Loading...
HomeMy WebLinkAbout1998-05-05; City Council; 14656; Amend Financial Information Systems Contractf2 > 52 oi, as . . g 2 d Y s CITY OF CARLSBAD - AGEbA BILL AB# h’$$ !% TITLE: MTG. +<-$8 Amendment of Financial Information Systems Contract DEPT. Info Svs RECOMMENDED ACTION: CITY MGR Adopt Resolution No.= approving Amendment No. 1 to the Financial Information Systems Software, License and Support contract with B&Tech Software, Inc. allowing for additional City-requested training, software modifications and programming services. ITEM EXPLANATION: In April of 1996, Council authorized the upgrade to the City’s financial information system. The upgrade included the acquisition of open systems hardware and a fund accounting software package. The software package selected is a product of Bi-Tech Software, Inc. Bi-Tech’s Interactive Fund Accounting System known as IFAS was successfully implemented and installed. While the system is in place, the scope of the work to be performed by Bi-Tech, Inc. as stated in the initial agreement of April 1996, needs to be altered to incorporate additional City-requested training, software modifications and programming services. As is typical in a major system upgrade, user needs and system requirements not readily identified during implementation arise and must be addressed. In this vein, several projects outside the scope of the initial agreement with Bi-Tech Software, Inc. have been initiated. These projects have been outlined in Exhibit “A” of Amendment No. 1 to the Agreement. To ensure completion of these and future sub-projects, ratification via Amendment No. 1 to the original agreement is needed. Approval of Amendment No. 1 provides, in addition to the ratification of the supplemental work and fees, that the City may require additional services on a project by project basis to assist with operation and / or desired function of the software. When services are requested, Bi-Tech will provide the City with a written proposal for each requested project, which may be accepted or rejected by the City. Projects will be accepted by the City in writing, and upon completion of the project, Bi-Tech shall submit an invoice to the City for approval. The total cost of all projects covered by this amendment shall not exceed $50,000.00. All other provisions of the original agreement entered into with Bi-Tech Software, Inc. on April 30, 1996, shall remain in full force and effect. FISCAL IMPACT: The additional cost will not exceed $50,000.00 Funds necessary to cover these expenses have been budgeted and will come from the Financial Information Systems budget. EXHIBITS: 1. Resolution No. 9 8 / J x8’ , ratifying Amendment No. 1 to the agreement dated April 30,1996, between the City of Carlsbad and Bi-Tech Software, Inc. 2. Amendment No. 1 to the Agreement. 3. Contract between the City of Carlsbad and Bi-Tech Software, Inc., to provide Financial Information Systems Software, License and Support. / RESOLUTION NO. 98-128 A RESOLUTION OF THE CITY COUNCIL OF THE CITY OF CARLSBAD, CALIFORNIA, APPROVING AMENDMENT NO. 1 TO THE AGREEMENT WITH BI-TECH SOFTWARE INC. FOR THE PROVISION OF FINANCIAL INFORMATION SYSTEMS SOFTWARE. LICENSE AND SUPPORT. WHEREAS, the initial agreement, dated April 30,1996, identified a scope of work which included provision of professional services for the design, configuration, delivery and installation of the Software; and WHEREAS, the parties to this agreement desire to alter the scope of work to incorporate additional City-requested training, software modifications and programming services; and WHEREAS, supplemental work and fees have been negotiated, agreed to, and completed as shown in Exhibit “A”, Scope of Services and Fees, prior to execution of this amendment; and WHEREAS, sufficient funds have been budgeted by Financial Information Systems for the purpose of supplemental project work related to the Integrated Fund Accounting System; and WHEREAS, additional training, software modifications and programming services may be required. NOW,THEREFORE, BE IT RESOLVED by the City Council of the City of Carlsbad, California as follows: 1. That the above recitations are true and correct. 2. Amendment No. 1 to the agreement between the City of Carlsbad and Bi-Tech Software, Inc., (on file in the City Clerks Office) for financial information systems software, license and support is hereby approved. 3. That the Mayor of the City of Carlsbad is authorized to execute Amendment No.1. PASSED, APPROVED AND ADOPTED at a regular meeting of the City Council on the 5 day of May , 1998, by the following vote, to wit: AYES:Council Members Nygaard, Hall & Finnila NOES: None ABSENT: Lewis & Kulchin C&DE A LEWIS, Mayor RAMONA FINNILA, Mayor Pro Tern ATTEST: City Clerk (SEAL) - AMENDMENT NO. I TO AGREEMENT This Amendment is entered into the (qtA day of &Ix; I , 1998, but effective as of the 30* day of June, 1997, ratifying the amendment of the agreement dated Aoril 30. 1996 by and between the City of Carlsbad, a municipal corporation, hereinafter referred to as “City”, and Bi-Tech Software, Inc. , hereinafter referred to as, “Contractor” to provide Financial Information Systems Software, License and Support. RECITALS WHEREAS, the initial agreement, dated April 30. 1996 identified a scope of work which included the provision of professional services for the design, configuration, delivery and installation of the Software; and WHEREAS, the parties to this aforementioned agreement desire to alter the scope of work to incorporate additional City-requested training, software modifications and programming services; and WHEREAS, supplemental work and fees have been negotiated, agreed to, and completed as shown on Exhibit “A” Scope of Services and Fee prior to the execution of this amendment; and WHEREAS, additional training, software modifications and programming services may be required. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor hereby agree as follows: 1. The supplemental work and fees therefore which Contractor has provided as outlined on the attached Exhibit “A” are hereby ratified. 212198 2. City is authorized to pay Contractor for all work associated with Paragraph 1 above which has been completed to the satisfaction of City. 3. The initial agreement is further amended to allow City to require additional services on a project by project basis to assist with operation and/or desired functionality of the software. When services are requested, Contractor will provide City with a written proposal for each requested project which may be accepted or rejected by City. If accepted by City in writing, and upon completion of the project, Contractor shall submit an invoice to City for approval. The total cost of all projects covered by this amendment shall not exceed $50,000.00. 4. Contractor shall complete all projects requested by the agreed upon dates, or by the expiration of the agreement amended hereby. 5. All other provisions of the aforementioned agreement entered into on April 30, 1996, by and between City and Contractor shall remain in full force and effect. II II II II II II II II II II 2/2/98 I March 27,1998 Ms. Jennifer Bennett Bi-Tech Software 890 Fortress Street Chico, CA 95973 AMENDMENT ,TO AGREEMENT Per our telephone conversation today, I have enclosed an Amendment No. 1 to Agreement. This will ratify the projects we asked for and payments we made which were outside of the scope of our initial agreement. It will also give us some room to ask for additional projects. Please have it signed by the appropriate officers and have their signatures notarized. Then mail the agreement back to me and I will send it to our Council for approval. Once it is approved and fully executed by the City, I’ll forward a copy to you for your files. If you have any questions at all about this, please don’t hesitate to contact me. Information Systems Director ’ Enc. 1200 Carlsbad Village Drive - Carlsbad, California 92008-1989 - (760) 434-2808 @ EXHIBIT 3 CONTRACT BETWEEN THE CITY OF CARLSBAD AND BI-TECH SOFTWARE, INC., TO PROVIDE FINANCIAL INFORMATION SYSTEMS SOFTWARE, LICENSE AND SUPPORT TABLE OF CONTENTS I. Definitions ..I . . . . . . . . . . T . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . . 1 II. Contractor’s Obligations.. .................................................................................. 2 III. Liquidated Damages ........................................................................................ .4 IV. City Obligations ................................................................................................. 5 V. Progress and Completion .................................................................................. 6 VI. Fees to be Paid to Contractor.. ......................................................................... 6 VII. Payment Schedule ........................................................................................... 7 VIII. Duration of Contract.. ...................................................................................... 7 IX. Acceptance Testing Standards ......................................................................... 7 X. Time and Place of Delivery; Installation and Training ..................................... 13 Xl. Performance Bond .......................................................................................... 13 XII. Warranty and Limitation of Liability ................................................................ 13 XIII. Other Documents.. ........................................................................................ 14 XIV. Governing Law.. ............................................................................................ 15 XV. Changes in Work.. ......................................................................................... 15 XVI. Covenants Against Contingency Fees.. ........................................................ 15 XVII. Nondiscrimination Clause ............................................................................ 16 XVI I I. Termination of Contract .............................................................................. 16 XIX. Disputes ........................................................................................................ -I7 XX. Claims and Lawsuits ...................................................................................... 18 XXI. Status of the Contractor.. .............................................................................. 19 - XXII. Hold Harmless Agreement.. ......................................................................... 20 XXIII. Assignment of Contract ............................................................................. .21 XXIV. Subcontracting ........................................................................................... 21 XXV. Prohibited Interest ....................................................................................... 21 XXVI. Verbal Agreement or Conversation ............................................................ 22 XXVII. Successor or Assigns.. .............................................................................. 22 XXVIII. Liquidation of Contractor.. ........................................................................ 22 XXIX. Effective Date.. ........................................................................................... 22 XXX. Conflict of Interest ....................................................................................... 23 XXXI. Insurance .................................................................................................... 23 XXXII. Responsible Parties .................................................................................. 25 XXXIII. Business License ..................................................................................... 26 Attachment A - Software Maintenance Agreement Attachment B - Cost Summary Attachment C - City of Carlsbad Request for Proposal for Financial Information Systems Software License and Support Attachment D - Bi-Tech Software, Inc., Proposal to the City of Carlsbad Attachment E - Hardware Product Description Attachment F - Implementation Schedule Attachment G - Payment Schedule Attachment H - Faithful Performance Warranty Bond CONTRACT BETWEEN THE CITY OF CARLSBAD AND BI-TECH SOFTWARE, INC., TO PROVIDE .- FINANCIAL INFORMATION SYSTEMS SOFTWARE LICENSE AND SUPPORT THIS CONTRACT, made and entered into as of th&zday of w , 19&, by and between the CITY OF CARLSBAD, a municipal corporation, hereinafter referred to as “City”, and BI-TECH SOFTWARE, INC., hereinafter referred to as “Contractor.” RECITALS The City desires to replace and improve its financial information system by acquiring open systems hardware with the necessary associated software and a fund accounting software package. Through a competitive proposal process the City has selected Bi-Tech Software, Inc., as the Contractor with the software package that best fits the needs of the City, and the Contractor represents and warrants that they have the ability and expertise to furnish, install, implement, maintain and service such software package. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows: I. DEFINITIONS A. Documents refers to the following: 1. IFAS (Interactive Fund Accounting System)JSoftware User Guides for the modules as listed in Attachment B of this Contract. 2. Software and module Product Descriptions for the modules as listed in Attachment B of this Contract. 3. Request for Proposals issued by the City in March 1995 (Attachment C) 4. I Bi-Tech’s Proposal for a Financial Information System dated May 19, 1995 (Attachment D) B. Software refers to the following: 1. Bi-Tech Software- includes application modules including modifications and additional software as outlined in Attachment B 2. Relational Database Software- lnformix products as specified in Attachment B 3. Microfocus Software- Microfocus products as specified in Attachment B C. Hardware refers to all Hewlett-Packard Company (HP) hardware and software products as specified in Attachment E. II. CONTRACTOR’S OBLIGATIONS The Contractor grants to the City a nonexclusive, nontransferable, perpetual license to unlimited use of the proprietary financial information systems software, as listed in Attachment B, and as more fully described in its corresponding documentation. All application Software will be provided in both source and executable forms. The Contractor also will provide one (I) copy of all user and technical documentation relating to the Software, which may be reproduced by the City for internal use, distribution and training purposes only. The City is hereby granted the right to use the Software according to the terms r and conditions of this Contract. 04/04/96 Contractor also agrees as follows: /? A. To provide professional services as further described herein in accordance with the Implementation Schedule set forth in Attachment F for the design, configuration, delivery and installation of the Software. Contractor represents and warrants that the Software will be designed, configured, and installed in such a manner as to provide bookkeeping and financial information capabilities as specified in this Contract. B. At the times and places mutually agreed upon by the parties, the Contractor shall provide training and consulting services to City personnel and shall furnish all training materials necessary to accomplish the training of City personnel in the use of the Software. r C. Contractor agrees to provide Systems Integration Support for the installation and implementation of the Software through Phase I as defined in Attachment F. The software and hardware covered under this task include all products being purchased by the City from Bi-Tech as set forth in Attachment B and from Hewlett-Packard as set forth in Attachment E. Contractor shall assume this task from the effective date of this Contract until the successful completion of the performance/stress tests for the Phase I modules as defined in Attachment F. The responsibilities assumed by Contractor include: 1. Contractor will be solely responsible for coordinating the installation of hardware and software on City’s site, and will ensure the availability of hardware and software personnel required to complete the installation within the projected time frame r as specified in this Contract. 04/04/96 The City shall be responsible for the payment to the Contractor of any Federal, r State, local, municipal and/or provincial sales and use taxes or excise taxes that are or may be imposed on the transactions provided for in this license Contract. The City will reimburse Contractor for air fares (coach or economy). Automobile rental (midsize or smaller), lodging (single occupancy accommodations), meals, and other reasonable living expenses incurred by the Contractor personnel during implementation, accounting and training assistance will be reimbursed up to a maximum of $160 per person per day (excluding airfare). If the Contractor’s own vehicles are used, the City will reimburse $0.30 per mile. Total reimbursements for travel and living expenses during Phases I and II shall not exceed $25,000, including airfare. VII. PAYMENT SCHEDULE The fees as referenced in the prior section are to be paid as outlined in the Payment Schedule (Attachment G). VIII. DURATION OF CONTRACT This Contract shall commence upon issuance of the Notice to Proceed by the City. The Contract shall terminate on December 31, 1998, unless terminated as provided herein. In accordance with Section II of this Contract, the Contract is renewable annually by mutual agreement, to be documented in writing. IX. ACCEPTANCE TESTING STANDARDS The following are various acceptance tests that will be performed during the system implementation. The timing of these tests is outlined in the Implementation Schedule 7 (Attachment F). 7 04/04/96 ,r‘ A. Installation Acceptance Testinq 1. Following delivery and installation of the Hardware and Software on the applicable system at City’s site, Contractor shall certify in writing to City that these systems are ready for Installation Acceptance Testing. The City agrees to begin acceptance testing no later than ten (IO) business days from certification. With Contractor’s assistance, at the rates set forth in Section X of this Contract, City shall, within sixty (60) business days after receipt of such certification, operate these systems and complete testing to determine whether: a. The Hardware and relational database software meet the specifications and perform the functions set forth in the RFP Responses or as may be modified by agreement in writing between the parties. b. The Hardware can be successfully accessed from various workstations through a local LAN connection and that all associated hardware components (i.e., tape backup unit, console monitor, etc.) are in proper working order. C. The relational database is capable of running on a repetitive basis on a variety of City’s test and actual data, without fail. d. All Bi-Tech application software modules can be successfully accessed and work properly in conjunction with the relational database software and hardware operating system. This acceptance testing of the application software is strictly for the initial installation and not for the functionality of the software modules in accordance with the Contractor’s response to the City’s Request For Proposal. e. The documentation for the Hardware, relational database software and - Bi-Tech software applications meet the requirements of the Contract. 04/04/96 a - 2. If the Hardware and Software successfully meet these Acceptance Tests, City shall so notify the Contractor in writing within ten (10) business days after completion of the tests that the initial installation of the Hardware and Software is accepted. If the City does not notify the Contractor in. writing within the time frame provided above, the initial test shall be deemed accepted. 3. If the Hardware and Software fail to meet any or all of the above-specified Acceptance Tests, City shall notify Contractor of such failure in writing within ten (10) business days and Contractor shall have ten (10) business days after receipt of such notice in which to correct, modify, or improve these systems to cause them to meet each such Acceptance Test. Thereafter, City shall have thirty (30) additional business days in which to re-conduct all of the Acceptance Tests specified above. This process may be repeated until these systems are deemed to be accepted. However, if after - three (3) iterations of this process by the Contractor, the Contractor has not corrected the failure, City shall have the right and option to declare Contractor to be in default. Such declaration of default shall be provided to the Contractor in writing. B. Bi-Tech Software ACCeDtanCe Testinq 1. The City shall conduct acceptance testing of each software module as referenced in the Implementation Schedule (Attachment F). The City shall test mutually agreed upon criteria and determine in its sole opinion whether: a. Bi-Tech Software meets the specifications and performs the functions as set forth in Documents listed in Section I of this Contract or as modified by agreement in writing between parties. - b. Bi-Tech Software is capable of running on a repetitive basis on a variety of City’s actual converted and entered data, without fail; and 9 04/03/96 c. The documentation for EG-Tech Software meets the requirements of ,- the Contract. 2. If Bi-Tech Software successfully meets the Acceptance Tests, City shall so notify Contractor in writing within ten (10) business days of completion of the acceptance tests that Bi-Tech Software is accepted. If the City does not notify the Contractor in writing within the time frame provided above, the initial test shall be deemed accepted. 3. If Bi-Tech Software fails to meet any or all of the above-specified Acceptance Tests, City shall notify Contractor of such failure in writing and Contractor shall have ten (10) business days after receipt of such notice in which to correct, modify, or improve Bi-Tech Software to cause it to meet each such Acceptance Test. Thereafter, City shall have thirty (30) additional business days in which to re-conduct all /c of the Acceptance Tests specified above. This process may be repeated until Bi-Tech Software is deemed to be accepted. However, if after three (3) iterations of this process by the Contractor, the Contractor has not corrected the failure, City shall have the right and option to declare Contractor to be in default. Such declaration of default shall be in writing to the Contractor. C. Bi-Tech SoWare Modifications Acceptance Testing 1. Final acceptance of any modifications which are to be made to the Bi-Tech Software shall be when the City has approved of all data entry screen formats and when the City has approved of all printed and terminal output formats and when the City has approved of all functional Software modifications and when the Contractor has - demonstrated to the City’s own satisfaction that the software modifications successfully conform to the functional specifications. 04/04/96 10 - - 2. If the modification(s) successfully meets the Acceptance Test, City shall so notify Contractor in writing within ten (10) business days of completion of the acceptance test that the modification(s) is accepted. If the City does not notify the Contractor in writing within the time frame provided above, the initial test shall be deemed accepted. 3. If the modification(s) fail to meet any or all of the above-specified Acceptance Tests, City shall notify Contractor of such failure in writing and Contractor shall have ten (10) business days after receipt of such notice in which to correct or improve the modification(s) to cause it to meet each such Acceptance Test. Thereafter, City shall have thirty (30) additional business days in which to re-conduct all of the Acceptance Tests specified above. This process may be repeated until the modification(s) is deemed to be accepted. However, if after three (3) iterations of this /h process by the Contractor, the Contractor has not corrected the failure, City shall have the right and option to declare Contractor to be in default. Such declaration of default shall be provided to the Contractor in writing. D. System Performance/Stress Acceptance Testing 1. City shall provide and Contractor will assist City in arriving at a mutually agreeable Stress Test Plan for the System prior to completion of the Software Acceptance Testing for the Phase I modules as further described in Section IX. B. of this Contract. The Stress Test Plan will test the Software and Hardware configuration but will not cross the City’s network and will represent a typical mix of City’s transactions. - 2. Within forty-five (45) business days of the successful completion of each of the Software Acceptance Tests for the Phase I and Phase II modules, the Contractor 04/04/96 11 will assist the City in performing such performance/stress tests on the system as may be necessary to satisfy the Stress Test Plan. 3. The City, will pay Contractor on an hourly basis for its participation in the performance/stress tests as defined in the Stress Test Plan at the contracted rates as specified in Section X of this Contract. Contractor shall be responsible for diagnosing and implementing remedies to correct any performance deficiencies noted in the performance stress test. Software deficiencies shall be remedied at Contractor’s expense. Hardware deficiencies will be remedied by the Vendor at either HP’s expense if covered by the warranty or the City’s expense if not covered by the warranty. 4. If deficiencies are noted in the initial performance/stress tests, Contractor will assist the City in all subsequent re-testing after deficiencies have been corrected. All assistance provided by the Contractor in all subsequent re-testing of the system shall F be at the Contractor’s expense, including travel and living expenses. E. Final Svstem Acceptance Within forty-five (45) business days of acceptance of all software, performance/stress and modification tests for all Phase I and Phase II modules, the City will complete a final review of Contractor’s compliance with the terms and conditions of this Contract. City shall provide Contractor written notice of completion or rejection following the review. In the event that the Contractor is not in compliance, Contractor will have twenty (20) business days following Contractor’s receipt of notice to cure the deficiency. If the Contractor fails to comply within twenty (20) business days, the City may terminate this Contract and be entitled to a full refund of any portion of the - Purchase Price previously paid by the City. 04/04/96 12 X. TIME AND PLACE OF DELIVERY; INSTALLATION AND TRAINING rc‘ The Contractor shall deliver the Software, and the City shall accept such delivery, at the City$ address set forth below on mutually agreed upon delivery dates. The Contractor will provide installation of the Software and training of the City’s personnel. The City will pay a total of $35,603 for these services which may be utilized at the following rates: Resource Rate per Dav Accountant/Programmer/Analyst $560.00 Trainer $312.50 These days may be used at any time, with no time limit. If the City desires additional Accountant, Trainer and/or Programmer days beyond those listed above, the charge will be based on a rate mutually agreed upon by both parties. Xl. PERFORMANCE BOND As security for vendor performance under this Contract, the Contractor will furnish a surety bond (Attachment H) executed on the form bound herein by a surety company duly authorized to do business in California in an amount at least equal to one hundred percent (100%) of the contract price for Bi-Tech Software and related services totaling $315,553. The Bond will be furnished to the City within twenty (20) business days from the date of award of the contract by the City Council. XII. WARRANTY AND LIMITATION OF LIABILITY The Contractor warrants that the Software will be free from any known errors and will operate as described in its accompanying reference manuals and documentation. 04/04/96 13 .- . The Warranty Period is defined as 365 days after the initial installation of the Software. The Contractor will, at its expense, correct any errors in the Software attributable solely to the Contractor or their assigned or subcontracted parties. The Contractor shall be relieved of any and all obligations with respect to this warranty for those parts of the Software that are revised, changed, modified, or maintained by anyone other than the Contractor. The City may modify the licensed Software, but the Contractor shall not be responsible for compatibility of such modified Software with equipment, other programs, future program releases or test and verification routines. Upon notification to the Contractor by the City of any City modifications to Software, the Contractor will use its Client Update Tape Interface Process (CUTIP) system to keep track of all City modified modules. The Contractor warrants that the Software will meet all functional and technical specifications as set forth in the Documents. XIII. OTHER DOCUMENTS The following documents and the Contracts of the City and the Contractor and representations and warranties of the Contractor contained therein are hereby incorporated into this Contract by reference and/or attachment: 1. Software Maintenance Agreement (Attachment A). 2. IFAS/Software User Guides for the modules as listed in Attachment B of this Contract. 3. Software and module Product Descriptions for the modules as listed in Attachment B of this Contract. 4. Request for Proposals issued by the City in March, 1995 (Attachment C). 04/04/96 14 - -4 . r 5. Bi-Tech’s Proposal for a Financial Information System dated May 19, 1995 F (Attachment D). 6. Hardware Product Description (Attachment E). 7. Implementation Schedule (Attachment F). 8. Payment Schedule (Attachment G). 9. Faithful Performance Bond (Attachment H). XIV. GOVERNING LAW This Contract will be governed by and construed in accordance with the laws of the State of California. xv. CHANGES IN WORK If, in the course of the contract, changes seem merited by the Contractor or the ,- City, and informal consultations with the other party indicate that a change in the conditions of the contract is warranted, the Contractor or the City may request a change in contract. Such changes shall be processed by the City in the following manner: A letter outlining the required changes shall be forwarded to the City by Contractor to inform them of the proposed changes along with a statement of estimated changes in charges or time schedule. A Standard Amendment to Contract shall be prepared by the City and approved by the City according to the procedures described in Carlsbad Municipal Code Section 3.28.172. Such Amendment to Contract shall not render ineffective or invalidate unaffected portions of the Contract. XVI. COVENANTS AGAINST CONTINGENT FEES The Contractor warrants that their firm has not employed or retained any - company or person, other than a bona fide employee working for the Contractor, to solicit or secure this Contract, and that Contractor has not paid or agreed to pay any 04/04/96 15 - I I company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Contract. For breach or violation of this Warranty, the City shall have the right to annul this Contract without liability, or, in its discretion, to deduct from the Contract price or consideration, or otherwise recover, the full amount of such fee, commission, percentage, brokerage fees, gift, or contingent fee. XVII. NONDISCRIMINATION CLAUSE The Contractor shall comply with the state and federal laws regarding nondiscrimination. XVIII. TERMINATION OF CONTRACT In the event of the Contractor’s failure to prosecute, deliver, or perform the work as provided for in this contract, the City may terminate this contract for nonperformance /c‘ by notifying the Contractor by certified mail of the termination of the Contractor and the reasons for such termination. Within twenty (20) business days of such notification, the Contractor agrees to refund to the City the amount of the license fees for all software and modifications, prepaid maintenance fees, training and consulting fees, and other related charges as listed in Attachment B, and any travel and living expenses paid by the City. The City agrees to return to the Contractor all unacceptable licensed software programs, related documentation, and copies of such programs and documentation in the forms provided by the Contractor or as modified by the Contractor and to make no further use thereof. City agrees to execute Contractor documents certifying that the City does not possess any work product of the Contractor. If the City determines, within 180 days after the City issues the Notification to Proceed, in its sole discretion that the working relationship with Bi-Tech, or the 04/04/96 16 - P Software, is unsatisfactory for any reason, this Contract may be terminated by the City P upon tendering sixty (60) business days written notice to the Contractor. In the event of such termination, upon request of the City, the Contractor shall assemble the work product and put same in order for proper filing and closing and deliver said product to City. In the event of termination, the Contractor shall be paid for work performed to the termination date, including payment for: (i) all reasonable travel and living expenses incurred prior to notice of termination; (ii) agreed upon applicable rates per person day for Contractor staff time at the City’s location prior to notice of termination; and (iii) the cost of all modifications completed and accepted prior to notice of termination. In the event of termination, the City shall return all software for those modules not implemented. The City shall make the final determination as to the portions of tasks completed and the compensation to be made. No delay or failure of either party to exercise any right or remedy will operate as a waiver thereof. XIX. DISPUTES If a dispute should arise regarding the performance of work under this Contract, the following procedure shall be used to resolve any question of fact or interpretation not otherwise settled by agreement between parties. Such questions, if they become identified as a part of a dispute among persons operating under the provisions of this contract, shall be reduced to writing by the principal of the Contractor or either of the City Project Directors. A copy of such documented dispute shall be forwarded to both parties involved along with recommended methods of resolution which would be of - benefit to both parties. Either of the City Project Directors or principal receiving the letter shall reply to the letter along with a recommended method of resolution within ten 04104196 17 - (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved - party, a letter outlining the dispute shall be forwarded to the City Council for its resolution through the Office of the City Manager. The City Council may then opt to consider the directed solution to the problem. In such cases, the action of the City Council shall be binding upon the parties involved, although nothing in this procedure shall prohibit the parties seeking remedies available to them at law. xx. CLAIMS AND LAWSUITS The Contractor shall agree that any contract claim submitted to the City must be asserted as part of the contract process as set forth in this Contract and not in anticipation of litigation or in conjunction with litigation. The Contractor acknowledges that if a false claim is submitted to the City, it may be considered fraud and the Contractor may be subject to criminal prosecution. The Contractor acknowledges that P California Government Code sections 12650 et sea., the False Claims Act, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If the City of Carlsbad seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney’s fees. The provisions of Carlsbad Municipal Code sections 3.32.025, 3.32.026, 3.32.027 and 3.32.028 pertaining to false claims are incorporated herein by reference. - (initial) 18 04/04/96 XXI. STATUS OF THE CONTRACTOR - The Contractor shall perform the services provided for herein in Contractor’s own way as an independent contractor and in pursuit of Contractor’s independent calling, and not as an employee of the City. Contractor shall be under control of the City only as to the result to be accomplished, but shall consult with the City as provided for in the request for proposal. The persons used by the Contractor to provide sewices under this Contract shall not be considered employees of the City for any purposes whatsoever. The Contractor is an independent Contractor of the City. The payment made to the Contractor pursuant to the contract shall be the full and complete compensation to which the Contractor is entitled. The City shall not make any federal or state tax withholdings on behalf of the Contractor or his/her employees or sub-contractors. The City shall not be required to pay any workers’ compensation insurance or c unemployment contributions on behalf of the Contractor or his/her employees or sub- contractors. The Contractor agrees to indemnify the City within thirty (30) business days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers’ compensation payment which the City may be required to make on behalf of the Contractor or any employee or sub-contractor of the Contractor for work done under this Contract or such indemnification amount may be deducted by the City from any balance owing to the Contractor. The Contractor shall be aware of the requirements of the Immigration Reform and Control Act of 1986 and shall comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, sub- P contractors and consultants that are included in this Contract. 19 04/04/96 XXII. HOLD HARMLESS AGREEMENT - Contractor agrees to indemnify and hold harmless the City of Carlsbad and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorney fees arising out of the performance of the work described herein caused in whole or in part by any willful misconduct, or negligent act or omission of the contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable, except where caused by the active negligence, sole negligence, or willful misconduct of the City of Carlsbad. Contractor shall at his own expense, upon written request by the City, defend any such suit or action brought against the City, its officers, officials, employees and volunteers arising out of the performance of this Contract. Contractor’s indemnification of City shall not be limited by any prior or subsequent declaration by the contractor. Furthermore, the Contractor agrees to indemnify and hold the City harmless from all demands, claims, liability or damages to third parties and all expenses incurred by the City due to any such claims and demands including reasonable attorney’s fees, whether or not legal action is filed, based on any alleged infringement or unauthorized uses of any third party patent, trade secret, copyright or other proprietary right as a result of the use of the Software under the terms and conditions of this Contract; provided the Contractor is promptly notified in writing of any such claim against the City and further provided that-the City permits the Contractor to defend each such claim or to procure license, without additional charge to the City, to use the Software. In the event that the City’s use of the Software is likely to be enjoined as a result of such a claim of infringement or unauthorized use, the Contractor shall, at its option: (i) modify 04/04/96 20 - - . the Software to render it non-infringing without adversely affecting its functionality; (ii) provide the City the rights necessary to continue use of the Software; or (iii) refund the City the Software amount paid by the City and any and all associated costs. XXIII. ASSIGNMENT OF CONTRACT The Contractor shall not assign this contract or any part thereof or any monies due thereunder without the prior written consent of the City. XXIV. SUBCONTRACTING The Contractor shall not subcontract any of the work to be performed under this contract by the Contractor without prior written consent of the City. If the Contractor should subcontract any of the work with prior written consent, the Contractor shall be fully responsible to the City for the acts and omissions of Contractor’s sub-contractor and of the persons either directly or indirectly employed by the sub-contractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this contract shall create any contractual relationship between any sub-contractor of Contractor and the City. The Contractor shall bind every sub- contractor and every sub-contractor of a sub-contractor by the terms of this contract applicable to Contractor’s work unless specifically noted to the contrary in the subcontract in question approved in writing by the City. XXV. PROHIBITED INTEREST No official of the City who is authorized in such capacity on behalf of the City to negotiate, make, accept, or approve, or take part in negotiating, making, accepting, or approving of this Contract, shall become directly or indirectly interested personally in this contract or in any part thereof. No officer or employee of the City who is authorized in such capacity and on behalf of the City to exercise any executive, supervisory, or 04/03/96 21 similar functions in connection with the performance of this contract shall become directly or indirectly interested personally in this contract or any part thereof. XXVI. VERBAL AGREEMENT OR CONVERSATION Both the City and Contractor agree that this Contract constitutes the entire contract by and between them. Any oral or written documents between the parties which are inconsistent with the terms of this Contract or are in addition to the terms of this Contract are superseded by this document and are of no further validity or force or effect. Amendments to this Contract may only be made in writing and by a document specifically indicating that it is intended to be an amendment to this Contract. XXVII. SUCCESSORS OR ASSIGNS Subject to the provisions of Section XXII, “Hold Harmless Agreement,” all terms, conditions, and provisions hereof shall inure to and shall bind each of the parties hereto, and each of their respective heirs, executors, administrators, successors, and assigns. XXVIII. LIQUIDATION OF CONTRACTOR In the event that the Consultant (or a surviving company in the event of merger or sale of Bi-Tech) is liquidated, dissolved, or ceases to carry on business on a regular basis, the City will have a perpetual, irrevocable, nonexclusive, license, title and right of ownership to the Software (inclusive of source code and all other documentation) subject to the City agreement that it will not, at any time, market the Software. XXIX. EFFECTIVE DATE This Contract shall be effective on and from the day and year first written above. 04104196 22 m XXX. CONFLICT OF INTEREST The City has determined, using the guidelines of the Political Reform Act and the City’s conflict of interest code, that the Contractor will not be required to file a conflict of interest statement as a requirement of this Contract. However, Contractor hereby acknowledges that Contractor has the legal responsibility for complying with the Political Reform Act and nothing in this Contract releases Contractor from this responsibility. XXXI. INSURANCE The Contractor shall obtain and maintain for the duration of the contract and any and all amendments insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the work hereunder by the Contractor, his agents, representatives, employees or sub- contractors. Said insurance shall be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Bests Key Rating of not less than “A-Y and shall meet the City’s policy for insurance as stated in Resolution No. 91-403. A. Coveraae and Limits. Contractor shall maintain the types of coverage and minimum limits indicated herein, unless a lower amount is approved by the City Attorney or City Manager: 1. Comprehensive General Liability Insurance. $1 ,OOO,OOO combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits shall apply separately to the work under this contract or the general aggregate shall be twice the 04/04/96 23 required per occurrence limit. /“- 2. Automobile Liability (if the use of an automobile is involved for Contractor’s work for the City). $1 ,OOO,OOO combined single-limit per accident for bodily injury and property damage. 3. Workers’ Compensation and Employer’s Liability. Workers’ Compensation limits as required by the Labor Code of the State of California and Employer’s Liability limits of $1 ,OOO,OOO per accident for bodily injury. 4. Professional Liability. Errors and omissions liability appropriate to the Contractor’s profession, with limits of not less than $1,000,000 per claim. Coverage shall be maintained for a period of five years following the date of completion of the work. B. Additional Provisions. Contractor shall ensure that the policies of insurance required under this Contract contain, or are endorsed to contain, the following provisions. . 1. The City shall be named as an additional insured on all policies excluding Workers’ Compensation and Professional Liability. 2. The Contractor shall furnish certificates of insurance to the City before commencement of work and endorsements for additional insured and cancellation provisions. 3. The Contractor shall obtain occurrence coverage, excluding Professional Liability which shall be written as claims-made coverage. 4. This insurance shall be in force during the life of the Contract and any - extension thereof and shall not be canceled without (thirty) 30 days prior written notice to the City sent by certified mail. 04/04/96 24 - - 5. If the Contractor fails to maintain any of the insurance coverage required herein, then the City shall provide ten (10) business days written notice after which the City will have the option to declare the Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in order that the required coverage may be maintained. The Contractor is responsible for any payments made by the City to obtain or maintain such insurance, and the City may collect the same from the Contractor or deduct the amount paid from any sums due the Contractor under this Contract. XXXII. RESPONSIBLE PARTIES The name of the persons who are authorized to give written notices or to receive written notice on behalf of the City and on behalf of the Contractor in connection with the foregoing are as follows: r For City: Title Name Address For Contractor: Title Name Address Proiect Directors Lee Rautenkranz or Lisa Hildabrand 1200 Carlsbad Villaoe Drive Carlsbad. CA 92008 VILE ?)ze3mx el(L Gwdcc SelJce E. L447&5~ (032 bvlvl~ s-i- c-, CL4 9-33 04/04/96 25 .-- ‘7 - - I s XXXIII. BUSINESS LICENSE Contractor shall obtain and maintain a City of Carlsbad Business License for the duration of the contract. Executed by Contractor this /g ” day of , 193 /3or/ / CONTRACTOR: CITY: BI-TECH SOFTWARE, INC. CIlY OF CJRLSBAD, a municipal mia L/ Executive Vice President Mayor ATTEST: r Secretary City Clerk KAREN R. KUNDTZ, Assistant City Clerk (Proper notirial acknowledgment of execution by Contractor must be attached.) (President or Vic&President and Secretaty or Assistant Secretary must sign for corporations. If only one officer signs, the corporation must attach a resolution certified by the Secretary or Assistant Secretary under corporate seal empowering that officer to bind the corporation.) APPROVED AS TO FORM: RONALD R. BALL City Attorney Deputy City Attorney . 26 04~03M State df kpfi &- 7, &Q County of Q&LeYY P-- </fz/ CT& before me, _ g&i(-&- ‘~?/:.-~/~/;L.k ( , AAME, TITLE OF GFFICER E.G.. ‘JANE 6OE. NOTARY PUBLIC personally appeared a personally known to me - OR - a proved to me on the basis oysatisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), ullWUUUmUIIUlIIWUJ1lllll~llilulll~ or the entity upon behalf of which the OCflCIAC SEAL E person(s) acted, executed the instrument. 1QlBwb STELLA M. STRlCK‘ER~ woruv WELIC - CAcIfoaNIA m WITNESS my hand and official seal. COUNTV Of DUml 0 _Y $y Commhslon Explm Janu8ry 1% tDOI i ii,“rlurmmm,nllul~~l”“l,l,l,ulUllll~~u~ill~ / SIGNATURE OF NOTARY - OPTIONAL SECTION - CAPACITY CLAIMEO BY SIGNER Though statute does not require the Notary to fill in the data below. doing so may prove Invaluable to persons relyng on the document. 0 INDIVIOUAL q CORPORATE OFFICER(S) TITLE(S) 0: PARTNER(S) q LIMITED l-l GENERAL ZALIFORNIA ALL-PURPOSE ACKNOWLEDGMENT - NO 5193 0 ATTORNEY-IN-&kT 0 TRUSTEE(S) 0 GUARDIAN/CONSERVATOR cl OTHER: SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTITY(W) OPTIONAL SECTION THIS CERTIFICATE MUST BE ATTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here IS not reqwrad by law, mt could prevent fraudulent reattachment ot this form. SIGNER(S) OTHER THAN NAMED ABOVE “C 01993 NATIONAL NOTARY ASSOCIATION * 8236 Aemmet Ave.. P.O. Box 7184 l Cancga Park, CA 91309.7184 l . -NAME. TITLE OF OFFICER. E.G., *JAN DOE. NOTARY PUBLIC q INDlVlDUAL 7 0 CORPORATE OFFICER(S) personally appeared L i, ,~i‘L I .I J J TITLE(S) 0 personally known to me - OR - q proved to me on the basis of satisfactory evidence 0 PARTNER(S) 0 LIMITED to be the person(s) whose name(s) is/are l-l GENERAL subscribed to the within instrument and ac- 0 ATTORNEY-IN-FACT knowledged to me that he/she/they executed 0 TRUSTEE(S) the same in his/her/their authorized capacity(ies), and that by his/her/their q GUARDIAN/CONSERVATOR signature(s) on the instrument the person(s), q OTHER: ~luIIIIIRUUIlIlIUlUl~~~ll~fu~~llllllll~~~~lll~ or the entity upon behalf of which the i Off;~;MS~-’ ; person(s) acted, executed the instrument. ‘J) STELLA M. STR~CKLERP SIGNER IS REPRESENTING: % NOTAll* l UOLIC - cALlfOnNm u) NAME OF PERSON(S) OR ENTITY(IES) COUNW Of @uwg 0 WITNESS my hand and official seal. piMr ~~mrnioo~on Bsp(m JanU-Y 1% la” 3 ~~~~;~~~~un~i~~~l~ullUu~~~~~~~~n~ 1’ r SIGNATURE OF NOTARY OPTIONAL SECTION - OPTIONAL SECTION - CAPACITY CLAIMED BY SIGNER Though statute does not require the Notary to fill in the data below, doing so may prove invaluabk to persons relying on the document. 4 CALIFORNIA ALLPURPOSE ACKNOWLEDGMENT NO. 5193 THIS CERTIFICATE MUST BE AlTACHED TO TITLE OR TYPE OF DOCUMENT THE DOCUMENT DESCRIBED AT RIGHT: NUMBER OF PAGES DATE OF DOCUMENT Though the data requested here is not required by law. tt could prevent fraudulent reattachment of this form. SIGNER(S) OTHER THAN NAMED ABOVE $3 P1993 NATIONAL NOTARY ASSOCIATION - 8236 Ftemmet Ave., P.O. Box 7184 l Canoga Park, CA 91309-7184 c * ’ . F ATTACHMENT A SOFTWARE MAINTENANCE AGREEMENT I. STANDARD MAINTENANCE Other than third party products, the Contractor agrees to provide the City with a one (1) year Warranty for the Software described in and licensed by this Contract, commencing with Contractor’s certification to the City of the readiness of the Software for Installation Acceptance Testing as set forth in Section IX of this Contract. Said Warranty is provided to the City at no charge. Upon the first annual renewal date after final acceptance of the software, the City shall have the option of purchasing the Contractor’s maintenance coverage for a period of one (1) year and renewable annually unless terminated by the City, pursuant to the terms set forth herein. As long as the City is paying for maintenance with respect to the Software under the terms set forth herein, the Contractor shall provide to the City at no additional cost (and, to the extent applicable, install or give adequate instructions for the installation of magnetic image program updates and additions) the following goods and services: A. All user guide updates created by the Contractor which relate to the Software. B. All program updates and additions for use with the Software which are developed by the Contractor, provided, however, that no such program update or addition shall materially impair the functionality or performance characteristics of the Software. Documentation updates which relate to particular program updates and additions will be included in magnetic image with the Software mailing; hard copy .-c- documentation will normally follow immediately after delivery of the Software updates and additions. 04/04/96 27 C. Phone-in consultation services in which the City may request and receive verbal - information regarding the use of the Software. Normal response to client-initiated requests for information will be within four (4) hours. These services shall be available during the hours of 500 a.m. to 500 p.m., Pacific Standard Time, on standard business days. The City agrees to attempt to locate information in provided user documentation prior to use of phone-in consultation service. D. Phone-in consultation services will also be available on a 24-hour basis as needed. Fees for such services delivered during times other than those stated above shall be at a rate negotiated by the parties and will be in addition to the costs stated in Section II below. 1. As the Contractor provides updates to its Software, remote support may be required via telecommunications. The City agrees to install and maintain, for the duration of this Contract, a 14.4 (minimum) BPS modem. 2. All program changes deemed necessary by the City (including any program updates and additions) to make the software perform as described in the user guides, provided, however, that no user guide update shall be effective to delete or reduce a functional specification without the City’s consent. Maintenance services shall be provided with sufficient promptness in an effort to avoid down-time. Any modifications not made by the Contractor, and the results caused thereby to the Software shall be the sole responsibility of the City. For the term of this Software Maintenance Agreement, the Contractor shall provide the City, on a timely basis, with updates necessary for the System to continue to - accomplish its principal computing functions and with updates reflecting improvements made to the Software by the Contractor. If the City notifies the Contractor that it 04104196 28 h . ’ suspects an error in the program logic or documentation of the Software, the Contractor shall, as part of such support, use its best efforts to confirm the existence of the error and correct it. ; The Contractor shall provide the City with such modifications to the Software as the City may reasonably require to maintain the compatibility of the Software with new releases or updates of the HP Unix operating system. Said modifications shall be provided as part of the Software Maintenance Agreement at no additional cost. The City will have the option, at the end of the first year Warranty under this Contract, to extend such maintenance from year to year. Should the City not exercise the option to extend maintenance beyond the first year of maintenance under this Contract, the City retains the right to purchase at cost from the Contractor any future releases and/or enhancements to the Software, including modifications to the Software r‘ to maintain its compatibility with new releases of the operating system. The City accepts responsibility to remain current with maintenance on all third party products that are required for use with IFAS. II. HASSLE FREE SUPPORT As long as City is paying for Standard Maintenance under the terms and conditions stated in Section I and Ill of this Attachment A, City shall have the option to purchase Hassle Free Support (HFS) as further defined herein. Under HFS, Contractor shall provide to the City the following goods and services: A. Automatic updates for identified software corrections and general IFAS system enhancements on a routine and regular basis. 9. Updates, including all documentation, shall be transmitted via remote telecommunications transmission under the terms and conditions set forth in the Software 04/04/96 29 Maintenance Agreement. - C. A locally accessible log of all Bi-Tech activity performed to effect the remote update shall be available immediately upon completion of the HFS process. Licensee agrees to provide direct access of the licensed IFAS system to Bi-Tech for purposes of performing all update activities via remote telecommunications transmission. A modem with a minimum speed of 14,400 BPS must be provided by the licensee for all HFS updates. Access to the system by Bi-Tech shall conform to the procedures as identified by the City. The licensee shall inform Bi-Tech in writing no less than thirty (30) business days prior to any changes in the HFS log-on procedures or as mutually agreed upon. If Bi-Tech is instructed to provide HFS Maintenance to any directory/account other than the client’s ‘Production’ directory/account, it shall be the responsibility of the client to update the ‘Production’ directory/account prior to the next scheduled HFS update. /p The licensee shall have the option, at the end of the first year of HFS Maintenance under this Agreement, to extend such maintenance on a year to year basis. Should the Licensee not exercise the option to extend HFS Maintenance beyond the first year of maintenance under this Agreement and continue standard maintenance under the Software Maintenance Agreement, the Licensee retains the right to obtain any software corrections, future releases, and/or enhancements, including modifications to the Software to maintain its compatibility with new releases of the operating system through the then standard method of update supported by Bi-Tech. III. CHARGES The charges for the City’s maintenance coverage shall be based on a rate of 12% of the undiscounted price of the Software as set forth in Attachment 9. In addition, the City may opt to purchase “Hassle Free Support” as further described above for an additional annual 04/04/96 30 , fee of $1,550 per year. All maintenance charges are subject to annual increases provided that such increases cannot be accessed during the term of such extended coverage. Annual increases in maintenance coverage are limited to the increase in the previous year’s CPI for Urban Wage Earners (all items) - Western Region or 2%, whichever is less. IV. PAYMENT SCHEDULE Payment of maintenance charges, plus applicable taxes, may be pro-rated the first year to a date as specified by the City, and will be paid annually thereafter. 04/04/96 - ? ATTACHMENT B COST SUMMARY r Item List Purchase Price Discount Price iOFTWARE 8 IMPLEMENTATION 3i Tech Application Modules General Ledger NUCLEUS Accounts PayablelEncumberance Accounts Receivable/Cash Receipts Check Management Person/Entity Database AD HOC Reporting/Budget Models Click, Drag & Drill Job/Project Ledger Budget Item Detail Purchasing Payroll Human Resources Position Control Fixed Assets 28,050 0% 28,050 8,250 0% 8,250 16,500 0% 16,500 16,500 0% 18,500 8,250 0% 8,250 4,950 0% 4,950 Incl. 0% 0 Incl. 0% 0 19,800 15% 16,830 9,900 15% 8,415 15,675 15% 13,324 28,400 15% 22,440 26,400 15% 22,440 7,425 15% 6,311 9,900 15% 8,415 iub-Total Bi Tech Application Modules li Tech Medications Benefits based on seniority Active employee no accrual Sierra Permit Interface iub-total Bi Tech Modifications nformix Software Online Dvlp. Online RT ESQUC, Dvlp ESQUC, RT _ C-ISAM, RT l4GL, Dvlp l4GL, RT iub-total lnformix Software BicroFocus Software MF Cobol, Dvlp MF Cobol, RT-first user MF Cobol, RT-added users iub-total MicroFocus Software 198,000 180,875 2,800 0% 2,800 1,400 0% 1,400 N/C N/C 4,200 4,200 7,500 15% 6,375 48,375 15% 41,119 375 15% 319 8,930 15% 7,591 3,600 15% 3,060 2,700 15% 2,295 13,500 15% 11,475 84,980 72,233 1,250 20% 1,000 250 20% 2oc 2,300 20% 1,84C 3,800 3,040 r-- - . ’ ATTACHMENT B COST SUMMARY Item Additional Software TRIAD Module GUI (5@$1 OO/station) ODBC 8 I-Net Products (48@$200/station) iub-total Additional Software rraining and Implementation Services Standard Training Assistance (53@$625/day) Consulting (34@$700/day) - Includes consulting, additional imp. assistance, data conversion. Additional Consulting Days (Triad, GUI 8 ODBC) (6@$700/day) iub-total Training and Implementation Services 3i Tech System Integrator Role (Phase I Only) ;RAND TOTAL - SOFTWARE 8, IMPLEMENTATION 3i Tech Application Modules - Price Protection* Stores Inventory Business & Animal Licenses l Price protected until 12/31/98. iARDWARE iewlett Packard Hardware & Services Hardware - HP/9000 Software System Support . Single Event Support sub-total Hewlett Packard Hardware & Senrices 90,888 ;RAND TOTAL -SOFTWARE, IMP. & HARDWARE 484,O-l a - List Price 4,125 500 9,600 14,225 10% 10% 10% 50% 20% 100% 0% 3,713 450 8,640 12,803 33,125 23,800 4,200 81 ,125 7,000 373,330 16,563 19,040 0 35,603 7,000 315,553 19,800 09 19,8OC 9,900 09 9,9oc 62,894 14,742 5,132 7,920 C C 62,894 14,742 5,132 7,92c 90,681 ( ( 406,241 Discount Purchase Price I ’ . . ATTACHMENT C CITY OF CARLSBAD REQUEST FOR PROPOSAL FOR FINANCIAL INFORMATION SYSTEMS SOFTWARE LICENSE AND SUPPORT ON FILE IN THE CITY OF CARLSBAD CITY CLERK’S OFFICE ATTACHMENT D BI-TECH SOFTWARE, INC. PROPOSAL TO THE CITY OF CARLSBAD ON FILE IN THE CITY OF CARLSBAD CITY CLERK’S OFFICE ,- ’ . I 5 B M i S I & z t 2 C - 5 2 L i-T- i 2 ” - - _ _ :. I 0 d z 8 i= i ;,5’ I - 5 2. ;* i, $2 t- 2 : E- & z- ;g 2 .z _ :. -. : : .._. _ _. 3 ~~~u-~‘u~o’d-P‘d’~~ D ‘D m 0 0 0 0’0 -0 -u-O’Q’d‘O -0 E 2 0 m O.-o’-0 -h9NO~N1001~0~9-,---~--- -- Ln r-7 3.-,-l -0 t 0 - 2 % -0 cc -0 ‘D’” N ‘Dz _ ..: . 1 - _ _ ,. .._ .._ _ ._ _ _ _ ._ _ _ _ ; / 0 f 1 E 1 l f I c P 1 1 T I B 9 P .o > i I h l c I 1 1 1 1 L 3 8 - 1 5 3 t. ” L E - :g g g g ;i :‘;:332; :‘ m CI ..;c ---ma -c . . . . . . . . . A . .._...._. - zggg1 3332; . - c c L rss&; , 5 : 5 M : 13 rch 5 P ._._ -.. ____ I- ._._. ._..... -. .._... __._ _...._ “““‘~ -. 1K I- ------- -- .._ ._... 8 --.-- ----.--- .---.- .--... .-.-.. ... .. -.-.- -.--- .... ... .......- ..--.. --.-..-.-. ; : :: : ; / : j ; : - 0 4 i [ B l s I f 1 !I I i - 3 a* 5: ;. ai t: - :TH so ;‘a :0 VU b ’ z .c * ,Uti z 0 F : 4 ri t < s P ; 2 2 F < 2 s 5 h < c .g ii - 5 z - r d - i , 1 I - _ ( ._. ._ ._ _. _ ._ _ _ T : _ . ._. _ : - ._ -... ,. . _ _ ‘. I i I I d i I / i I , I I ! ! : : : : : : _. _ _ T : _ . _..._ ..:. _..- _ .._._. . . . . . . . . .._......._......._......? ._ _ _ N i / ; ..; j ..-. : c : % P z : re :: $4 2 4t / ii 51 : ig ! 2 a L 8 ga; * .E Pf dl- :i .- : mu .: 2 z gg !$5 e ; ; i‘ i: -se ik ?g a4 3 9 h (D . - - - . ..-... --..- ._.. - f - A c ATTACHMENT G PAYMENT SCHEDULE l -I Milestone/Payment Item % of Zumulatin Total 8 % s % of Total lewlett-Pz :umulativ~ % I. Contract Signing Bi Tech Application Modules Additional Software HP Hardware 20 20 36,135 20 20 2,561 lnformix and Microfocus Software Bi Tech Training and Implementation Services Bi Tech System Integrator Role - Phase I Sub-total 20 20 20 20 20 20 15,055 7,121 1,400 62,271 !. Upon Acceptance of the HP Hardware, informix and Bi Tech initial Installation(l) Bi Tech Application Modules Additional Software HP Hardware lnformix and Microfocus Software (2) Bi Tech Training and Implementation Services Bi Tech System Integrator Role - Phase I Sub-total 30 50 30 50 0 0 80 100 80 100 80 100 54,203 3,841 0 60,218 28,482 5,600 152,344 lot 101 90,681 90,681 1. Upon Acceptance of Phase I Modules* (or 120 days from completion of Milestone #2) Bi Tech Application Modules Additional Software Sub-total 30 30 10 IO 10 10 80 80 54,203 3,841 58,043 1. Upon Acceptance of Phase Ii Modules* (or 210 days from the completion of Milestone X2) Bi Tech Application Modules Additional Software Sub-total 90 90 100 100 18,068 1,280 19,349 i. Upon Satisfactory Completion of Phase ii Stress Tests Bi Tech Application Modules Additional Software Sub-total 18,068 1,280 19,346 rOTALS 311,354 90,68 Ulodifications 4,200 1) For definition of Acceptances, see Acceptance Testing section within the Contract document. ‘! Proof of payment made by Bi-Tech for lnformix and trvlicrofocus products required prior to this payment. Bi Tech l- 3rd , L F ATTACHMENT H FAITHFUL PERFORMANCE BOND KNOW ALL MEN BY THESE PRESENT, That (“Contractor”) and (“Surety”) are held and firmly bound unto the CITY OF CARLSBAD, as Obligee, hereinafter called Owner, in the sum of Dollars, for the payment of which sum well and truly to be made, we bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents. WHEREAS, the Contractor has been awarded and is about to enter into a contract with Owner to perform all work required under the Bid Schedule(s) of the Owner’s specifications entitled, WHEREAS, the provisions of the Contract are incorporated by reference into this Faithful Performance bond and shall be part of Surety’s obligation hereunder. NOW THEREFORE, if Contractor shall perform all the requirements of said contract required to be performed on his part, at the times and in the manner specified herein, then this obligation shall be null and void, otherwise, it shall remain in full force and effect. PROVIDED, that (1) (2) (3) (4) ,- any alternations in the work to be done or the materials to be furnished, which may be made pursuant to the terms of the Contract, shall not in any way release Contractor or Surety hereunder, any extensions of time granted under the provisions of Contract shall not release either Contractor or Surety from their respective obligations to Owner, notice of any such alterations or extensions of the Contract is hereby waived by Surety, any payments (including progress payments) made on behalf of Owner to Contractor after the scheduled completion of the work to be performed pursuant to the Contract shall not release either Contractor or Surety from any obligations under the Contract or this Faithful Performance Bond, or both, including any obligation to pay liquidated damages to Owner. CAkIF~RNlA ALL=l’“RPO?r ACKNOWLEDGMENT A No. 5907 state Of CALIFORNIA County of BUTTE On APRIL 9, 1996 before me, MARJORLE T. STEPuy PlTgZTr 55 55 , DATE NAME. TITLE OF OFFICER -E.G., “JANE DOE. NOTARY PUSLlC personally appeared GARY SITTON , NAME(S) OF SIGNER(S) 0 personally known to me - OR - Bproved to me on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and ac- knowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their ~((~~~~~i~~~~::~l~il~~~l~i:lli~“5~1~~ffl~~u5~~~1~ #,,~F:<;‘AL SLAL signature(s) on the instrument the person(s), ?i i3J57 *$ PpGw~;~ f; ~~=y~~~g or the entity upon behalf of which the c ~*?JMr, OF surrt 0 person(s) acted, executed the instrument. m;on Erpcrru Janwry 1% lQa@ g WITNESS my hand and official seal. OPTIONAL Though the data below is not required by law, it may prove valuable to persons relying on the document and could prevent fraudulent reattachment of this form. CAPACITY CLAIMED BY SIGNER DESCRIPTION OF AllACHED DOCUMENT 0 INDIVIDUAL 0 CORPORATE OFFICER TITLE(S) TITLE OR TYPE OF DOCUMENT 0 PARTNER(S) 0 LIMITED 0 GENERAL 0 ATTORNEY-IN-FACT NUMBER OF PAGES 0 TRUSTEE(S) 8 ~U;;IAN/CONSERVATOR DATE OF DOCUMENT SIGNER IS REPRESENTING: NAME OF PERSON(S) OR ENTlTY(IES) SIGNER(S) OTHER THAN NAMED ABOVE 01993 NATIONAL NOTARY ASSOCIATION l 8236 Remmet Ave., P.O. Box 7184 l Canoga Park, CA 91309-7’184 - c - - A-*- B&Tech Terminology ILL!! rc- AP - Accounts Payable AR - Accounts Receivable CDD - Click, Drag & Drill A Windows-based report writer with “point and click” report definitions. CDD supports linked “drill d own” reports, with optional pop-up selection criteria prompts that appear prior to drilling down. CK - Check Management GUI - Graphical User Interface What allows us to view the Bi-Tech software in a Windows-type environment. EN - Encumbrances GL - General Ledger HR - Human Resources IFAS - Interactive Fund Accounting System What Bi-Tech calls its software package, which includes the various finance and accounting modules. NUCLEUS Bi-Tech’s general purpose software system that provides security safeguards, centralizes system information, provides a tool to create user/job interface dialogue, automatically interfaces systems to users by conducting menu-driven job request dialogue, launches batch jobs and created a standard structure for interfacing user given parameters to applications programs. PC - Position Control A system designed to create and model budgets based on job and position assignments. Position Control information can, at any time, be used to automatically create line item budgets in the General and/or job Project Ledgers. Position Control information is fully integrated with the Human Resource Information System, General Ledger, and Payroll. PE - Person/Entity This system maintains person and entity name and address information in a central database. This database can then be used by all application software needing to access such information, providing data consistency, accuracy and enhanced control. PO - Purchasing PY - Payroll RJE - Recurrent Journal Entry Creates automatic transactions. TRIAD - Truly Relational Integrated Application Developer A development platform that can be used to create specialized modules which need to be fully integrated into other modules comprising Bi-Tech’s IFAS. May 12,1998 Bi-Tech Software Attn: Jennifer Bennett, Client Excellence 890 Fortress Street Chico, CA 95973 RE: AMENDMENT NO. 1 TO ORIGINAL SOFTWARE LICENSING AGREEMENT Enclosed for your records is a copy of the Agenda Bill and Resolution adopted by the Carlsbad City Council on May 5, 1998, which approved the amendment to the original Financial Information Systems Software, License and Support contract with Bi-Tech Software. Also approved was additional City requested training, software modifications and programming services. I have also enclosed a copy of Amendment No. 1 to the original agreement. If you have any questions regarding these documents you may call Gordon Peterson, Info. Sys. Manager, at (760) 434-2915. 4a-=)+ KATHLEEN D. SHOUP Sr. Office Specialist 1200 Carlsbad Village Drive * Carlsbad, California 92008-l 989 - (760) 434-2808 @