Loading...
HomeMy WebLinkAbout08/21/2007, C2 - TELEMETRY MAINTENANCE CONTRACT council August 21,2007 agenda RepoRt GZ C1 TY O F SAN LUI S O B I S P O FROM: Department Head: John Moss,Utilities Director Prepared By: David Hix Wastewater Division Manager. SUBJECT: Telemetry Maintenance Contract CAO RECOMMENDATION Approve agreement with Bristol Inc, for telemetry system maintenance services in the amount of $62,600.00 and authorize mayor to execute agreement. DISCUSSION The Utilities Department utilizes a computerized control and monitoring system referred to,as "telemetry" to operate and monitor water and wastewater processes throughout the water and wastewater treatment plants, water supply, water distribution and wastewater collection systems. Telemetry is used to ensure pumping for water distribution and supply, control of sewage pumps in the wastewater collection system and numerous, complicated processes at the Water Treatment Plant and Water Reclamation Facility (WRF). The system was built by City staff beginning in the late 1980's, utilizing Bristol, hie. equipment, and has grown into a mission critical department wide system that every section in the department utilizes and is dependant upon for efficient and compliant operation of our systems. Maintenance, replacement and upgrade of the system has been on hold for some time pending development and completion of a"Master Plan" and now the City's system is facing many serious problems that could result in significant costs-, possible service disruptions and potential discharge violations. Responsibility for operations and maintenance of the telemetry system has fallen largely to the individual sections, with support from the Information Technologies (IT) division. This has become an overwhelmingly complicated technical task that in many instances requires specific technical knowledge outside of the expertise of City staff and has resulted in maintenance and upgrades being inconsistent or defen-ed for long periods of time. Recently IT and Utilities requested that Bristol Inc. perform an audit of the City's telemetry system to document existing equipment and software and provide a recommendation for ongoing maintenance and repair of the system. The audit found significant deficiencies including lack of routine maintenance, out of date software and obsolete and broken equipment. Bristol Inc., has provided a proposal that would address these deficiencies, provide on-going maintenance.and would bring the telemetry system up to a more reliable and better documented system. This proposed year long maintenance agreement,provides on-going maintenance for Bristol equipment;.updates to software, replacement and repair of Bristol equipment, technical support and provides a discounted labor rate for any additional services not under the scope of the contract and will significantly improve the reliability and efficiency of the system. This agreement is the beginning of an on-going maintenance and support program Utilities and IT are G2-/ Telemetry Maintenance Contract Page 2 planning to establish to ensure the efficient and compliant operations of its facilities and processes. Later this year, Utilities will be bringing to Council a request for development of a telemetry master plan to analyze and provide recommendations for the department's long range telemetry needs. Because of the in-house development of the telemetry system and now its criticality to the day to day operations of our water and sewer systems, staff would like a master plan analysis of the entire existing system as a long range "roadmap" of how to improve, maintain and develop the system for maximum effectiveness. The action recommended with this report is intended as an interim solution until such a master plan can be completed. Bristol Inc., specializes in process control and telemetry equipment and has been the sole provider of the Utilities Department's telemetry equipment. Bristol, Inc. is very familiar with the City's telemetry system and currently provides emergency and scheduled.installation and repair services. . Few firms posses the expertise, experience and excellent service offered by Bristol: CONCURRENCES Information Technologies division has reviewed this report and concurs with the recommendation. FISCAL IMPACT Total cost for this annual maintenance agreement is $62,600. Funding is currently available within the respective funding sources as outlined in the following table. Water and Sewer funding will come from available capital improvement project (CIP) funds and the Whale Rock Reservoir funding is available in the completed projects CIP account. Funding Sources Amount .Percentage Water Sewer Whale Rock-Utilities 46 950 75% Water Fund-50%* 23,475 Sewer Fund-40%* 18,780 Whale Rock Fund- 10%* 42695 General Fund 15,650 25% Information Technology(100-2_530.0_-_7227) 15,650 Total 62,600 100% *proportionate share of Utilities cost of$46,950 ALTERNATIVES Issue an RFP for these maintenance services. This is not recommended. Bristol, Inc., has the greatest knowledge of the City's telemetry system, is the sole provider of City telemetry equipment and has provided telemetry maintenance and repair in the past. Staff believes their CZ 2 I Telemetry Maintenance Contract Page 3 proposal will provide telemetry system maintenance and repair in the most cost effective, comprehensive and timely manner possible. As stated previously, Utilities will be preparing an RFP for a more comprehensive "Master Plan"review of itstelemetry system later this year. The requested services with this agreement are necessary to keep our current system operational. ATTACHMENTS 1. Agreement ' a tr" iK� +.. � ✓♦ ri.''E L. k' w C. tr.t?l�� , •?tea„" t�.". - ij.G F : ... �' ".. _S' .� Yi G:\UTE,\CAR-CAO Reports\2007 Council Agenda Reports\BristolMaintenanceContract.CAR.DOC Attachment 1 AGREEMENT 7 'Y -r •J e 'xa f� - t a"_. .� ,., •} a r��z aft. e ....ice, '. F --±.'_ THIS AGREEMENT is made and entered into in the City of San Luis Obispo on by and between the CITY OF SAN LUIS OBISPO, a municipal corporation, hereinafter referred to as City,and Bristol Inc.,hereinafter referred to as Contractor. WITNESSETH: WHEREAS,the City wants to Telemetry Maintenance Services. WHEREAS, Contractor is qualified to perform this type of service and has submitted a proposal to do so which has been accepted by City. NOW THEREFORE, in consideration of their mutual promises, obligations and covenants hereinafter contained,the parties hereto agree as follows: 1. TERM. The term of this Agreement shall be from the date this Agreement is made and entered,as first written above,until acceptance or completion of said services. 2. CITY'S OBLIGATIONS. For providing services as specified in this Agreement, City will pay and Contractor shall receive therefor compensation in a total sum not to exceed$62,600. 4. CONTRACTOR'S OBLIGATIONS. For and in consideration of the payments and agreements hereinbefore mentioned to be made and performed by City, Contractor agrees with City to provide services as set forth in Exhibit A attached hereto and incorporated into this Agreement. Contractor further agrees to the contract performance terms as set forth in Exhibit B attached hereto and incorporated into this Agreement. 5. AMENDMENTS. Any amendment, modification or variation from the terms of this Agreement shall be in writing and shall be effective only upon approval by the City Administrative Officer of the City. 6. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference, shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement, understanding, or representation be binding upon the parties hereto. �2'7' Attachment I Agreement Page 2 7. NOTICE. All written notices to the parties hereto shall be sent by United States mail, postage prepaid by registered or certified mail addressed as follows: City City Clerk City of San Luis Obispo 990 Palm Street San Luis Obispo,CA 93401 Contractor Bristol,Inc. Attn:Ms.Cathi Bradley 1609 S.Grove Street Ave Suite 106 Ontario,CA. 91761 8. AUTHORITY TO EXECUTE AGREEMENT. Both City and Contractor do covenant that each individual executing this agreement on behalf of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WHEREOF, the parties hereto have caused this instrument to be executed the day and year first above written. ATTEST: CITY OF SAN LUIS OBISPO,A Municipal Corporation By: City Clerk David F.Romero,Mayor APPROVED AS TO FORM: CONTRACTOR By: 7omey Exhibit A Page 1 ar 11 BRISTOL,INC.MAINTENANCE AGREEMENT For.SAN LUIS OBISPO WATER REUSE,WATER DISTRIBUTION,WATER TREATMENT PLANT&WASTEWATER COLLECTION SYVMM This Maintenance Agreement (hereinafter referred to as °Agreement°) is by and between BRISTOL,. INC.,'1100 Buckingham Street, Watertown, CT 08795 (hereinafter referred to as "BRISTOL'}and the City of San Luls Obispo, (hereinafter referred to as"the CUSTOMER")and is in accordance with the following terms and conditions. 1'. Scope BRISTOL will provide services for the hardware in the attached Schedule "A" and Software as described In the attached Schedule"8"as per the clauses within this Agreement 2. Scheduled Service e. Scheduled service will be provided during the normal working hours of 8:00 A.M. to 5:00 p.M. local time, Monday through Friday, excluding BRISTOL's observed holidays as described in Schedule V. The service provided will be based upon the specific needs of the:system configumdon as mutually data by BRISTOL end tit® CUSTOMER Eight (8) visits per annum are.Included, each visit not to.exceed one man-day (with 8 man-hours per manday). b. Service to be mutually scheduled. 3. Unscheduled Corrective Maintenance flu Hardware e. Unscheduled corrective maintenance service,, for the hardware listed in Schedule"A°, is included at no additional charge. This is limited to a maximum of nine (9) man-days per annum, with each man-day being a maximum of 8 man-hours.or any portion thereof. Unscheduled corrective maintenance services are available during the normal working hours of 6:00 kM.to 5:00 P.M.local time, Monday through Friday(See Schedule C for Bristol's observed holidlays),with a response time by the next business day(via chane or on site)from notification by the CUSTOMER. Customer will be provided carffintration of their call by Bristol no more than 30•minutes atter initial contact to show Bristol has received the call. This confirmation will inducts. BRISTOL'S assigned Service Call Tracking Number. b. Emergency services pertommed at the CUSTOMER's request outside of normal working hours shall be provided at BRISTOL'$then current premium rates,less the published rate (See Schedule D for Bristol's published rates) for contract service 0 perfarrned during normal working hours (If the contract service time is fully,utilized then such adjustment does not apply).The CUSTOMER shall pay expenses and navel time in conjunction with such emergency service provided outside of normal working hours. c. During the term.of this Agreement, additional unscheduled maintenance services in exoese of the limitations noted above are available to the CUSTOMER during normal working hours at a discounted. rate of $135.00 per man-hour plus travel and lMhg expenses at oost plus 10%.Travel time will be charged at$80.00 per man-hour. art tol,Ina.IY ftnarm Aamwmrn 2007. San I uts Otrlapo 7 'A Q107 'ON �000gq WdnO:Zl In07. 'F1 '2nv Exhibit A Raga 2 of 11 4. Application Support BRISTOL will supply fiFhsen (15) additional days of applications services covering HMI, database, programming, and hardware as required by the CUSTOMER. All services rendered will be at the CUSTOMER's written request and the time will be documented within. one week. Such documentation will include a description of the task and the time spent on the task. Billing for additional support will be In compliance with Section 3.b. Application Support services will be mutually scheduled. b. Equipment ReplacementiRepair/Troublashooting a. The terms of the attached warranty rider apply.The parts warranty coverage.defined . below Is valid as long as the terms of the attached warranty rider are fully met b. The CUSTOMER may ship the defective part to our Local Service Centeror to our Watertown Repair,Facilities.All Instruments listed In Schedule"A°, returned for repair will be restored to original mechanical and electrical operation specification at no charge. a Unserviceable parts for equipment listed in Schedule"A"will be replaced by new parts,or at BRISTOL's option,by parts equivalent to new in pertoranca. Such replacement parts will be ftirnished as is, on an exchange basis. Parts that have been removed and replaced become the property of BRISTOL. This Agreement does not cover expendable supply items such as batteries, printer ribbons, paper, paper tape, magnetic tape and . diskettes, and paint or refinishing of the subject equipment. If, In the joint opinion of BRISTOL and the.CUSTOMER,any assembly not within warranty of this Agreement, and still within Its operating performance specifications, is in need of factory reconditioning, an estimate of such costs will be submitted to the CUSTOMER for approval and payment d. it Is agreed that if BRISTOL is required to make replacements or repair's caused by neglgerme or misuse of equipment; or by any other reason of any sort beyond cur direct control, except ordinary weer and tear, BRISTOL reserves the right to charge the CUSTOMER'for labor and material as required. These charges would be In accordance with BRISTOL's current published price policy in effect when the work Is perfamred. This Agreement does not cover or include planning, Installing, testing and documenting of expanslons and modifications requested by the CUSTOMER, or maintenance services or parts required to maintain accessories, attachments„ machines or devices not listed In Schedule"A°. e. For parts and/or software packages that are obsolete, the maintenance support will be on a reasonable effort basis.All Software covered under this Agreement to Hated In Schedule f. For equipment not manufactured by BRISTOL and listed in Schedule "A" (If any), BRISTOL will provide diagnostic support services. Any repair and replacement of parts manufactured by others will be under a separate contract between'the CUSTOMER and the manufacturer. g. Requests for BRISTOL to conduct safety tests, to Install new attachments or additional third-party products, or to make replacements with equipment'of.a dlffesnt design, regardless of reason,are not included under this Agreement h. BRISTOL will trouble-shoot an InpuVoutput problems to the equipment listed In Schedule W. If the problem is determined to be In equipment not covered under this Agreement, BRISTOL will advise the CUSTOMER, and if requested, will coordinate the repair or a y r11Q WrImmm Agreentmft 2007 Sm Lula abhpo 'A A/Q7 'ON ) )OOQ2A 101sliA wa00:71 1007 'FI '2nd Exhibit A - pane s of h t replacement of the equipment under a separate purchase order from the CUSTOMER, subject to BRISTOL'a approval. I. in the case where BRISTOL is required to replace hardware with a spare, CUSTOMER shall make suppl ss, 110, lie The Rreliability ofITOL then working sparessas Is the responslblllty of res fbr the CPU's, the CUSTOMER. 6. Testingworking Fad-Wes BRISTOL will provide all necessary test equipment in order to perform maintenance services to be provided under this Agreement, The CUSTOMER will furnish,for the use of BRISTOL'S maintenance personnel, a working space containing suitable working facilities, storage spew, adequate heat, liight, ventilation, electric power and outlets for testing purposes. BRISTOL shall have full and tree access to the, equipment in order to provide the maintenance services under this Agreement. The CUSTOMER will abide by OSHA regulations with respect to confined space aocm. T. Term The term of this Agreement shall be for Melva(12)months from the commencement date set forth in section 9 herein. Thereafter, this Agreement can be renewed through BRISTOL on an annual basis, Such renewals must be in place 30 days pnor to expiration date of this. Agreement to ensure continuous maintenance support without lapse. 8. Termination . a. In the event that the CUSTOMER's equipment or software is altered, modified,changed, or, if any equipment Is added or deleted, or moved within the premises, this Agreement may be modified at BRISTOL's option; if,at any time,any such changes or allachments create a safety hazard; or Interfere with the normal and satisfaotory operation or malnbenance of the equipment� oin BRIS OLy, upon wftn promptly to corrected CUSTOMER,the atthe require that such safety CUSTOMER's expense. BRISTOUs continued maintenance of the equipment, which has been changed or, to which attachments have been made, does not constitute an approval of the rdrange or attaohmentand at BRISTOL'S option that equipment may be removed from the equ4nnent listed In Schedule BddaL Ine.Mel Wsnoo Aameffu t 2007 Sen WB Obispo Zia nint Y]0]OPO io, si ,a Inann:71 1 W •ci 2nw Exhibit A PBge 4 or 11 9. Fees/Payment Terris a. This Agreement shall commence on the forst day of the monthfttr the slanaturedata at a total rite of SM 559.00 due and payable In full at the commencement of this Agreement b. Unless otherwise Indicated herein, payment for any BRISTOL invoice is due within 30 days from the daft of such invoice. 10.Taxes Unless otherwise expressly agreed, the BRISTOL prices stated herein do not Include any salse, gross receipts, use,value added, excise, personal property or any other similar tax or duty whatsoever. The amount of any such taxes which are payable, In accordance with the provisions of any statute or rules, regulations or decision of any taxing authority, shall be paid by the CUSTOMER. 11. Fame Majeure BRISTOL INC. shag not be liable to the CUSTOMER for any delay, damages or failure to perform any obligation hereunder due to any force majaure or other causes beyond the reasonable control of BRISTOL Delays or failure to perform due to the above causes shag not be deemed to be.a breach hereunder. 1L Limitation of Liabllity BRISTOL shin riot be stable for damages caused by delay in performance. BRISTOVe liability with respect to any claim or damage whatsoever arising out of or related to the subject matter . hereof shall In no event exceed in the aggregate the annual rate stated herein.In no event shag BRISTOL,Its agents,employees,subcontractors and suppliers be liable for consequential, indtre4 punitive,special or other similar damages arising out of the sub1ect matter hereof. The temr'consequertlal damages"includes,but is not Muted to,loss of profit,revenue,.business, use,or data and costs Incurred lnduding without Umltation,for capital,fuel and power,and claims of the CUt3T6MEWs cuetomars.NobNithstanding the foregoing,these Limitations of Liability shag have no force or effect with respect to acdans brought directly by a third party against BRISTOL to the WdW t of any contributory negligence of BMSTOL 13. Governing Law This Agrttment shall be governed by the laws of the State of California. atlatct fila Maintenance Agmeme. 2W San We Obispo r I oIn7 •nu vnnnnpa rniciia 1A1J1n•71 /nni T1 Rnw -- --. Exhibit A Page 6 of 11 14.Entire Agreement This Agreement, including any attachments and referenced documents, is the entire Agreement between BRISTOL and the CUSTOMER. Any prior or contemporaneous agreements, promises, negotiations or representations.not expressly sued herein are of no force and effect. Any changes to this Agreement shall be in writing and signed by BRISTOL and the CUSTOMER. 18. Headings Section headings are included for convenience and are not intended to be a kill and accurate description of the contents hereof. MO.Inc.Ntatrdsnaeae Agreement 2W7 ser+Luis Ob*x n 1)rn7 •nki vIA)nnn iridin [Al iin171 1nn7 •ri -snu Exhibit A Papa o of 19 SCHDUEW NO WIN We4er B2M,Water DletffiLd on Water Treatment Plant 8 A.. rar ']b�D4 �(�ter Calleeilon 8vstem EQUIPMENT for 1NA2EB B CLAMATION List of Hardware Manafamrer Descrl tion. oty— BRISTOL 330 REDUNDANT 2 BRISTOL 330 10 BRISTOL 305 0 BRISTOL 03331 0 BRISTOL IN 389510-01-7 0 EQUIPMENT for WATER DISTRL81lTm List of Hardware Oty Manufacturer Desc tion BRISTOL 330 REDUNDANT 0 BRISTOL 330 4 BRISTOL 305 2 BRISTOL 03331 0 BRISTOL M 389510-01- 0 EQUIPMENT foWE.RQC Liet of Hardware Desai tionoty BRISTOL 3330 REDUNDANT 0 BRISTOL 330 . 4 BRISTOL 30$ 0 BRISTOL 03331 0 BRISTOL IB IN 389510-01- 0 adatol,Inc.Mahrtenance Agreement 2c07 Ban Lula Obispo . . - vInInnn inicI in iii iln171 inn? •c1 •9nu - Exhibit A Page 7 of 11 EQUIENKE for WATER TBMENT PLANT Lk of Hardware Manufacturer Description Qty BRISTOL 3330 REDUNDANT 0 BRISTOL 3330 14 BRISTOL 336 0 BRISTOL R103331 17 BRISTOL /N 389510-01• 16 EQUIPMEMf for WATER COLLECTION List of Hardware Manufaftrer D onMY BRISTOL 3330 REDUNDANT 1 BRISTOL 3330 0 BRISTOL 3305 10 BRISTOL R103331 0 BRISTOL NIB /N 389510-01• 0 8r�tol,Inc iNaintenance Apmmnent 2007 San Luis Mop A A I A7 •n u - v o A n A"n i n I e i i n w i I A-7 1 1 A A 7 -f l •g n u J Exhibit A Repo a of 11 SCMEDULE d&Bn Egr San Luis 061soo Nor Reuse&.Water 9911091108 AMMOm FAWHIM. �QFiWARE for WATFg RE66MIAA•I.10N L1st of Software Manal3sdurer Desert tion BRISTOL OpcASI Network Ed 1 BRISTOL CCOL Workbench ] BRISTOL 6pc Server SOFTWARE for WATER COLLECTION List of Software Manufacturer Ducription Qty BRISTOL OpenBSI Network Ed 3 BRISTOL ACCOL Workbench 3 BRIS'T'OL 16PC Server t Bristol.Ire.Mlew"nes Agreement 2007 San Luta GbIW c 0107 '061 vinloPA inisiia uu7n'71 1nn7 'r1 •A nu - Exhibit A Rage 9 cf 11 SCHEDULE"C" For. San Lula Obispo Vftf.Reuse A Wafer 201WIRD AIGUM FacllWas Bristol Inc.'s Observed Holidays NOTICE UBT010 BABC=INC- 2007 HOLIDAYaCHEDULE New Year'a Day,2W7 January i,2007 MOWRY - Goaa FMdey April 6,2007 rrldny . . Memorial Dry May Am Malay . IndepeodmarURI, JOIy4,2007 wedemdq labor pp Bapmmbar 3,2007 Monday Thanlmgh<ngDoy NnvombarJ2,3007 Thanday Day AlkrThenk*&g Norambar 242007 Chrhtmu9" Damlbrr242W7 Manley Chmm=Day 0member25,2007 Tmaday . . - . FlaBna Holiday . Empteyee'a lurlhday "_rm nom balm FfoaftFdidq'Uton4nloim) Dmmbor31,2W7 _ malft +Bmaukbow . 8butdown New YeanDay 2m January I,2003 "ad" - O t ol,In Maintenance AgreemeM 2W7 San Luis Obispo C2 y�T Exhibit A Pepe 10 o 11 SCHEDULE"D" For San Luja ObIspo WaftrAsuseFa Odes Service Rate Schedule O®terel Polity - Page 6 _ Remote Auto WW BtA CM-BA>ntl . Ca 21.2= 1100 SuOMnOW Street Wete wm,CT 08725 . SERVICE RATE SCHEDULE DENUM SERVICE ARAAC LABOR 61161 HR (PC 074). TRAVEL 6 531 HR MILEAGE $0.531 MILE - E%PEN$FB COST,PLUS 10% - UWAL LABOR 61761 HR (PG 674) TRAVEL I al I HR MILEAGE 6 0.831 MILE WENSM Cm.PLUS 10% COMTRW SYMIN e En6lnoedttp,Enp nmuln6 Mwl u0.PMMMIn6,Moo Mtmepffm t 61701 HR (PC 660) Dmmq,Teemloo n,(ete6At6 arae teatlrt6 entVai aeeem6ly) TRAVEL 881) 6 601 HR .. MILEAGE S 0.93/MILE a1lWsu674L7T0*M04oRGJ=UT10Nwm+art NOTM PmX=1NU'U. I�ru9.elmmL mte EllfstDl,Inc.Meirro/nena Apremnalt 2147 Sen lul6 Gblapo G ��s Exhibit A Page 11 of 11 WARRANTY POLICY RIDER Customer Reference Name/Number: City of San Luis Obispo SCOPE and PROCEDURES: I The scope of the wanenty coverage is limited to addressing the defects in materials or workmanship which surface under normal operating conditions,as within the range of approved equipment design and performance characteristics,and normal operational usage of the system as supplied,while observing the required maintenance and operational procedures, 2 Damages caused by the electrical storms,fire,flood,earthquake,windstorms,or similar abnormal weather conditions and/or act-of-god are not covered under the warranty scope. 3 Damages caused by vandalism,accidents or improper handling,misuse or abuse of the system or its components are not covered under the warranty scope. 4 Problems manifested due to unauthorized modifications,addition or change in application to/of the system and its components are not covered under the.warranly scope. 5 Software and related items such as lack of procedural security failures,virus related problems,unqualified file deletions or modifications,or lack of proper observance of system backup file maintenance is not covered under the warranty scope, 6 If a component is identified to malfunction during the warranty period,then a RA Number (Repair Authorization Number)and return address of the nearest Factory_Diagnostic and Repair Center suitable for the component in question will be issued.The defective component will be shipped to the designated Factory Diagnostic and Repair Center along with the required commercial documentation(to be able to re-import within the country without additional dirty or taxes).Based on the factory diagnostic evaluation results,BRISTOL will provide a repair or replacement on for the component in question without cost as long as the component did notsuffer damages due to out-of-warranty scope conditions. 7 Any cost generated due to reasons beyond the scope of the contract warranty coverage in supporting the system and its components will regalis to be addressed and compensated outside the scope of the current contractual warranty obligations BRISTOL will im�oiee for services and expenses beyond the contract warranty coverage using its am current pricing policy.Payments for such invoices shall be made within thirty days of rendering of such services and expenses. 8 Materials and/or services required for system routine maintenance,system changes and additional training am not part of the scope of the warranty service. 9 Materials and/or services required dire to actual environmental or process conditions beyond the specifications of the equipment performance capabilities are not part of the warranty Scope. . 10 BRISTOL warratits;that goods repaired by it pursuant to this Agreement are free from defects in material and wmia nanship for a period extending to the end of the term of this Agreement or for 90 days from the date of delivery of repaired goods,whichever is longer. THE WARRANTIES STATED HEREIN SHALL BE THE ONLY WARRANTIES WITH RESPECT TO THE SUBJECT MATTER HEREOF .AND SHALL BE IN LIEU OF ALL .OTHER WARRANTIES, EXPRESS OR IMPLIED, INCLUDING BUT NOT LIMITED TO THE IMPLIED WARRANTIES OF MERCHANTABILITY AND FITNESS FORA PARTICULAR PURPOSE. afl o4 I=Maintww ca AOeernant 2007 San Lute obhw Exhibit B Exhibit B:Contract Performance Terms Page B-1 Exhibit B CONTRACT PERFORMANCE TERMS ka�..i .i.'�{,,�.. s^' ._< < ;l PJ.•. S'f.W�i f�.. < P miy �+. l., .a�r'� {.s ..y 2 d t _W 1. Business Tax. Contractor must have a valid City of San Luis Obispo business tax certificate prior to execution of the contract. Additional information regarding the City's business tax program may be obtained by calling(805) 781-7134. 2. Ability to Perform. Contractor warrants that it possesses, or has arranged through subcontracts, all capital and other equipment, labor, materials; and licenses necessary to carry out and complete the work hereunder in compliance with any and all federal, state, county, city, and special district laws, ordinances, and regulations. 3. Laws to be Observed. Contractor shall keep itself fully informed of and shall observe and comply with all applicable state and federal laws and county and City of San Luis Obispo ordinances, regulations and adopted codes during its performance of the work. 4. Payment of Taxes. The contract prices shall include full compensation for all taxes that Contractor is required to pay. 5. Permits and Licenses. Contractor shall procure all permits and licenses, pay all charges and fees, and give all notices necessary. 6. Safety Provisions. Contractor shall conform to the rules and regulations pertaining to safety established by OSHA and the California Division of Industrial Safety. 7. Public and Employee Safety. Whenever Contractor's operations create a condition hazardous to the public or City employees, it shall, at its expense and without cost to the City, furnish, erect and maintain such fences, temporary railings, barricades; lights, signs and other devices and take such other protective measures as are necessary to prevent accidents or damage or injury to the public and employees. . 8. Preservation of City Property. Contractor shall provide and install suitable safeguards, approved by the City, to protect City property from injury or damage. If City property is injured or damaged as a result of Contractor's operations; it shall be replaced or restored at Contractor's expense. The facilities shall be replaced or restored to a condition as good as when the Contractor began work. 9. Immigration Act of 1986. Contractor warrants on behalf of itself and all sub-contractors engaged for the performance of this work that only persons authorized to work in the United States pursuant to the Immigration Reform and Control Act of 1986 and other applicable laws shall be employed in the performance of the work hereunder. 10. Contractor Non-Discrimination. In the performance of this work, Contractor agrees that it will not engage in, nor permit such sub-contractors as it may employ, to engage in discrimination in employment of persons because of age, race, color, sex, national origin or ancestry, sexual orientation,or religion of such persons. CZ�7 Exhibit B Exhibit B:Contract Performance Terms Page B-2 11. Work Delays. Should Contractor be obstructed or delayed in the work required to be done hereunder by changes in the work or by any default, act, or omission of the City, or by strikes, fire, earthquake, or any other Act of God, or by the inability to obtain materials, equipment, or labor due to federal government restrictions arising out of defense or war programs, then the time of completion may, at the City's sole option, be extended for such periods as may be agreed upon by the City and the Contractor. 12. Payment Terms. The City's payment terms are 30 days from the receipt of an original invoice and acceptance by the City of the services provided by Contractor(Net 30). 13. Inspection. Contractor shall furnish City with every reasonable opportunity for City to ascertain that the services of Contractor are being performed in accordance with the requirements and intentions of this contract. All work done and all materials fiirnished, if any, shall be subject to the City's inspection and approval. The inspection of such work shall not relieve Contractor of any of its obligations to fulfill its contract requirements. 14. Audit. The City shall have the option of inspecting and/or auditing all records and other written materials used by Contractor in preparing its invoices to City as a condition precedent to any payment to Contractor.. 15. Interests of Contractor. Contractor covenants that it presently has no interest, and shall not acquire any interest direct or indirect or otherwise,which would conflict in any manner or degree with the performance of the work hereunder. Contractor further covenants that, in the performance of this work, no sub-contractor or person having such an interest shall be employed. Contractor certifies that no one who has or will have any financial interest in performing this work is an officer or employee of the City. It is hereby expressly agreed that, in the performance of the work hereunder, Contractor shall at all times be deemed an independent contractor and not an agent or employee of the City. 16. Hold Harmless and Indemnification. Contractor agrees to defend, indemnify, protect and hold the. City and its agents, officers and employees harmless from and against any and all claims asserted or liability established for damages or injuries to any person or property, including injury to Contractor's employees, agents or officers which arise from or are connected with or are caused or claimed to be caused by the acts or omissions of Contractor, and its agents, officers or employees, in performing the work or services herein, and all expenses of investigating and defending against same;provided, however, that Contractor's duty to indemnify and hold harmless shall not include any claims or liability arising from the established sole negligence or willful misconduct of the City, its agents,officers or employees. 17. Contract Assignment. Contractor shall not assign, transfer, convey or otherwise dispose of the contract, or its right, title or interest, or its power to execute such a contract to any individual or business entity of any kind without the previous written consent of the City. 18. Termination. If, during the term of the contract, the City determines that Contractor is not faithfully abiding by any term or.condition contained herein, the City may notify Contractor in writing of such defect or failure to perform; which notice must give Contractor a 10 (ten) calendar day notice of time thereafter in which to perform said work or cure the deficiency. �z-ice Exhibit B Exhibit.&Contract Performance Terms Page B-3 If Contractor has not performed the work or cured the deficiency within the ten days specified in the notice, such shall constitute a breach of the contract and the City may terminate the contract immediately by written notice to Contractor to said effect. Thereafter, neither party shall have any further duties, obligations, responsibilities or rights under the contract. In said event, Contractor shall be entitled to the reasonable value of its services performed from the .beginning date in which the breach occurs up to the day it received the City's Notice of Termination, minus any offset from such payment representing the City's damages from such breach. "Reasonable value" includes fees or charges for goods or services as of the last milestone or task satisfactorily delivered or completed by Contractor as may be set forth in the Agreement payment schedule; compensation for any other work, services or goods performed or provided by Contractor shall be based solely on the City's assessment of the value of the work-in- progress in completing the overall workscope. The City reserves the right to delay any such payment until completion or confirmed abandonment of the project, as may be determined in the City's sole discretion, so as to permit a full and complete accounting of costs. In no event, however, shall Contractor be entitled to receive in excess of the compensation quoted in its proposal. 19. Ownership of Materials. All original drawings, plan documents and other materials prepared by or in possession of Contractor as part of the work or services under these specifications shall become the permanent property of the City, and shall be delivered to the City upon demand. 20. Release of Reports and Information. Any reports, information, data, or other material given to, prepared by or assembled by Contractor as part of the work or services under these specifications shall be the property of City, and shall not be made available to any individual or organization by Contractor without the prior written approval of the City. 21. Copies of Reports and Information.. If the City requests additional copies of reports, drawings, specifications, or any other material in addition to what Contractor is required to furnish in limited quantities as part of the work or services under these specifications, Contractor shall provide such additional copies as are requested, and City shall compensate Contractor for the costs of duplicating of such copies at the Contractor's direct expense. 22. Attendance at Meetings and Hearings. Contractor shall attend as many "working" meetings with staff as necessary in performing workscope tasks. 23. Insurance. Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property that may arise from or in connection with the performance of the work hereunder by Contractor, its agents,representatives, employees or sub-contractors. a. Minimum scope of insurance. Coverage shall be at least as broad as: • Insurance Services Office Commercial General Liability coverage (occurrence form CG 0001). • Insurance Services Office form number CA 0001 (Ed. 1/87) covering Automobile Liability; code I (any auto). CZ�f' Exhibit B Exhibit B:Contract-Performance Terms Page B-4 • Workers' Compensation insurance as required by the State of California and Employer's Liability Insurance. • Errors and Omissions Liability insurance as appropriate to Contractor's profession. b. Minimum limits of insurance. Contractor shall maintain limits no less than: • General Liability: $1,000,000 per occurrence for bodily injury, personal injury and property damage. If Commercial General Liability or other form with a general aggregate limit is used, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit. • Automobile Liability: $1,000,000 per accident for bodily injury and property damage. • Employer's Liability: $1,000,000 per accident for bodily injury or disease. • Errors and Omissions Liability: $1,000,000 per occurrence. C. Deductibles and self-insured retentions. Any deductibles or self-insured retentions must be declared to and approved by the City. At the option of the City, either: the insurer shall reduce or eliminate such deductibles or self-insured retentions as respects the City, its officers, officials, employees and volunteers; or Contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses. d. Other insurance provisions. The general liability and automobile liability policies are to contain, or be endorsed to contain, the following provisions: • The City, its officers, officials, employees, agents and volunteers are to be covered as insureds as respects: liability arising out of activities performed by or on behalf of Contractor; products and completed operations. of Contractor; premises owned, occupied or used by Contractor; or automobiles owned, leased, hired or borrowed by Contractor. The coverage shall contain no special limitations,on the scope of protection afforded to the City, its officers, official, employees,agents or volunteers. • For any claims related to this project, Contractor's insurance coverage shall be primary insurance as respects the City, its officers, officials, employees, agents and volunteers. Any insurance or self-insurance maintained by the City, its officers, officials, employees,agents or volunteers shall be excess of Contractor's insurance and shall not contribute with it. • Any failure to comply with reporting or other provisions of the policies including breaches of warranties shall not affect coverage provided to the City, its officers, officials, employees,agents or volunteers. . • Contractor's insurance shall apply separately to each.insured against whom claim is made or suit is brought, except with respect to the limits of the insurer's liability. • Each insurance policy required by this clause shall be endorsed to state that coverage shall not be suspended, voided, canceled by either party, reduced in � 2-z� C Exhibit B Exhibit B:Contract Performance Terms Page B-5 coverage or in limits except after thirty (30) days' prior written notice by certified mail,return receipt requested,has been given to the City. e. Acceptability of insurers. Insurance is to be placed with insurers with a current A.M. Best's rating of no less than ANLL f. Verification of coverage. Contractor shall furnish the City with a certificate of insurance showing maintenance of the required insurance coverage. Original endorsements effecting general liability and automobile liability coverage required by this clause must also be provided. The endorsements are to be signed by a person authorized by that insurer to bind coverage on its behalf. All endorsements are to be received and approved by the City before.work commences. G z z✓