Loading...
HomeMy WebLinkAboutStaff Report 4101 City of Palo Alto (ID # 4101) City Council Staff Report Report Type: Consent Calendar Meeting Date: 10/21/2013 City of Palo Alto Page 1 Summary Title: Utility SCADA Server & Work Station Replacement Title: Approval of a Utilities Enterprise Fund Contract with Efacec Advanced Control Systems, Inc. in the Amount of $107,647 for Software and Hardware Support Services for the City's Utility SCADA System (EL-02010) and 10% Contingency of $10,700 for Related, but Unforeseen Work; for a Total Authorized Amount of $118,347 From: City Manager Lead Department: Utilities Recommendation Staff recommends that Council approve and authorize the City Manager or his designee to execute the attached contract with Efacec Advanced Control Systems, Inc. (“Efacec ACS”) in the amount of $107,647 for software and hardware support services for the City’s Supervisory Control and Data Acquisition SCADA system. Staff also recommends that Council approve and authorize the City Manager or his designee to negotiate and execute one or more change orders to the contract with Efacec ACS for additional related, but unforeseen, work which may develop during the project, the total of which shall not exceed $10,700, equal to ten percent of the contract amount. Staff is therefore requesting a total authorization amount of $118,347 to cover the contract amount of $107,647 plus a 10% contingency amount of $10,700. Project Description The City’s SCADA system is used for real time monitoring of conditions and alerts to problems on the Electric, Gas and Water utility systems, and is critical for providing safe, reliable service to utility customers. The software and hardware support work to be performed under this contract includes replacement of the SCADA system’s servers, software and Utility Control Center (“UCC”) Operator Work Stations, software licenses, equipment upgrades and City of Palo Alto Page 2 performance testing and adjustments as needed to complete the upgrade. The work is necessary because the SCADA system servers must be upgraded on a periodic basis in order to ensure the reliable operation of the City’s Utility SCADA system. The existing servers were last replaced in 2008 and are beyond their recommended useful life. Staff estimates that this project will keep the SCADA system operating reliably for up to 5 years. Summary of Bid Process Maintenance of the current system is covered by an annual maintenance support agreement with Efacec ACS, which is managed by the IT Department. The annual maintenance agreement only provides for software updates, diagnostics and other support services necessary to keep the existing equipment operating efficiently; it does not cover the cost of replacing or upgrading the existing hardware or new software which was not previously licensed. There will be no charges or fees associated with reinstalling existing software already licensed and supported under the current annual maintenance support agreement. Ut ilities staff is therefore requesting a separate contract to cover this SCADA system upgrade. Efacec ACS is the only company with a history of both maintaining and providing services to their proprietary SCADA system used by the City. There is no other vendor who can provide this upgrade while continuing to offer integrated support and software upgrades for the current system. For this reason, staff recommends awarding a sole source contract to Efacec ACS as authorized by Section 2.30.360(d) of the City’s Municipal Code. Staff requested and received departmental level approval for a sole source contract with Efacec ACS on August 20, 2013. Utilities staff negotiated the proposed contract scope and price with Efacec ACS on March 13, 2013. The bid is 7.6 percent above staff’s original 2012 estimate of $100,000. Resource Impact Funding for this project is available in CIP Project EL-02010 FY2013-2014. This action will require approximately 100 hours of Utilities staff time, but the majority of work will be performed by Efacec ACS. Policy Implications The approval of this contract is consistent with existing City policies, including the Council- approved Utilities Strategic Plan to operate the system safely and replace infrastructure before the end of its useful life. City of Palo Alto Page 3 Environmental Review Environmental review of Council’s approval of this contract is not required, because the hardware and software support services to be provided do not meet the California Environmental Quality Act’s (CEQA) definition of a “project” pursuantto Public Resources Code Section 21065. Attachments:  Attachment A: Contract No. C14151100 Efacec (PDF) CITY OF PALO. ALTO. Co.NTRACT NO.. C141S1100 GENERAL SERVICES AGREEMENT THIS AGREEMENT made and entered into on October 21, 2013, by and between the CITY OF PALO ALTO,. Cnlifornla Chartered Municipal Corporation ("CITY"), and EFACEC, ADVANCED CONTROL SYSTEMS INC, a Georgia corporation, located at 2755 Northwoods Parkway, Norcross, Georgia, 30071. Telephone Number: 770-446-8854 ("CONTRACTOR"). In consideration of their mutual covenants, the Parties hereto agree as follows: 1. SERVICES. CONTRACTOR shall provide or ti.lmish the services ("Services") described in the Scope of Services, attached as Exhibit A. 2. EXHLBITS. The following exhibits arc attached to and made a part of this Agreemont: I81 "AII • Scope of Services [8J "8" -Schedule of Perfom18nce [8] "C" -Compensation ~ "D'~ -Insurance Requirements o "E" -Performance andlor Payment Bon.d o "F" -Liquidated Damages CONTRACT IS NOTCOMPLETf'.lJNLf'.SS A.LL £)(IfIBITS ARE ATTACHED. 3. TERM. The term of this Agreement is fTom October 21,2013 to April 30,2014 inclusive, subject to the provisions of Sections Q and V of the General Tenns and Conditions. 4. SCHEDULE OF PERFORMANCE. CONTRACTOR shall complete the Services within the term ofihis Agreement in Il reasonably prompt and timely manner based upon the circumstances and direction communicated to CONTRACTOR, and if applicable, in accordance with the schedule set fonh in the Schedule ofPerfonnance, attached as Exhibit B. Time is of the essence ill this Agreement. S. COMPENSATION FOR ORIGINAL TERM. CITY sball pay and CONTRACTOR agrees to accept as not to exceed compensation for the full performance of the Sorvices and reimbursable expenses, if any: o The total maximum lump sum compensation of dollars ($ ); OR The sum of amount of dollars ($ dollars ($ ) per hour, not to exceed a total maximum comp'ensalion ); OR A slim calculated ill accordance with the fee schedule set forth in Exhibit C, not to exceed a total maximum compensation amOuh[ of One Hundred Seven Thousand Six Hundred Forty Seven dollars ($107,647.00). CONTRACTOR agrees that it can perform the Services for an amount not to exceed the total maximum compensation set forth above. Any hours worked or services performed by CONTRACTOR for which payment would result in a lOla I exceeding the maximum amount of compensation set forth above for perform ... oe of the Services shall be at no cost to CITY. jgj The City has set aside the sum of Ten Thousand Seven Hundred doUars ($10,700.00) for Additional Services. CONTRACTOR shall provide Additional Services only by advanced, written authorization from the Ciiy Manager Or designee. CONTRACTOR,.t the CITY's request, Rev. July 11,2011 shall submit a detailed writtcn proposal including a description of the scope of services~ schedule, level of effOTt, and CONTRACTOR's proposed maximum compensation, including reimbursable expense, for such services. Compensation shall be based On the hourly rotes set forth above Or in Exhibit C (whichever is applicable), or if such rates are not applicable, ~ negotiated lump sum. CITY shall not authorize and CONTRACTOR shall not pel'fOml any Additional Services for whicb payment would exceed the amount set forth above for Addition'al Sel'Vices. Payment for Additional Services is subject to all requirements and restrictions in this Agreement. 6. COMPENSATION DURING ADDITIONAl. TERMS, I CONTRACTOR'S compensation rales for each additional term shall be the same as the original term; OR CONTRACTOR's compensation rates shall be adjusted effective on the commencement of each Additional Term. The lump sum compensation amount, hourly rates, or fees, whichever is applicable as set forth in section 5 above, shall be adjusted by a percentage equal to the change in the Consumer Price Index for Urban Wage Earners and Clerical Workers for the San FI~llcisco­ Oakland-San Jose area, published by the United States Depmtment of Labor Statistics (CPI) which is published most immediately preceding the commencemenl of the applicable Additional Term, which shall be compared with the (PI published most immediately preceding the c.ommencemont date of the then expiring tenn. Not>.vithstanding the foregoing, in no event shaH CONTRACTOR's compensation rales be increased by an amount exceeding five percent of the rat .. effeclive during the immediately preceding term. Any adjustment to CONTRACTOR's compensation rates shall be reflected in a written amc~dment to this Agreement. 7_ INVOICING. Send all invoices to the CITY, Attention; Project Manager. The Projcci Manager is: K.B. Paige, Dept.: Information Technology, Telephone: 650-329-2284. Invoices' shall be submitted in arrearS for Services performed. Invoices shall not be submitted more frequently than monthly. Invoices shall provide a detailed statement of Services performed during the invoice period and are subject to verification by CITY. CITY shall pay the undisputed amount of invoices wilhin 30 days of receipt. GENERAL TERMS AND CONDITlONS A, ACCEPTANCE. CONTRACTOR accepts and agrees to .lItorms and conditions of this Agreement. This Agreement includes and is limited to the terms and conditions set forth in sections I through 6 above, these general tenns and conditions and the attached exhibits. B_ QUALIFICATIONS. CONTRACTOR represenls and warrants that ii has the expertise and qualifications to complete the services described in Section I of this Agreement. entitled "SERVICES," and thm every individual charged with the performance of the services under this Agreement has sufficienl skill and experience and is duly licensed or certified! to the extent such hcensing Or certification is required by law, to perfoml the Services. CITY expressly relies on CONTRACTOR's representations regarding its skills, knowledge, and certifications. CONTRACTOR shall perform all work in accordance with generally accepted busines~ practices and pcrfonnance standards of the industry, in"eluding all federal? state, and local operation and safety regulations. C. INDEPENDENT CONTRACTOR. It is understood and agreed that in the performance of this Agreement, CONTRACTOR and any pelSon employed by CONTRACTOR shall al all tillles be considered an independent CONTRACTOR and nol an agent or employee of CITY. CONTRACTOR shall be responsible for employing or eng~ging all persons necessary to complete the work required under this Agreement. D_ SUBCONTRACTORS. CONTRACTOR may noi use subcontractorS to perform any Sel'Vices under this Agreeinent unless CONTRACTOR obtains prior wrillen consent of CITY. CONTRACTOR shall be solely responsible for directing the work of approved subcontractors and for any compensation due to subcontractors. Rev, My II. 2011 E. TAXES AND CHARGES. CONTRACTO~ shall be responsible for payment of all taxes, fees, contributions or charges applicable to the conduct of CONTRACTOR's business. F. COMPLIANCE WITH LAWS. CONTRACTOR shall in the perfomlance of the Services comply with all applicable federal, state and local laws, nrdinances, regulations, Md orde,·s. G. DAMAGE TO PUBLIC OR PRIVATE PROPERTY. CONTRACTOR shall, at its sole exponse, repair in kind, or as the City Manager or designee shall direct, any damage to public or private' property that occurs in connection with CONTRACTOR's perfonnallco of the Services. CITY may decline to approve and may withhold payment in whole or in part to such extent as may be necessary to protect CITY from loss because of defective work not remedied Or other damage to the CITY occutl'ing in conneotion with CONTRACTOR's performance of the Services. CITY shall submit written documentation in support of such withholding upon CONTRACTOR's request. When the grounds described above are removed, payment shall be made for amounts withheld because of them. H. WARRANTIES. CONTRACTOR expressly warrants that all services provided under this Agreement shall be perfom1ed in a professional and workmanlike manner in accordance with generally accepted business practices and perfonnance standards of the industry and the requirements of this· AgreemenL CONTRACTOR expressly warrants that all materials, goodS and equipment provided by CONTRACTOR under this Agreement shall be fit for the particular purpose intended, shall be free from defects, and shall oonfonn to the requirements of this Agreement. CONTRACTOR agrees to promptly replace or correct any material or service not in compliance with these warranties, including incomplete, inaccurate, or defective material or service,'at no further cost to CITY. The warranties set fOrjh in this section shall be in effect for a period of one year from completion of the Servic.es and shall survive th~ completion of the S~rvices Or termination of this Agreement. I. MONITORING OF SERVICES, CITY may monitor the Services perfomled under this Agreement to detennine whether CONTRACTOR's work is completed in a satisfactory manner and complies with the proviS.ions of this Agreement. ,J. CITY'S PROPERTY. Any reports, information, data Or other material (including copyright interests) developed. collected, assembled, prepared, or caused to be prepared under this Agreement will become the property of CITY without restriction or limitation upon their use and will not be made available to any individual or organization by CONTRACTOR or its subcontractors, if any, without the prior written approval of the City Manager. K. AUDITS. CONTRACTOR agrees to penni! CITY and its authorized representatives to audit, at any reasonable time during the tenn of this Agreement and for three (3) years from the dote of final payment, CONTRACTOR's records pertaining to matters covered by this Agreement. CONTRACTOR agrees to maintain accurate books and records in accordance with generally accepted accounting principles for at least three (3) following the tenns of this Agreement. L. NO IMPLIED WAIVER. No payment. partial payment, acceptance, or partial acceptance by CITY shall op"'ate as a waiver on the part of CITY of any of its rights under this Agreement. M, INSURANCE. CONTRACTOR, at its sole cost, shall purchase and maintain in full force during the tenn of this Agreement, the insurance coverage described in E~hibit D. InsurMce must be provided by compMies with a Best's Key rating of A·:VII or higher and which are otherwise acceptable to the City'S Risk Manager. The City's Risk Manager must approve deductibles Md self-inSured retentions. In addition, all policies, endorsements, certificates and/or binders are subject to approval by the Risk Manager as to fonn and cOn ten!. CONTRACTOR shall obtain a policy endorsement naming the City of Palo Alto as an additional insured under My general liability or automobile policy. CONTRACTOR shall obtain an endorsement stating that the insurance is primary coverage and will not be oanceled or materially reduced in coverage or limits until after providing 30 days prior wtitten notice of the cancellation or modification to the City's Risk Manager. CON'fRACTOR shall provide certificates of such policies nr other evidence of coverage satisfactory to CITY's Risk Manager, together with the required endorsements and evidence of payment of premiums, to CITY concurrently with the execution of this Agreement and shall throughout the tem of this Agreement provide current certificates evidencing the required insur.ance coverages and endorsements to the CITY's Risk Manager. CONTRACTOR shall includc all subcontractors as insured Rev. July 11,2011 under its policies or shall obtain and provide to CITY separate certificates and endorsements for each subcontractor that meet all the requirements of this sectioo. The procuring of such required policies of insurance shall not operate to limit CONT~CTOR's liability or obligation to indemnify CITY under this Agreement. N. HOLD HARMLESS. To the fullest extent permitted by law and without limitation by the provisions of section M relating to insurance, CONTRACTOR shall indemnify, defend and hold harmless CITY, its Council members,. officers, employees Ell1d ·agents from and against any and all demands, clairtls, injuries, losses, or liabilities of any nature, including dcath or injury to any persOll, property damage or any other loss and inCluding without limitation all damages. penalties, fines and judgments, associated investigation and administrativc cxpenses and defense COS1S, including, but not limited to reasonable attorney's fees, couns costs and costs of alternative dispute reSOlution), arising out of, or resulting in any way from Or in connection with the performance 01' this Agreement. The CONTRACTOR's obligations under this Sec.tion apply regardless ofwhethet Or not a liability is caused or contributed to by any negligent (passive or active) act Or omission of CITY. except that the CONTRACTOR shall not be obligated to indemnitY for liability arising from the sole negligence or willful misconduct of the CITY. The acceptance of the Services by CITY shall not operate as a waiver of the right of indemni'fication. The provisions of this Section survive the completion of the Services or termination of this Contract. O. NON-DISCRIMINATION. As set forth in Palo Alto Municipal Code section 2.30.510, CONTRACTOR certmes that in the performance of this Agreement, it shail not discriminate in the employment of any person because of the race., skin color, gender, age, religion~ disability, national ori·gin. ancestry, se>"''lJal orientation, housing status, marital status, familial status, weight or height of such perSOn. CONTRACTOR acknowledges that it has read and understands the provisions of Section 2,30.510 of the ralo Alto Municipal Code relating to NondiscriminRtion Requirement<; and the penalties for violRtion thereof, and agrees to meet all requirements of Section 2.30.510 p.ertaining to nondiscrimination in employment. P. WORKERS' COMPENSATION. CONTRACTOR, by executing this Agreement, 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 Rccordance with the provisions of that Code, and certiftes that it will comply with such provisions, as applicable, before commencing and during the performance of the Services. Q. TERMINATION. The City Manager may terminate this Agreement without cause by giving ten (10) days' prior written notice thereof to CONTRACTOR. If CONTRACTOR fails to perform any of its material obligations under this Agreemen~ in addition to all other remedies provided by law, the City Manager may tenninate this Agreement immediately upon written notice of tennination. Upon receipt of such notice of termination, CONTRACTOR shall immediately discontinue performance. CITY, CITY shall pay CONTRACTOR for services satisfactorily perfurmed up to the effective date of termination. If the termination if for cause, CITY may deduct from such payment the amount of actual damage. if any, sustained by CITY due to Contractor's failure to perform its material obligations under this Agreement, UpOn termination, CONTRACTOR shall immediately deliver to the City ManageI' any and all copies of studios. sketches, drawings, computations, and other material or products, whether or not completed, prepared by CONTRACTOR or given to CONTRACTOR, in connection with this Agreement. Such triaterials shall become the property of CITY. R. ASSIGNMENTS/CHANGES. This Agreement binds the· parties· and their sucCessors and assigns to all covenants of this Agreement This Agreement shall not be assigned or transferred without the prior written consent of the CITY. No amendments, changes or variations of any kind are authorized without the written consent of the CITY. S. CONFLICT OF INTEREST. In accepting this Agreement, CONTRACTOR covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financial or otherwise, which would conflict in any manner or degree with the performance of this Contract, CONTRACTOR further covcnants tha~ in the performance of this Contract, it will not employ any person having such an Interest. CONTRACTOR certifies that no City Officer, employee, Or authorized representative has any financial interest in the business of CONTRACTOR and th.t nO person associated with controctor has any interest, direct or indirect, which could conflict with the faithful performance of this Contract. CONTRACTOR agrees to advise CITY i'fany conflict arises. RC\I. July II, 21)11 T. GOVERNING LAW. This contract shall be governed and interpreted by the laws of the State of California. U. ENTIRE AGREEMENT. This Agreement. including all exhibits,. represents the entire agreement between the panies with respect to the serVices that may be the subject Oflhis Agreement. Any variance in the exhibits does not affect the validity of the Agreement and the Agreement itself controls ovor any c<;mflicting provisions in the exhibits. This Agreement supersedes all prior agreements, representations, statements, negotiations and undertakings whether oral or written, V. NON-APPROPRIATION. This Agreement is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Mun.icipal Code. This Agreement will tenninate wiihout any penalty (a) at the end of any fiscal year irt the event that funds are not appropriated for the following fiscal year, or (b) at any time within a fiscal year in the event th~t funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section shall take precedence in the event ofa conflict with any other covenant, tenn, condition, or provision of this Contract. W. ENVIRONMENTALLY PREFERRED PURCHASING AND ZERO WASTE REQUIREMENTS. CONTRACTOR shall comply with the City's Environment~lIy Preferred Purchasing policies which arc available at the City's Purchasing Department which are incorporated by reference Md may be amended from time to time. CONTRACTOR shall comply with waste reduction. reuse, recycling and disposal requirements of the City'S Zero Waste Progt·am. Zero Waste bcst practices include first minimizing and reducing waSle; second, reusing waste and third, recycling or composting waste. In particular, Contractor shall comply with the foll owing zero waste requirements: • All printed materials provided by Contractor to City generated tTom 8 personal computer and printer including but not limited to, proposals, quotes} invoices. reports, and public education materials, shall be double-sided and printed on a minimum of 30% or gre~tE:r post-consumer content paper, unless otherwise approved by the City's Project Manager. Any submitted materials printed by a professional print"ing ~ompany shall be a minimum of 30% or greater post-consumer material and printed with vegetable ba •• d inks. • Goods purchased by Contractor on behalf of the City shall be purchased in accordance with the City's Environmenta1 Purchasing Policy including but not limited to Extended Producer Responsibility requirements for products and packaging. A eepy of this policy is on file at the Purchasing Ollice. • Reusable/returnable pallets shall be taken back by the Contractor, at no additional cost to the City, for reuse or recycling. Contractor shall provide documentation from the facility accepting the pallots to verify that pallets are not being disposed. X. AUTHORITY. The individual(s) executing this Agreement represent and warrant that they have the legal capacity and authority to do so 011 behalf of their respective legal entiti.es. V. CONTRACT TERMS: All unchecked boxes do not apply to this Contract IN WITNESS WHEREOF, the parties horeto have by their duly authorized reprcsentatives executed this Agreement on the date first above written. CITY OF PALO ALTO EFACEC ADVANCED CONTROL SYSTEMS By iJ'tJ)fJC City Manager Name fel!! 'f\ k ).". Su.bk '\-.4- Title if S«!~5 ~ y)'\ac-ke..i,~_ Approve as to Form Rev. July 1 l. 20 II EXHIBIT A SCOPE OF SERVICES Under Ihe lerms and condiiions of this General Services Agreemenl, C141511 00, Efacec Advanced Conlrol System" (CONTRACTOR) shall conlinue to provide the following software and hardware support services for the CitY's SCADA 's System: Date: September 201 2013 ACS Quotes: 1]·0244 ft 1]·0246 Customer P.O. or Contract #: ACS Payment 20% Due at Receipt of Order F.O.e, (X) Norcross Schedule: 33% Due at Receipt of Hardware at ACS Factory Ship Via: Best Way 35% Due at Delivery of System f(om ACS Factory 10% Due at Customer AcCeptance of system, or 90 Days after system dellvery Customer Requested Date: Sales Tax %: Not Included ACS Estimated Shipping Date: 120 Days ARO Shipping Charges: Invoice at Cost. {de~eodi[!s QO ~~ EA£Sg!Y ~chedul~ at time of order} minimum of S20 Item I Qty I Description Unit Price I Total Scope of Work for S~tem Upgrade of PRISM Linux system 1 PRISM SCADA Moster 2 HP ProLiant DL3BO G7 Server equipped With: Intet X.on ES649 (1 P·6C, 2.53 GHz, BOW) proce"or 16GB 4 x.4GB PC3·10600E 2~.nk memory Two (2) 300GB 6G SAS 15k 2.5" HD, 512MB Flash DVD·RW drive Two (2)10/100/1000 NIC Raid 1 Confjgurat1on Red Hat Enterprise linux v5 ES 2 PRISM Historfan Sel"Vel' 1 HP ProLiant DL380 G7 Server equipped with: Intel Xeon ES649 (1 P·6C, 2.53 GHz', 80W) processor 16GB 4 x 4GB PC3·106ooE 2Ronk ",emory Six (6) 300GB 6G SAS 15k 2S' HD, 512MB Flosh DVD·RW drive Two (2)10/100/1000 NIC Raid 5 Configuration Red Hat Enterprise Unux v5 ES 3 PRISM Report Server' 1 HP ProLiant Dl380 G7 Server equipped with: Intel Xeon ES649 (1 P·6C, 2.53 GHz, BOW) processor 2 x 4GB (2Rx4) PC3·10600R·9 memory Two (2) 300GB 6G 15K rpm SAS 2.5" DP HDD, Roid 1 DVD·RW drlvo Two (2)10/100/1000 NIC Microsoft Windows Server 2008 Std Ed Roy. July 11.2011 Item Qty Description Unit Price Total 4 Operator / Dispatch Workstation 3 HP 1.620 PC workstation (or equivalent) configured w1th: Intel Xeon E5-2630 (6(. 2.4GHz. 12MB/H)l) processor 8GB (2x4GB) DDR3·1333 ECC memory Two (2) 600GB 15k ill disk drives LSI 9212-41 4-port SPS/SATA drive conuolter card 16x DVO+/-RW drive NVIOIA QuadrO NVS 4SO 512MB graphics card USB standard k!!yboard and optical scroll mouse Red Hat Enterprise Llnux v5 Workstation Opt1on 5 Monitors for Workstation!. b 24" LCD monitors b N@otwork and Miscellaneou~ Hardware 2 Network Switch with 10/100/1000BaseT ports 1 Lot PRIs.v. Linux Restore Plus 1 Lot Cables and miscellaneous hardware for system integration in equipment cabinets. 7 Exlstfng Equipment Based on ACS drawings, the existing system currently has (2) PCls, (2) Equinox Hubs, a ,yPN router, and a peripheral switch B Existing PRISM Software L.icenses Lot The fol(owlng system software will be upgraded to the latest revision of ACS software (r~lslon 10 for Llnux) per the customer"s full support agreement. Redunda:nt PRISM SCADA. Standard Vector Graphics System, Dynamic Mapboard Driver, Distributed Database/OJ Open Office, ePRISM, Short Term LOlld Forecasting, Web Portal with 6usiness Oblects, Oiael!! 9 Upgrade PRISM R.eport Serveor Software (Portal) 1 PRISM Report Sel'Ver Licenses: 51+ Users · Report Server · Web R'eports (tabular, Xtab, Charts. etc) · Report Schedulei (Emall, Yersioning) · Application Server Report Dashboard 10 New PRISM Web Service Gataway Software 1 PRISM Web Service GlIteway Server Ucense ·includes: Application is licensed for a NISC OMS Interface Application is licensed for Status/Telemetry Application is licensed for. a sIngle PRISM Node Rev. July 11.2011 Item Qty Description Unit Price Total " ACS Certified System Upgrade Services Lot Design 8: Consultation: R@view existing drawings and update as necessary to make certain that they accurately depict the current system, ensuJing that ACS Is aware of any prior configuration chang@~ and existing interfaces that could impact system design. Review 'any outstanding tss,u@s and spedal customer requirements, Identifying the appropriate solutions. Lot Ensineering and Docum@ntatlon: Equipment manufacturing &: testing, system engineering and integration testing of the stased equipment at ACS' facUitles,. Provide new product documentation and ACS hardware & software manuals where required. Lot Post Installation, Testing and Certification: After installation and start· up, services, the Cus~omer Engineer will (est the reo configured system and make adjustments as needed in order to t!nsure that the system is performing AS expected. The Engineer will make backup caples' for the customer and for AC.S, and hold a closeout meetini' prior to departure. Lot Additiona.l Services: Customer wiH receive 24x7 HelpDesk Phone support for seven (7) consecutive days upon completion of Installation. Customer wlll receive foHow-up from ACS Quality Assurance and Customer Service to verify that the upgraded system continues to function properly. 12 Onslte Engineering Services LOt ACS has Included the tlme that wtU be required to in~tall software) and test the new SCAOA Master systeom and PRISM software. Portal Services Lot ACS has Included the time that wiH be required to Instan and test the new Portal Serier t!lnd Reporting softWare With the SCADA Master system and PRISM software. Includes: Software Installation PRISM Portal confii/uration and reports Engineering Service"s for Web Gateway Lot Assistance with modifying the PRISM system Interface confisuratlon to handle the data mapping Technical assistance with Mult;Spe8k~ vendor Interface onty- no cad ins assistance SCAO"A UtiUty tools, and Documentation Services Rev" July 11,2011 EXHIBIT B SCHEDULE OF PERFORMANCE CONTRACTOR shall perfonn the Services according to the following schedule: Term of Coverage: October 21,2013 through April 30, 2014. I 0 [T •• t, .me • j>uration... : 5''''' FIn~" ... I Pred.eces.sOf'l!l ... , ~ -Palo Alto Preliminary SCAOA Upgli!d& Schedule I 104 days Mon 10/28/13i Frl4/4/14 2 -EFACEC ACS Internal Processes 9 days Mon 10/22113 Thu 11"/13 9 Re-r;:eipl of PO from the C*y of Pllio Alto ----,-J 1 day 1,lon 10/28/13 Mon 10/261131 4 a Project Released 10 Projoecll.lsollgerr.ent 3day& TUe 10/29/13 Thu 1013111313 3 Project A&&igni!d 10 II Proj6ct Manager 2 d~ys Fri 11/1113 "Ion 11/4113 4 6 Project Maneger review and approvsl of Project 3 dll~'s Tue 11/5113 Thu 11nl131S 7 .. Project Plllnning 1 day Fri 11/15/13 Fr111i16/13 8 !a Project KICk Of! Call 1 day Fri 11/15/13 Fr111115/13 8FS+5 days 9 -Procurement of Equipment and Materials 40 d~ys Mon 11/18/13 Mon 11271141 ,0 I!l'iI Place 411 Hardware on order S days Mon 11/16113 fr111122J1318 " Reclept of 1I111'lIudwllra 7wk& Mon 11126113 Mon 1127/1'1 0 12 -prepare System forlnteg~tlon 3 day. Tue 1/28/14 Thu 1/30/141 ,3j Stage IJy5111m on Factory Floor 3 days Tu! 1128J1! Thu 1/30/14 11 -------, ,d -Integrate and Upgrade System 1"9 daya Frl1/31/14 Wed 2126114 13 Load OS and PRISM <$ dlloysl Fri 1/31/1':' 'IVed2J'S/1413 16 Convert dalabll5-S 10 PRISJ.110 and loae! 3 days. Thu ZiOJ1t; Mon 2J10/1 4 15 ~ Con1lgur! PRISM 6 days. Tue Vll1it; TU62/18.114 .16 18 Load &. Configure' Histo-rian Servers 3 days 'Ned 2119/14 F rl 212 "14 17 '9 L~ad & Confrgure PORTAL Servers 3 days I Mo.n 212t/14 Wed 212611': 18 ----20 Setup f,lul lSpttllK Softwart 4 days Tue 2/1 1114 Fn2J14I14116 2' PRISt! modifir;alions 10 IlUp~ort L\uitiSOfak 2 days "'on 2/17/14 Tue :2118/14 ·20 22 Integr81.e s)'stem Wl1ether " days I I/o[,d 2119/14 1.I0n 212411 ~ 21 23 -System Testing 10 d8)'s Tue 2126114 Mon 31101141 21 + fAT (nGn cus.lcmer witnell$ed} 50 day!> Tue Z,'25J1.4 Mon 3r.ilH 22 FAT Variance Correctton (fion-cuJlomer \'Iilnnsed) SdaY'-Tue: 3/(/104 1.Ion 3-i10/14 2.4 26 -Relocs1s Equipment 14 days Tue 3J11f14 FrI3J28/'-4 27 Pack s~tem fer shipment ~ days "iue 2'.111114 Fri;:JUJ1': 25 28 Shipment 01 S;,'stem , wk 1o10n 31'17/"1.:. F"tl :!J21JHh7 23 Pa.1o AHc to place equipment in '1I'!:i final poso,n Sd.!lY!i; 1.lon 3l2411~ Fri :?J2e.t1.; 28 30 -s.ystem Commissioning and SAT 5 days i ,",on 3f3'/14 Frl4l4/14 3! Onsitll CCrnrn&sionifl~ 01 sy!!>tem &. SAT 5 tays-; ).Ion 1I~1/1~ Fri4J.{Jl04 12& Rev, July 11,2011 EXHIBITC SCHEDULE OF FEES Compensation based upon fee sch.edule CITY shall pay CONTRACTOR according 10 the following schedule. The maximum amount of compensation to be" paid to Contractor, including both payment for services and reinlbursnble expenses •. shall not exceed One Hundred Seven Thousand Six Hundred Forty Seven Dollars ($107,647.00). Any services provided or hours worked for which payment would result in a total exceeding the maximum amount of compensation set forth herein shall be at no cost to City. Additional Services is set at Ten Thousand Seven Hundred dollars ($1 0,700.00). EXHlBITD INSURANCE REQUIREMENTS CONTRACTORS TO THEClTY or PALO AI"TO (CITY), AT THEIR SOLE EXPENSE, SHALL FOR THE TERM OF THE CONTRACT OBTAIN AN!) MAINTAIN INSURANCE IN THE AMOUNTS FOR THE COVERAGE SPECifiED BELOW, AFFORDED BY COMPANIES WITH AM BEST'S KEY RATING OF A-:VII, OR HIGHER, LICENsEO OR AllTHORIZED TO TRANSACT INSURANCE BlI~INESS IN TI:IE STATE OF CAl..iFORNIA , AWARD IS CONTINGENT ON COMPLIANCE WITH CITY'S INSURANCE REQUIREMENTS, AS SPECIriED. BELOW' MINIMUM LIMITS RI;QUIREO TYPE OF COVERAGE REQUIREMENT EACH YES YES YES YES NO YES OCCURRI;NCE AGGREGATE WORKER'S COMPENSA 1'10N STATUTORY EMPLOYER'S LIABILITY STATUTORY BODILY INJURY SI,OOO,OOO $'1,000.000 GENERAL LIABILITY, INCLUDING PERSONAL INJURY. BROAD FORM PROPERTY DAMAGE SI.OOO,OOO SI,OOO,OOO PROP.RTY DAMAGE ~LANKET CONTRACTUAL, AND FIRE LEGAL ~ODlLY INJURY & PROPERTY $1 ,000,000 $1,000,000 LIABILITY DAMAGE COMBINED. BODILY INJURY $1,000,000 $1,000,000 EACH P<.RSON $1,O{IO,oon $1,000,000 AUTOMOBILE LIABILITY, -EACH OCCURRENCI; $1.000.000 $1,000,000 iNCLUDING ALL OWNED. HIRED, NON·OWNED PROPI;RTY DAMAGE $1,000,000 $1.000,000 BODILY INJURY AND PROPf.RTY $1.000,000 $1,000,000 DAMAGE. COMBINED PROFESSIONAL LIABILITY. INCl.UDING, ERRORS AN'D OMISSIONS, MALPRACTICE (WI'IEN APPLICABLF.), ANI) N£GLlGENT PERFORMANCE ALL DAMAGES SI ,OOO.OOO THE CITY OF PALO ALTO IS TO BE NAMED AS AN ADDITfONAL rNSURED: CONTRACTOR, AT ITS SOLE COST AND EXPENSE, SHALL OBTAIN AND MAINTAIN, IN FULL FORCE AND EFFECT THROUGHOUT THE ENTIRE TERM OF ANY RESULTANT AGREEMENT, THE INSURANCE COVERAGE HEREIN DESCRIBED, INSURING NOT ONLY CONTRACTOR AND ITS SUBCONSULTANTS, IF ANY, BUT ALSO, WITH THE EXCEPTION OF WORKERS' COMPENSATION, EMPLOYER'S LIABILITY AND PROFESSIONAL INSURANCE, NAMING AS ADDITIONAL rNSUREDS CITY, ITS COUNCIL MEMBERS, OFFICERS, AGENTS. ANb EMPLOYEES. I. INSURANCE COVERAGE MUST INCLUDE: A, A PROVISION FOR A WRITTEN THIRTY !)AY ADVANCE NOTICE TO CITY OF CHANGE IN COVERAGE OR OF COVERAGE CANC;ELLATION: AND B. A CONTRACTUAL. L1ABILlTY ENDORSEMENT PROVIDIN(i INSURANCE COVERAGE FOR CONTRACTOR'S AGREEMENT TO INDEMNIFY CITY. C. DEDUCTIBL.E AMOUNTS IN EXCESS OF $5,000 REQUIRE CITY'S PRJOR APPROVAL. II. CONTACTOR MUST SUBMIT CERTIFICATES(S) OF INSURANCE EVIDENCING REQUIRED COVERAGE. III. ENDORSEMENT I'ROVISIONS, WITH RESPECT TO THE INSURANCE AFtORDED.TO "ADDITIONAL INSUREDS" A, PRIMARY COVERAGE WITl-I RESPECT TO CLAIMS ARISING OUT OF THE OPERATIONS OF THE NAMED INSURED, INSURANCE AS AFFORDED BY Tl-IIS POLICY IS PRIMARY AND IS NOT ADDITIONAL TO OR CONTRIBUTING WITH ANY OTl-IER INSURANCE CARRIED BY OR fOR THE BENEFIT OF THE ADDITIONAL INS UREDS, B. CROSS !.lABILITY THE NAMING OF MOR" THAN ONE I'ERSON, FIRM, OR CORPORATION AS INSUREDS UNlJER THE POUCY Sl-IAl.L NOT, FOR THAT REASON ALONE. EXTINGUISH ANY RIGHTS OF Tl-IE INSURED AGAINST ANOTHER, lIUT Tl-IIS ENDORSEMENT. AND THE NAMING OF MUl.TIPl.E INSUREDS. SHALL NOT iNCREASE THE TOTAL'LIABILITY OF HIE COMrANY UNDER THIS POLICY, C, NOTICE OF CANCELLA TlON 1. IF THE POLICY IS CANCELED BEFORE IT$ EXI'Uu\ nON DATE FOR ANY REASON OTHER THAN Tl-IB NON·PAYMENT Of PRE!vUUM, Tl-IE ISSUING COMPANY SHALl. PROVIDE CITY' AT LEAST A Tl-IlRTY (30) DAY WRITTEN NOTICE BEFORE THE I:fFECTIVE lJA TE OF CANCELtATION, 2. If THE POLICY IS CANCELED BEFORE ITS EXPIRATION DATE FOR THE NON­ PAYMENT OF PREMIUM. n~E ISSUING COMPANY SHALL PROVIDE CITY AT LEAST A TEN (10) DAY WRIHEN NOTICE BEFORE THE EFFECTIVI: DATE OF CANCEtLATION, NOTICES SHALL BE MAILED TO: I'URCHASING AND CONTRACT ADMINISTRATION CITY OF rAW ALTO 1',0. 80X-10250 PALO ALTO, CA 94303