS TO FORM: Senior.Asst. City Attorney APPROVED: Assistant City Manager Mayor GEODESY By: ~~ ~\~--~ Its: ~._~_~ Taxpayer I.D. No. 94-3191197 DirectoY of Administrative Services Insurance Review Attachments: EXHIBIT "A" ¯ EXHIBIT "B" : EXHIBIT "C" ¯ EXHIBIT "D" : SCOPE OF WORK. FOR FISCALYEAR 2002-2003 PER TASK BUDGET INSURANCE NONDISCRIMINATION COMPLIANCE FORM 020604 lh 0053047 14 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF ) ) ) On ~ /~/2~2___ , 2002 before me, the undersigned, a~otary public in and for said County, personally appeared ~ ~..~~ personally known to me (or proved to me on the basis of satisfactory__evidence) to be the person(~owhose name(~ is/ar~ subscribed to the within instrument, and acknowledged to me that ~-/she/th~ executed the same in his/h~/th~ir authorized capacity(in, and that by his/~/t~ir signature(~, on the instrument the person(Mg-, or the entity upon behalf of which the person(i~ acted, executed the instrument. WITNESS my hand and official seal. Santa Clara cc~n~2oO3 L 020604 lh 0053047 15 . April 25, 2002.Exhibit A Page 1 Scope of Work for Fisca Year 2002 - 2003 This scope of work describes the tasks to be performed by Geodesy in support of the PAGIS project for fiscal year 2002 - 2003. The focus for the year is on extending access to the GIS data through Personal Digital Assistant (PDA) devices and on task- specific automation such as atlas sheet production and Minor Order creation. The total cost for this scope of work is $102,000.00. The cost basis is 8.16 hours at the rate of $125,00 per hour.. Time will be billed on a monthly basis for hours worked. Task :1 : PDA Map PDA Map will allow City staff to view their existing live GIS data through a set of web pages designed for use on wireless PDAs. The HTML web pages produced by this application will be similar to those provided through NetMap, but organized, to fit and be easy to’use on.a PalmOS:based PDA (like Palm or Visor) or on a Windows CE PDA (like iPAQ).., In brief, PDA Mal~ will support:.. ¯char~ging themes (like to a utility, police incident, or permit location theme) ¯zooming to an address by selecting a street and street number from a list ¯zooming to a cross street.by selecting two streets from lists ¯~ooming in.for more map detail , ¯zooming out for less map detail ¯querying a featdre (like a manhole or parcel) to list its attribute values ¯sh9,w,.i..ng Q.rthophoto.backgrounds (as currently served by the imag.e...S..erver) PDA M~p Will run on the existing NetMap server PC under IIS. We assume that the City will provide the PDA devices to be used for prototype development as well as the wireless connection back to the server. Additionally, a prototype for the field collection of-attribute information such as pavement conditions will be developed. Task 2:. Map Book Automation This application will provide for printing map books. A map book may contain a cover sheet and any number of pages (atlas sheets) that match edge-to-edge to provide continuous coverage of the mapped area (e.g. the Firerun map book or the water valve map book). The Map Book appliCation will allow users to print one or all the sheets in any number of map books. Each atlas sheet may have its own scale and rotation. April 25, 2002 Exhibit A Page 2 Task-3: Multi-Jurisdictional Feature Dictionary Model The City of Palo Alto has acquired GIS data.from adjoining jurisdictions and is likely to have on-going relationships that promote data sharing. This task provides for the development of Feature Dictionaries for each jurisdiction and automation for integrating these dictionaries with Palo Alto’s. The integrated dictionary will allow users to easily add adjacent jurisdiction data into GIS views using the View Contents form that is available in all the existing GIS applications. Task 4: GIS Administrator’s QC Application - Additional Operations QC is an existing GIS administrator application that scans Encompass feature tables and reports and repairs data errors. Currently, the application finds and fixes invalid dates ’and invalid graphic primitives (like leader lines that should be lines); QC may be enhanced to: ¯¯.features outside the GIS coordinate range ¯primitives with no vertexes ¯single vertexlines i- ¯invalid polygons (three or fewer vertexes, self intersection, no closing vertex) ¯attribute.values out of range or:not in a legal value list ¯missing nodes at link ends ¯unlinked nodes Task 5: CD Publisher The City of Palo Alto would like to publish its GIS data on a periodic basis for use by ........ ¢oii~-ttltaT-rrts~-al~d-~po-ssibty--by~et~m’~btic~"=]~h~btishe~~~’~w .... application that automatically creates a set of folders either on a hard disk or d rectly on a CD.that contains the City’s GIS data in the following formats: ¯an Encompass MDB ¯a set of AutoDesk DXF files ¯an Intergraph GeoMediaffie ¯a set of ESRI shape file~ ¯a set of ESRI Personal Geodatabase files Although tr~e CD Publisher will support copying and compressing files in any format, the orthophotos will not be included on the disk initially due to space limitations. If the City moves to DVD format or decidest0 produce multiple CDs, CD Publisher can be configured to include the orthophoto files. The GIS administrator will control the data to be placed in the CD folders through meta data. April 25, 2002 Exhibit A Task6: Minor Order Automation Page 3 In FY 2001-2002, Geodesy created macros for the generation of Minor Orders. This task extends these macros to label utility lines, zoom and rotate the view to parcels based on a selected list of parcels, and, where possible, automatically fill in street names. Task 7: Data Maintenance Macros A number of macros for the entry of gas and water laterals were created in FY 2001- 2002. These macros place metersgiven an offset from a property line and automatically place riser, reducer, and service pipe features. This task provides time for enhancing the existing macros and for creating new macros to speed the placement of other utility features. Task 8: AutoCAD Project Setup and DXF Extensions and Support The City has selected Aut6CAD as its CAD replacement for GDS. In support of this transition~ CADMasters was retained to implement layer conventions and provide software to encourage the use of these standards. In conjunction with CADMasters, Geodesy. provided an application to.display the GIS data directly in the AutoCAD drawing window for the purpose of selecting features from the GIS to seed infrastructure CAD projects. This task provides ~ime to extend the CADMasters/Geodesy capabilities in response to user requests. - The more active use of AutoCAD has also increased the use of the DXF conversion software built into the Encompass applications. In addition to the CADMasters extensions, Geodesy will enhance the DXF In and DXF Out software components to provide,op.tions~for~sin g!e-.tat~le~imperts,~a.nd~unl~eek.e~l~fe~,~.re~e×pej~-t~s, ..................... Task 9: ESRI Geodatabase Converter The City of Palo Alto would like to be able to use their ESRI ArcGIS Software in .conjunction with their GIS data. To this end, Geodesy will implement a two-way converter between the City’s Encompass. database format and. the Personal Geodatabase ’format used by ArcGIS 8.x. The converter willallow GIS data to be exported to the Geodatabase format in either an ad-hoc mode or a more formal, Feature Dictionary-aware mode. The converter will allow the Geodatabase data to be imported into Encompass in an ad-hoc mode. Task 10: CIS/GIS Integration Data Model The City has an interest in coordinating the location and owner data used in their Customer Information System (CIS) with the data managed by the GIS. The first step towards this goal. is to describe the data requirements in both systems. This taskwill create documentation describing the portion of the two data models that overlap and suggest possible integration approaches. .Exhibit B Estim_ate for FY 02-03 25-Apr-02 Task 1 2 3 4 5 6 7 8 9 10 ! Description Cost i PDA Map _~28,000 ~Map Book Automation ...................................._ ....._17,OO_0. I Multi-Jurisdictio.nal Feature Dictionary Model I GIS Administrator’s QC Application - Additiona Operations I CD Publisher I Minor Order Automation !Data Maintenance Macros IAutoCAD Project Setup and DXF Extensions and Support t ESRI Geodatabase Converter. I CIS/GIS Integration Data Model Total Cost:l 3,000 5,000 2,000 5,000 5,000 5,000 5,000 7,000 ~102,000 Page 1 Exhibit ACORD ,. DIABLO VALLEY INS AGY PO BOX 23143 PLEASANT HILL, CA 94523 CERTIFICATE OF’ LIABILITY INSURANCE o1/2.;/~.oo2 THIS CEP,.TII’-ICATE IS ISSUED AS A MATTER OF INFORMATION ONLY AND CONFERS NO RIGHTS UPON THE C~RTIFICATE HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. GEOD~.SY ATTN : CHIP EITZEL 8 CALIPORN!A ST, STE 650 S~!q ~CISCO, CA 94111" ;OVERAGES INSURERS AFFORDING COVERAGE SCOTTSDALE INS. CO. THE POLICIES OF INSURANCE USTF-D S~J.OW PAVE BEEN ISSUED TO 7HE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOWVI’~HSTANDING ~ R~QUIREMENT, TERM OR CONDITION OF A~’~* COI’.’[RACT OR OT’~ER DOCUMEJ’,~r WiTH R~SPECT TO WHICH THIS CERTIRCATE MAY BE IS=UFO ORMAY pERTAIN. 7HE IN~LI~’~NCE }M=FORDED BY THE POLICIES DESCRIBED HEREIN I$.,qUSJECT TO ALL THE "HSRM S. EXCLUSIONS ,AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMFrS ,SHOWN MAY HAVE BEEN REDUCED BY PAiD CLAIM~.,. _ CLS0798023 -A BUS. PERS. PROP.CLS0q98023 BUS. IlgC W/EE 12-14-01 12-14-01 12-14-02 12-14-02 ’ GFNEI~,L AGGREGA’{~ =i,000,000 =~00,000 =5,000 $i,000,000 ~2,000,000 =2,000,000 $ $ = $ ORM/ACV $40,500 DED:$1,O00 ~-RTIFICA’H~ HOLDER I I ~.mo~*~ msuR~:=; msu~. LL~rT~.R: **ADDITIONAL INSUREDe* CITY OF PALOALTO 250 HAMILTON A~E. PALO ALTO, CA 94301 ~,CORD 25..3 CANCELLATION ~) ACORD CORPORATION 1988 Exhibit D CERTIFICATION OF NONDISCRIMINATION Certification of Nondiscrimination: As suppliers of goods or services to the City of Palo Alto, the firm and individuals listed below certify that they do not discriminate in employment with regards to age, race, c(~lor, religion, sex, national origin, ancestry, disability, or sexual preference; that they are in compliance with all Federal, State, and local directives and executive orders regarding nondiscrimination in employment. THE INFORMATION HEREIN IS CERTIFIED CORRECT BY SIGNATURE(S) BELOW. Firm: Signature: Name: Signature: (PRINT OR TYPE NAME) Name: Note: (PRINT OR TYPE NAME) California Corporations Code Section 313 requires two corporate officers toexecute contracts. *The signature of First Officer* must. be one of the following: Chairman of the Board; President; or Vice President. **The signature of the Second Officer** m.ust..be one of the following: Secretary; Assistant Secretary; Chief Financial Officer," or Assistant Treasurer. (In the alternative,, a certified corporate resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) CITY OF PALO ALTO PAGE 1 OF I