Loading...
HomeMy WebLinkAbout2001-09-19 City Council (2)TO: ATTENTION: City of Palo Alto City Manager’s Report HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: ADMINISTRATIVE SERVICES DATE:SEPTEMBER 19, 2001 CMR: 351:01 SUBJECT:APPROVAL OF PROFESSIONAL SERVICES AGREEMENT WITH GEODESY IN THE AMOUNT OF $102,500 FOR DEVELOPMENT SUPPORT OF NEW COMPUTER APPLICATIONS LINKED TO THE GEOGRAPHIC INFORMATION SYSTEM (GIS) RECOMMENDATION Staff recommends that Council approves and authorizes the Mayor to execute the attached agreement in the amount of $102,500 to a consulting service contract with Geodesy. DISCUSSION Project Description The Geographic Information System (GIS) provides accurate citywide property and infrastructure information to all City staff and the public. It is a 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 services to be provided under this agreement will further improve the integration of the GIS with these and other systems. Additional important information systems have been identified which require professional services support for similar integration including the Utilities Customer Information System (CIS), the Fire Department run maps, and Computer Aided Design and Drafting (CADD) for infrastructure management applications. This agreement’s scope of work was developed based on input from the citywide GIS Technical Advisory Committee which guides the prioritization of GIS- related projects. CMR:35!:01 Page 1 of 2 Geodesy has been instrumental in the development of Palo Alto’s GIS and related applications, including many of the applications previously mentioned. The scope of work under this agreement includes data integration between the GIS and Utilities CIS; creation of tools to enable the simple exchange of information between the GIS and CADD tools 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 improved query capabilities for the existing applications. Geodesy’s unique understanding of the City’s customized GIS system, their experience in developing GIS applications for the City, and their expertise in the City’s GIS software environment make it necessary to render the award as a sole source contract. RESOURCE IMPACT Tasks under this agreement total $102,500. 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:Agreement PREPARED BY" ’---DAVE MATSON GIS Manager; Information Technology DEPARTMENTAL HEAD APPROVAL: CARL YEA/~S Director CITY MANAGER APPROVAL:. EMILY HARRISON Assistant City Manager CMR:351:01 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 Ge.ographic 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 experience in performing the Services, and CONTRACTOR has offered to complete the Project on the terms and in the manner set forth 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, 2002, 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 wil! be in response to the needs of CITY that arise during the term of the Contract, and each 010907 cl 0032482 1 task shall be performed in a timely manner appropriate 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 "~’, either decreasing or increasing the amount of work required of CONTRACTOR. In the event that such changes are ordered, subject to the approva! ~of CITY’s City Council, as may be required, CONTRACTOR will be entitled to ful! 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 increase in compensation for substantial changes wil! be determined in accordance with the provisions of this Contract. CITY wil! 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 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 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 discovered by CITY after the construction contract is awarded by CITY, will be performed by CONTRACTOR, as fol!ows: (a) at no cost to CITY insofar as those 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 Additiona! Services, or both, wil! contribute minor or substantial benefit to the construction work. 010907 cl 0032482 2 SECTION 3. CONTRACTOR QUALIFICATIONS, STATUS, AND 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 individua!, 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 approva!, prior to execution of this Contract, a list of all individuals and the names of their employers or principals to be employed as subcontractors. 3.2 In reliance on the representations and warranties set forth 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 as the project director to have supervisory responsibility forthe performance, progress, and execution of the Project.Dr. Fergusson will also represent CONTRACTOR 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 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 all permits and licenses, pay all charges and fees, and give all notices which may be necessary and incident to the due and lawfu! prosecution of the Project; 3.4.2 Keep itself fully informed of all existing and future Federa!, 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 010907 cl 0032482 3 laws,ordinances, above;and regulations,orders and decrees mentioned 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 De!iverables. 3.5 Any Deliverables given to, or prepared or assembled by, CONTRACTOR or its subcontractor’s, if any, under this Contract wil! become the property of CITY and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approva! of the City Manager. 3.6 CONTRACTOR 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 are a 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. Al! subcontractors of CONTRACTOR will be deemed to be directly controlled and supervised by CONTRACTOR, which wil!be responsible for their performance.If any emp!oyee or subcontractor of CONTRACTOR fails or refuses to carry outthe provisions of this Contract or appears to be incompetent orto act in a disorderly or improper manner, the employeeor subcontractor will be discharged immediately from further performance under this Contract on demand of the project manager. 3.9 In the execution of the Project, CONTRACTOR and its subcontractors, if any, will at al! times be considered independent contractors and not agents or employees of CITY. 3.10 CONTRACTOR will 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. 010907 C10032482 4 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 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 of each review and approval task. CITY’s failure to review and approve within the estimated time schedule wil! 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 project manager for the City Manager. The project manager wil! 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 wil! 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- services 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 Five Hundred Dollars ($102,500). 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 Twenty (820) hours. CONTRACTOR’s work shall follow the time!ines set forth for each task, as shown on 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. 010907 cl 0032482 5 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. Payment wil! 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, or both, the parties wil! agree upon an estimated maximum cost for such extra work or changes. 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 personne! expense of these emp!oyees are salaries and mandatory and customary benefits such as statutory employee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 5.2 The schedule 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 will be made by CITY after CONTRACTOR has submitted all Deliverables, including, without limitation, reports which have been approved 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, 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 prepared, maintained, and retained by CONTRACTOR 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 010907 cl 0032482 6 (3) years following the expiration or earlier termination of this Contract. 6.2 The originals of the Deliverables prepared by or u~der the direction of CONTRACTOR ~in the performance of this Contract will become the property of CITY irrespectfve 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 have the 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 al! demands, claims, or liability of any nature, including death or injury to any person, property damage or any other !oss, caused by or arising out of CONTRACTOR’s, its officers’, agents’, subcontractors’ or employees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONTRACTOR in the performance of or failure to perform its obligations under this Contract. SECTION 8.WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract or of the provisions of any ordinance or law will not be deemed to be a waiver of any 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 provision 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. 010907 cl 0032482 7 SECTION 9.INSURANCE 9.1 CONTRACTOR, at its sole cost and expense, will obtain and maintain, in ful! force and effect during the term of this Contract, the insurance coverage described in Exhibit "C", 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 Wil! obtain and maintain, in full force and effect during the term of this Contract, identical insurance coverage, naming CITY as an additiona! 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 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 after filing with the CITY’s City Clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additional insured except in policies of workers’ compensation, employer’s liability, and professional liability insurance. Current certificates of such insurance will be kept on file at all times during the term of this Contract with the city clerk. 9.4 The procuring of such required policy or policies of insurance will not be construed to limit CONTRACTOR’s.liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONTRACTOR will be obligated for the full and total amount of any damage, injury; or loss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or loss arising after the Contract is terminated or the term has expired. SECTION I0.WORKERS’ COMPENSATION i0.i CONTRACTOR, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the 010907 cl 0032482 8 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. PROJECT SECTION ii.TERMINATION OR SUSPENSION OF CONTRACT OR 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 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 wil! receive compensation as follows: 11.4.1 For approved items of services, CONTRACTOR wil! 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 010907 cl 0032482 9 performed, CONTRACTOR 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. 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 wil! deliver to the city manager immediately any and all copies of the Deliverables, whether or not completed, prepared by CONTRACTOR or its subcontractors, if any, or given 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 fulfil! 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 one assignment wil! 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 wil! not be assignable by operation of law. SECTION 13. NOTICES 13.1 All notices hereunder will ~be given, in writing, and mailed, postage prepaid, by certified mail, addressed as fol!ows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Pa!o Alto, CA 94303 010907 cl 0032482 10 To CONTRACTOR: Attention of the project director at the address of CONTRACTOR recited above SECTION 14. CONFLICT OF INTEREST 14.1 In accepting this Contract, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financia! 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 financia! interest under this Contract is an officer or employee of CITY; this provision wil! 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 Alto Municipal Code, no discrimination will be made in the employment of persons under this Contract because of the age, race, co!or, 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 requirements of the Palo Alto Municipa! Code pertaining to nondiscrimination in emp!oyment, including completing the requisite form furnished by CITY and set forth in Exhibit "D". 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 al! Federal and State of California laws covering nondiscrimination in emp!oyment; and that [Name of Provider] wil! not discriminate in the emp!oyment of any person Under this contract because of the age, race, color, national origin, ancestry, religion, disability, sexual preference or gender of such person." 010907 cl 0032482 1 1 15.3 If CONTRACTOR is found in violation of the nondiscrimination provisions of the State of California Fair Emp!oyment Practices Act or similar provisions of Federal law or executive order in the performance of this Contract, it wil! be in default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to 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 wil! constitute evidence of a breach of this Contract. SECTION~I6.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 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. O10907 c10032482 12 16.6 This document represents the entire and integrated Contract between the parties and supersedes all prior negotiations, representations, and contracts, either written or oral. This document may be amended only by a written instrument, which is signed by the parties. 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 wil! 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 wil! 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 origina!, but all of 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 of Palo Alto and the Palo Alto Municipa! Code. This Contract wil! terminate without any penalty (a) at the end of any fisca! 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 fisca! year and funds for this Contract are no longer available. This Section 16.12 wil! take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. // !/ // 010907 cl 0032482 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: Mayor GEODESY Senior Asst. City Attorney APPROVED : By: Its: Taxpayer I.D. No. 94-3191197 Assistant City Manager Director of Administrative Services Insurance Review Attachments: EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : SCOPE OF WORK FOR FISCAL YEAR 200~-2002 SCHEDULE OF RATES AND HOURS PER TASK INSURANCE NONDISCRIMINATION COMPLIANCE FORM 010907 cl 0032482 14 CERTIFICATE OF ACKIqOW-LEDC-MENT Civil Code § 1189) STATE OF COUNTY OF ) ) ) /On x~2~-~-~-~J’/7, ~ oo/ ,before me, ~, o//. ~-~o , a notary public in and for sa~d County,personally appeared pgrsonally ....... known to me (or proved to me on the basis of satisfactory evidence) to be the person~ whose name(,~) is~ subscribed to the within-instrument, and acknowledged to me that he/~,~ey executed the same in his/ ~r authorized capacity(i~), and that by his/her/their signature~ on the instrument the person{~), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. 010905 cl 0032479 3 May 23, 2001 Exhibit A Page 1 Scope of Work for Fiscal Year 2001 - 2002 This scope of work describes the tasks to be performed by Geodesy in support of the PAGIS project for fiscal year 2001 - 2002. The focus for the year is on the integration of the GIS with the City’s new drafting application (AutoCAD), on applications designed to ease the administration of the GIS, and on support for the Planning Department with an emphasis on the migration of the GIS data into Oracle. The total cost for this scope of work is $102,500.00. The cost basis is 820 hours at the rate of $125.00 per hour. Time will be billed on a monthly basis for hours worked. Task 1:AutoCAD-Based Project Setup The City has selected AutoCAD as the Computer Aided Drafting replacement for GDS. The tentative target date for moving engineering project work from GDS to AutoCAD is January 2002. The City plans to use consulting services and software from CAD Masters Inc. in support of the new CAD standards and project environment. In this task, Geodesy will provide software and consulting to create a direct link from AutoCAD to the GIS data for purposes of seeding engineering projects with GIS data (project setup). This development will include: the integration of the existing GIS View Contents and GIS View Location components into AutoCAD to allow the GIS graphics to be drawn directly into the AutoCAD model space (as a backdrop, not as AutoCAD vectors). support for the creation of a new polygon or the selection of an existing polygon to be used as a fence for selecting features. import functions to load the selected features directly into the AutoCAD drawing file using the standards developed by CAD Masters. The GIS features will be placed on layers based on the information contained in the CAD Masters CAD/GIS cross- reference table. This software will be developed using AutoCAD’s embedded VBA (Visual Basic for Applications). The GIS data will be displayed directly in the AutoCAD model space, so users do not have to use a separate application for project setup. Allthe interface elements will be provided in AutoCAD through the addition of a toolbar. Task 2:Planning Special Project and Data Migration Support This task provides support for the Planning Department’s project work and for their GIS data migration activities. Project support may include programming, data editing, analysis, and translation. Recent examples of project work include residential construction activity maps, the South El Camino Real study, and the reconciliation of the rail corridor parcels with Metroscan data. May 23, 2001 Exhibit A Page 2 Possible migration support activities may ¯ include: data modeling for the Planning themes in the new GIS environment. translation automation. programming support for registering the Planning themes to the COGO map for both graphic and tabular data. customizing the new GIS environment to support the production of standard map products such as the Zone Map Book and mailing labels, as well as ad-hoc map products. programming support for the creation of cartographic features (like labels). The project support and data migration work will be performed as authorized and directed by the Planning Department’s GIS Project Manager. Task 3:Feature Dictionary Manager The Feature Dictionary (FD) is a database that contains metadata about the features managed in the GIS. FD consists of a set of tables that contain information like the name of the feature classes (e.g. "Assessor Parcels"), the attributes used by every feature class (e.g. "Diameter" and "Owner"), and the location of the data. Currently, FD data is managed by editing the FD tables directly in MS Access. This process can be time consuming and error prone. This task provides for a new interface that will make maintenance of the dictionary faster, easier, and less error prone. Task 4:NetMap Upgrades NetMap is a browser-based application that presents a simple interface for panning and zooming around the City’s GIS data. The interface was developed to follow the City’s strictest web standards (fixed size, no plug-ins or frames, ADA compliant). In this task, Geodesy will upgrade NetMap to improve the performance by decreasing the time it takes to draw each map view and to add the ability to display textual information about individual features on the map. Task 5:GIS Administrator’s QC Application The City’s GIS data has been migrated from GDS to Oracle over the past year. Now that it is being maintained exclusively in Oracle, there is a need for bulk data editing and quality control checks. Under this task, Geodesy will create an application that provides a framework for launching various edit and QC operations. Initially, a QC test to identify feature records that are missing geometry fields will .be developed. May 23, 2001 Exhibit A Page3 Task 6:Assessor’s Data Loader Currently, the City’s source for parcel attribute information is Metroscan. Metroscan data is often out of date when the City receives it and is difficult to automatically export and load.into the GIS tables that are used by both PAGIS and Accella (the permit tracking system). The City would prefer to use data provided directly from the Santa Clara County Assessor’s office. On a regular basis, the Assessor’s office can provide to the City an ASCII file that contains their latest parcel data. In order to use the Assessor’s data, the file must be loaded into a database and the existing data deleted, replaced, or appended. Since the County’s data model does not match the City’s, this is a tedious, somewhat manual process. Under this task, Geodesy will develop an application that will: provide an administrator’s interface to identify the parcel fields that should be automatically updated. ¯load the Assessor’s ASCll file into a database. ¯automatically update the identified parcel fields. ¯extract the owner information and update the normalized PAGIS owner table. ¯identify new or deleted parcel records so they may be graphically added or removed from the GIS. Task 7:GIS Feature Inter-Relationship Builder The GIS contains several sets of features that have relationships with other sets of features. For example, parcels may have one or more addresses, and addresses front on a single street centerline. These relationships are currently maintained in the GIS Oracle database by entering, altering or deleting the records directly in the tables. This is a tedious process that must be performed by a database administrator. This task provides for the creation of a user interface to add, modify and delete feature relationships. Through this interface any authorized user will be able to identify features to be related through a combination of graphic clicks on the map and selections from lists. Task 8:Luggage Tag Component A luggage tag is a grouped set of attribute values displayed as text on a map that is visually connected to a GIS feature. Geodesy will develop a component that lets the. user identify the attributes to be included in luggage tags and the tag style. Once the luggage tag definition is set, the user may place the tag by first clicking on a feature to be labeled and then dragging the label into place. If the user has opted for a tag style that includes a leader line, a leader will automatically connect the tag to the feature. May 23, 2001 Exhibit A Page 4 Task 9:Image Popups The City has a plethora of scanned documents and digital photos that are related to features. Examples include scanned Minor Orders and digital photos of heritage trees. Under this task, Geodesy will develop extensions to existing components to relate the images to features and to display the images when the user clicks on a feature in the map. The user will be able to save the image with the GIS data so that it is centrally backed up and access to images may be controlled through the GIS interface. These extensions will establish an interface and methodology that could eventually be applied to non-image files like CAD drawings, word processing files; and spreadsheets. Task 10:Adjust GPS Application for New Equipment The City has an existing application that supports the extraction of GIS data for use in equipment like hand-held GPS or total station survey units, and uploading data gathered by these remote devices into the GIS. The City is in the process of acquiring and installing new GPS equipment. This task provides time to modify and enhance the existing application to use the selected vendor’s preferred file format. Time to adjust the application interface based on user feedback is also included. Task 11:Standard Map Book Printing Under this task, Geodesy will extend ManyMap, an existing map layout application, to produce standard map book products like Block Books, Storm Drain maps, and Fire Run maps. The user will be able to select a map book product and then identify the pages to be printed. ManyMap will then automatically select a print frame, set the title, set the scale, extent, and rotation, and finally, add the plots to the selected printer’s queue. Task 12:Enhance Documentation This task provides time to update the existing documentation to include the work completed under this contract. Exhibit B Estimate for FY 01-02 Task Description Hours Cost 1 AutoCAD-Based Project Setup 200 25,000 2 Planning Project and Data Migration Support 3 Feature Dictionary Manager 80 10,000 4 NetMap Upgrades 80 10,000 5 GIS Administrator’s QC Application 40 5,000 6 Assessor’s Data Loader 60 7,500 7 GIS Feature Inter-Relationship Builder 60 7,500 8 Luggage Tag Component 80 10,000 9 Image Popups 80 10,000 10 Adjust GPS Application for New Equipment 80 10,000 11 Standard Map Book Printing 20 2,500 12 Enhance Documentation 40 5,000 Total 820 $102,500 Page 1 Exhibit D FORM 41 0 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, color, 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. Finn:........(~, (5 o~ ~. ~q DATE: Title of Officer Signing:. Signature: ~~~