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