Loading...
HomeMy WebLinkAboutC-3223 - Police Computer SystemAGREEMENT BETWEEN CITY OF NEWPORT BEACH Ii�fi7 PRC PUBLIC SECTOR, INC MARCH 1996 `A 0 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 0 0 AGREEMENT THIS AGREEMENT is made and entered into as of z ?-a5 -9(v , 1996 by and between PRC PUBLIC SECTOR, INC., a Delaware corporation with a principal place of business at 12005 Sunrise Valley Drive, Reston, Virginia 22091, hereinafter referred to as "CONTRACTOR," and the City of Newport Beach, California, hereinafter referred to as "CITY." NOW, THEREFORE, the parties hereto agree as follows: 1. SCOPE OFAGREEMENT This Agreement specifies the contractual terms and conditions by which CITY will procure from the CONTRACTOR, systems and services to permit CITY to serve its community including, but not limited to: (1) designing an integrated Police computer -aided dispatch (CAD), Police Records Management Systems (RMS), and interfaces for Mobile Data Devices (Mobile Data), Jail Management System (JMS) and such other interfaces and components as set forth herein, (2) procuring the computers, equipment, and associated hardware, (3) providing technical resources to prepare custom programs and (4) providing training and consulting services in implementing and integrating said systems. Such services shall conform to CITY's Request for Proposal as modified by CONTRACTOR's proposal M -1856 dated December 16, 1994, and amended by subsequent correspondence identified in Exhibit B. The Agreement deliverable items and their current schedule for delivery are shown in Exhibits C and E, respectively. Upon their approval by the CITY, the Functional Specification Document and Implementation Plans shall be the first documents in the order of precedence to be used in the event of any technical and/ or project schedule conflict requiring interpretation. 2. TERMOFAGREEMENT The term of this Agreement shall begin upon the execution hereof by the CITY and the CONTRACTOR, and shall continue through the implementation of the CITY's Systems and Warranty periods which includes providing all contractual services, unless sooner terminated. 3. CHANGES N B W W D 3/15!96 CITY may require changes in the scope of the work services and/or equipment to be performed or provided by CONTRACTOR hereunder. All such changes, which are mutually agreed upon by and between all the parties, shall be incorporated in written amendments to this Agreement. All such amendments shall state any 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 increase or decrease in the amount of the compensation due CONTRACTOR for the change in scope and any potential schedule, data storage or performance change. Approval by the Police Chief or his designee shall be required for change orders increasing compensation or consideration to CONTRACTOR in excess of $30,000. Change orders under $30,000 may be made at the discretion of the City's Project Manager. CONTRACTOR will update subsequent project status reports to indicate progress. CONTRACTOR will respond to requests for cost estimates in a timely manner. 4. FUNCTIONAL SPECIFICATION DOCUMENT "B 006 "D 3/15/96 CONTRACTOR shall deliver for the CITY's approval a Draft Functional Specifi- cation Document (FSD) after the start of each application software module (i.e., CAD and MIS FSD and Police RMS FSD) per the agreed upon Implementation Schedule. If the CITY and CONTRACTOR do not agree on the Functional Specification Document for any application software module within thirty (30) days from submission, then the CITY may terminate the installation of that module. In the event of such termination, the parties shall negotiate in good faith for an amount that shall recompense CONTRACTOR for the efforts it expended on such module and the amount due CONTRACTOR or the CITY shall be computed and paid. In no event shall the amount be greater than the appropriate milestone payment. Should the parties not come to such agreement after the exercise of reasonable and diligent efforts, then the parties shall handle the issue as provided for in Paragraph 10 - Disputes. The Functional Specification Document shall include, but not be limited to: The functionality identified in the incorporated documents listed in the Order of Precedence section setting forth the scope and content of the system to be provided to the CITY by CONTRACTOR. To fully define the agreed upon modifications, interfaces and/or additions to the base system, CONTRAC- TOR will prepare definitive specifications for these modifications /additions including screens, menus, reports, error messages and data elements and the content and format of user documentation. Acceptance testing plans and criteria incorporating the provisions of this Contract. Implementation approach (e.g., cutover approach/parallel operation) and Implementation Schedule identifying detailed tasks, timeframes and mile- stones. Such other items delineating the system and the work to be performed by CONTRACTOR as the parties may mutually agree upon in writing. 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 III 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 The parties agree to cooperate with each other in the preparation of the FSD. CONTRACTOR agrees to perform the work and provide the system in the manner specified in the FSD. Upon completion and acceptance of the FSD by both parties, the FSD shall be incorporated by reference into this Agreement. Any change to the FSD after its acceptance shall be in writing and by mutual consent. The parties envision that it might be appropriate and beneficial to break one or more of the application software phases into segments or sub - phases. Doing so may affect training, delivery, acceptance, and payment for such application soft- ware. If appropriate, the parties agree to negotiate in good faith this segmented implementation so as to minimize any possible detrimental effects on one or both of the parties. 5. STANDARD OF PERFORMANCE WB C .WPD 3/15/96 CONTRACTOR shall certify, in writing, to CITY when each individual System Phase (as indicated in Implementation Plan, e.g., Phase I- Police CAD (including MIS and Mobile Data Interface); Phase 2 Police -RMS Applications Modules including Mobile Data Interface) hardware and software supplied by CONTRAC- TOR hereunder is installed and ready for use. a. Overall System Functionality Each System Phase shall be deemed functionally complete when the func- tional and integration testing, as defined in the Functional Test Plan, has been completed. CONTRACTOR will fix any "bugs," software errors or omis- sions in the application software in accordance with the Functional Specifica- tion Documents. Individual Phase Acceptance and initiation of the warranty period will not occur until all significant system and software problems have been resolved, in accordance with Paragraph 6 - Acceptance. CITY will provide CONTRACTOR with timely problem reports describing detected errors and CITY priorities for CONTRACTOR correction. b. CAD Response Time CAD response time testing will demonstrate the rapid processing of critical dispatch operational applications and transactions. Prior to going live, two scripted load tests shall be conducted. The Initial Load Test shall consist of a normal mix of all standard Police CAD and MIS transactions. Volume calculations and load modeling shall be based on the current peak load as defined in CITY's RFP. In addition, the load test shall simulate transactions and network delays from all local and remote peripherals, workstations, and 3 129 130 131 132 133 134 135 136 137 138 139 140 141 142 143 144 145 146 147 148 149 150 151 152 153 154 155 156 157 158 159 160 161 162 163 164 165 166 167 mobile data terminals, as configured ( "end -to -end" testing). Third party components not supplied by CONTRACTOR shall not be included in the timing tests. This includes but is not limited to telephone lines and radio frequency transmissions and non PRC related CAD/RMS network traffic. CAD response times will operate at less than one - and -a -half (1.5) seconds 98% of the time for command entry, screen changes and direct inquiries, and 95% of the transactions performed during the load test will operate within a maximum of three (3) seconds. CITY and the CONTRACTOR shall jointly develop the mix of standard CAD/MIS transactions to be used in the load test which must reflect normal dispatch center operation. No single transaction shall exceed five (5) seconds with the exception of hard -copy reports or SQL (Ad -hoc) or non - indexed inquiries which are not included in any response time requirements. If the system meets the above standard, it will be deemed to have passed the Initial Load Test for Phase 1- CAD. If the system does not meet the above standard, CONTRACTOR shall then take the necessary steps to correct deficiencies prior to CITY accepting the system phase. The Second Load Test will test the system's capacity to respond to the seven year peak load predicted as indicated below. CAD response times of less than 3 seconds will be achieved on a minimum of 95% of all transactions. The response time will be verified by the CONTRACTOR's scripted load test which will simulate the below listed Police loads. The scripted load test will be mutually pre- approved by CITY and CONTRACTOR. The loads to be used for system testing are: Police CAD Peak Number Peak Number of Incidents of Dispatches per day per /tour 1000 C. CAD System Availability IN The performance period for the Police CAD System (Phase 1), a period of thirty (30) calendar days, shall commence within five (5) days after the date of CONTRACTOR certification for reliability testing at which time opera- tional control becomes the responsibility of CITY. It is not required that one thirty (30) day period expire in order for another performance period to begin. N8 W WPD 3/15/96 4 211 "B Opan."D 3115196 168 If said System operates on line at a level of effectiveness of ninety -nine- 169 point -nine (99.9 %) percent for a period of thirty (30) consecutive days from 170 the commencement of the performance period, it shall be deemed to have met 171 CITY's standard of performance for CAD - Phase I. The level of effec- 172 tiveness is a percentage figure determined by dividing the total system opera - 173 tional time (time the system was available in production status to on -line 174 users) by the number of hours in the performance period (30 days x 24 hours 175 per day = 720 hours). System downtime caused by equipment not provided 176 by CONTRACTOR shall not be included in the calculations. 177 178 Completion of the CAD System Availability Test shall also require that no 179 major redundant system component shall fail, and if it fails shall be repaired 180 in a reasonable period of time. To that end, it is required that the main 181 processors, memory attached thereto, and system disk drives (all of which are 182 redundantly configured) shall be repaired within two days after the reporting 183 of any such major component failure. 184 185 If the Personal Computers and printers provided by CONTRACTOR are 186 available ninety -nine percent (99 %) of the time for the thirty (30) day period, 187 the system phase shall be deemed to meet CITY's reliability standard. Down - 188 time charged for any device starts after the outage is reported by CITY. 189 Percent Availability is calculated as the total time all such installed devices 190 are available (i.e., not reported as down) divided by the total time the same 191 devices should be available over the 720 Hour Reliability Test period. 192 193 If, at any point, the system does not pass the availability test, CONTRAC- 194 TOR will stop the test, fix the problem and restart the availability test. 195 196 It is CITY's intent that the Public Safety Systems acquired from the CON - 197 TRACTOR perform at a level of response consistent with the operating 198 characteristics of similar systems in jurisdictions of similar size and 199 complexity. An acceptable level of response for the configuration includes 200 an automatic switch -over capability from the primary processor to the 201 redundant backup processor. CONTRACTOR estimates switchover time to 202 be approximately one minute and will use its best efforts to achieve essential 203 systems switch -over in thirty (30) seconds or less. 204 205 The CONTRACTOR warrants that the system configuration as defined in 206 this Agreement is designed to provide acceptable operating response time for 207 time sensitive, critical emergency dispatching systems running in normal 208 operating mode. CONTRACTOR also warrants that system storage sizing of 209 centralized CAD and RMS processors is adequate for the anticipated transac- 210 tion and storage volumes in seven years as stated in the CITY RFP. 211 "B Opan."D 3115196 212 213 214 215 216 217 218 219 220 221 222 223 224 225 226 227 228 229 230 231 232 233 234 235 236 237 238 239 240 241 242 243 244 245 246 247 248 249 250 251 252 253 254 255 NPB O NYD 3/15/96 CAD must retain at least 13 months detail incident and activity history on -line RMS must retain up to 3 years detail and 5 years summary activity on line for all modules Disk storage capabilities must be readily expandable to at least 3 times the seven year volume configuration If during design discussions, changes are proposed that would negate the storage sizing guarantees, CONTRACTOR will notify CITY of such impact. However, CONTRACTOR guarantees for proper storage sizing do not include storage related to CITY installed software. For purposes of confir- mation of storage sizing guarantees, CITY shall remove /disable any CITY installed software not planned as part of the CONTRACTOR'S system functionality. CONTRACTOR is responsible for replacement or modification to hardware components that do not meet performance requirements. Normal operating mode for each phase is defined as all peripherals (both local, remote, fixed and mobile) as configured being signed -on and operational and performing a mix of transactions including but not limited to tasks such as incident entry, unit dispatching, status and position monitoring, position notification, geofile inquiry, report generation and ad -hoc inquiries. If, during the thirty (30) day performance period, the overall system does not operate in a manner as defined above for time critical emergency CAD dis- patching system, the system phase will be deemed to have failed to demon- strate adequate performance characteristics. CONTRACTOR shall then take the necessary steps to correct deficiencies prior to CITY accepting the system phase. d RMS Response Time RMS response time testing will demonstrate the rapid processing of RMS applications and transactions and provide acceptable operating response time. CONTRACTOR will meet the CITY's RFP requirement for RMS response time less than 3 seconds 98% of the time for command entry, screen changes and direct inquiries and none of these operations will exceed 5 seconds. Prior to going live, two load tests will be conducted. Volume loads shall be based on the current and 7 year transaction volumes as defined in CITY's RFP. In addition, the load test shall simulate the intended operating environment, limited to including those items provided under this Agreement. Group 1, 2 and 3 transactions shall be tested manually. The tests will be conducted over a one -hour period. These tests will use pre - defined scripts for manual entry Gl 256 and use and will be developed collaboratively by CITY and CONTRACTOR. 257 Group 4 transactions will be operating during the test, but are exempt from 258 response time requirements. 259 260 RMS response time will vary by transaction type but shall not exceed the 261 following: 262 263 Group 1 - Two seconds or less, 98% of the time 264 265 Normal data entry functions: 266 Retrieve a form 267 "Help" function key 268 Navigation function keys 269 "List of field values" function key 270 271 Group 2 - Two seconds or less plus one second for each additional record/ 272 index, 98% of the time 273 274 Database Commits 275 276 Group 3 - Three seconds or less, 98% of the time 277 278 Vehicle query by license or vehicle ID number 279 Personnel query by ID number 280 Property query by serial number 281 Location search (exact address match) 282 Primary user index searches (incidents by report number, field 283 contacts by field contact number, etc.) 284 285 Group 4 - Other (Variable Response Times) 286 287 Ad hoc searches 288 Non -keyed searches 289 String searches 290 291 98% of the transactions performed during the load test will operate within a 292 maximum of three (3) seconds. Group 4 transactions are excluded from the 293 percentage requirement. However, Group 4 transactions will be included in 294 the scripted load test and be running during the test period. CITY and the 295 CONTRACTOR shall jointly develop the mix of standard RMS transactions 296 to be used in the load test. No single transaction shall exceed five (5) sec - 297 onds with the exception of hard -copy reports or SQL (Ad -hoc) inquiries or 298 non - indexed inquiries. 299 "B W ,WPD 3/15/96 7 300 301 302 303 304 305 306 307 308 309 310 311 312 313 314 315 316 317 318 319 320 321 322 323 324 325 326 327 328 329 330 331 332 333 334 335 336 337 338 339 340 341 If the system meets the above standard, it will be deemed to have passed the Response Time Test for that System Phase. If the system does not meet the above standard, CONTRACTOR shall then take the necessary steps, at no additional cost to the City, to correct deficiencies prior to CITY accepting the system phase including but not limited to replacement of the non - performing hardware. e. RMS System Availability If the RMS system operates on line at a level of effectiveness of ninety-nine point five (99.5 %) for a period of thirty (30) consecutive days from the commencement of the performance period, it shall be deemed to have met the City's standard of performance for RMS -Phase 2. 6. ACCEPTANCE N B W MPD 3/15196 Hardware Acceptance - The hardware required for the CAD /RMS processors will be delivered, installed, and tested by CONTRACTOR and/or manufacturer. CONTRACTOR will notify CITY of the date of successful installation of the hardware. CITY will notify CONTRACTOR in writing of any deficiencies or problems noted and CONTRACTOR will respond promptly and correct, adjust, or replace items as may be required. Upon successful completion of the CONTRACTOR/HP field engineering certification, City will sign the certification. Software Acceptance - Acceptance for each System Phase can consist of up to three events as outlined below. The following describes each of those events in terms of responsibility, participation, and formal correspondence. a. Functional Testing The first activity within System Phase Acceptance will test and prove the adequacy of the integrated hardware /software system to achieve its stated functional Standards of Performance (Paragraph 5.a). CONTRACTOR will notify CITY when CONTRACTOR's internal testing has been completed, all user documentation, as defined in Exhibit C, has been provided, and formal functional testing may begin. CITY shall then conduct such tests which will consist of functional verification of the system against the Functional Specifi- cation Document for that phase. Application training by CONTRACTOR will proceed after completion of CITY functional testing. 8 342 b. Load Testing 343 344 After the completion of the Functional Testing activities (Paragraph 6.a.), 345 testing will continue to confirm the system performance and responsiveness 346 to achieve the required Response Time Standards of Performance for that 347 phase (Paragraph 5), using the pre- agreed scripted load tests. At the end of 348 such successful testing, CONTRACTOR will report test results to CITY and 349 CONTRACTOR and CITY will jointly certify that the system is available for 350 Reliability testing. Load testing will be conducted prior to operational 351 cutover. 352 353 C. Reliability Testing 354 355 Reliability testing shall consist of CITY's normal use of the system in an 356 operational mode or in parallel operations with current dispatch processing. 357 The test is established to assure CITY that the system achieves its required 358 Standard of Performance as set forth in Paragraph 5. CITY will promptly 359 advise CONTRACTOR in writing of any deficiencies detected during the 360 Reliability Test period. CONTRACTOR will promptly respond with correc- 361 tions, replacement parts, system tuning, etc., as may be required. 362 CONTRACTOR will promptly provide republished pages of any documen- 363 tation that has changed based on vendor - applied modifications to application 364 software or system configuration. CONTRACTOR will provide as -built 365 documentation as final product. 366 367 Upon successful completion of the Reliability Test, CONTRACTOR will 368 notify CITY that the system has met its performance requirements and 369 request phase acceptance by CITY. CITY will respond within five (5) 370 business days if there are any remaining deficiencies or items to be remedied 371 or corrected prior to initiation of the Warranty period or will indicate phase 372 acceptance without reservation. The system phase will enter its Warranty 373 period as of the date of phase acceptance by CITY. 374 375 The CITY reserves the right to use equipment and material furnished under this Agree - 376 ment prior to final acceptance. Such use shall not constitute acceptance of the work or 377 any part thereof by the CITY. 378 379 City recognizes that extended beneficial use of the system may imply acceptance of the 380 system phase and that the CITY has certain obligations to the CONTRACTOR regarding 381 payments for acceptance and warranty start date. 382 383 CONTRACTOR recognizes that the system is a mission - critical emergency dispatch 384 system and as such cannot be taken out of service for any extended period of corrective 385 action. NPB O ."D 3/15/96 9 386 In the event that the system fails one or more of the acceptance tests and that such failure 387 is minor in nature and does not significantly impact the operational capabilities of the 388 system phase, the CITY and the CONTRACTOR will negotiate, within 30 days of 389 completion of the 30 -day acceptance test period, in good faith, an acceptance date, and 390 the start date of the warranty (hardware and software). CONTRACTOR agrees that 391 acceptance of the system under this condition does not obviate CONTRACTOR'S 392 responsibility to resolve and correct any failures in a timely manner. 393 394 7. MAINTENANCE 395 396 This Agreement includes detailed maintenance pricing for all maintenance being 397 provided by CONTRACTOR. 398 399 a. Application Software 400 401 CITY may purchase the maintenance service for application software sup - 402 plied under this Agreement upon completion of the acceptance and warranty 403 periods for each System Phase as defined in Exhibit E and at the second 404 through the fifth year guaranteed prices set forth in Exhibit D. Further, 405 CONTRACTOR will offer to provide continuing maintenance of the applica- 406 tion software systems with the terms of Exhibit F beyond the five year period 407 at the annual rate defined for the fifth year of software maintenance in 408 Exhibit D subject to an initial increase, and then annual increases, none of 409 which shall exceed ten percent (10 %). 410 411 b. System Software 412 413 Maintenance service for system software, after the expiration of the Warranty 414 periods as defined in Paragraph 18 - Warranty and Remedies, will be pro - 415 vided through CONTRACTOR per the PRC Master Maintenance Agreement, 416 Exhibit F at the second through fifth year guaranteed prices shown in Exhibit 417 D. 418 419 8. CLARIFICATIONPROCEDURES 420 421 The Parties shall have a maximum of ten (10) business days from the receipt of 422 written correspondence from one party to the other in which to respond, in writing, 423 to the clarification, proposed solution or any other situation requiring a written 424 response from the other Party. If the receiving Party believes the contents of such 425 correspondence does not conform to the requirements of this Agreement, or other - 426 wise disagrees with such correspondence, it shall so notify the sending Party, in 427 writing, within the above - stated ten (10) business days, defining in detail such 428 non - acceptance. 429 N B OOU WVD 3/15/96 10 0 0 430 In the event the receiving Party finds the content of the correspondence conforming 431 to the requirements of this Agreement, it shall, within the above stated ten (10) 432 business days, notify sending Party, in writing, of this fact, and such notification 433 shall constitute final acceptance of the content of the correspondence delivered. 434 Should the receiving Party fail to respond within ten (10) business days, the content 435 of the correspondence shall be deemed accepted except as otherwise herein pro - 436 vided. 437 438 It is recognized that certain Agreement deliverable documents requiring CITY's 439 approval may require more than ten (10) business days for CITY's completion of its 440 review process. It is agreed that twenty (20) business days will be allotted for the 441 review and approval of Functional Specification Documents and system adminis- 442 tration manuals. 443 444 9. AGREEMENT AMOUNT AND MILESTONE PAYMENT SCHEDULE 445 446 CITY shall pay to CONTRACTOR for equipment and services performed by 447 CONTRACTOR progress payments in the amount set forth on the attached 448 Milestone Payment Schedule (Exhibit A), and any other amendments to this 449 Agreement which may be in force. CONTRACTOR is responsible for collecting, 450 reporting and remitting sales taxes as required. 451 452 The specific agreement amounts for milestones within each System Phase are set 453 forth in lists in Exhibit A. The lists detail the specific hardware, software and 454 services items to be delivered along with the price of each milestone deliverable 455 item. 456 457 10. DISPUTES 458 459 Except as otherwise provided in this Agreement, any dispute concerning a claim or 460 controversy arising under this Agreement, which is not otherwise disposed of by 461 the parties, shall be settled by either of the following methods of arbitration at the 462 option of the party initiating arbitration: 463 464 a. Formal. Dispute will be settled in accordance with the rules of the American 465 Arbitration Association, and judgment upon the award rendered by the 466 arbitrator(s) may be entered in any court having jurisdiction thereof. 467 468 b. Informal. Disputes will be settled by an arbitration board consisting of three 469 members selected as follows: 470 471 One member selected by CITY 472 One member selected by the CONTRACTOR 473 One member selected jointly by both CITY and the CONTRACTOR. NPB 0010.WPD 3/15/96 11 9 0 474 CONTRACTOR and CITY as parties to arbitration will bear their own costs. 475 CONTRACTOR and CITY will share equally any additional costs of arbitration. 476 477 11. FORCE MAJEURE 478 479 In the event that, due to causes beyond the control of and without the fault or 480 negligence of CONTRACTOR such as Force Majeure, CONTRACTOR fails to 481 meet any of its obligations under this Agreement, such failure shall not constitute a 482 default in performance, and CITY shall grant to CONTRACTOR such extensions 483 as commensurate with the period of delay resulting from Force Majeure. 484 485 Force Majeure shall not include changes in CONTRACTOR staffing (removal of, 486 termination or resignation by project staff). 487 488 12. TERMINATION BY CITY 489 490 a. Termination for Cause. If CONTRACTOR should be adjudged bankrupt or 491 should make a general assignment for the benefit of its creditors, or if a 492 receiver should be appointed on account of its insolvency, CITY may termi- 493 nate this Agreement and shall have the right to acquire any and all software 494 held in escrow. If CONTRACTOR should persistently or repeatedly refuse 495 to perform, or should fail, except in cases for which extension of time is 496 provided, to provide enough properly skilled workers or proper materials, or 497 persistently disregard laws and ordinances, or not proceed with work or 498 otherwise be guilty of, a substantial violation of any provision of this Agree - 499 ment, then CITY may terminate this Agreement. Prior to termination of this 500 Agreement, CITY shall give CONTRACTOR thirty (30) calendar days 501 written notice. Upon receipt of such termination notice, CONTRACTOR 502 shall be allowed thirty (30) calendar days to cure such deficiencies. 503 504 b. Termination without Cause. The work may be terminated, in whole or in 505 part, by CITY at its sole discretion upon written notice to CONTRACTOR, 506 whenever, for any reason, CITY shall determine that such termination is in its 507 best interests. Such notice to be effective must be in writing and tendered to 508 CONTRACTOR at least ten (10) business days prior to the therein specified 509 effective date of termination. Upon receipt of such written notice of termina- 510 tion, CONTRACTOR shall within sixty (60) days after the date of termina- 511 tion, file an invoice for all work performed and all charges incurred by 512 CONTRACTOR under the Agreement to date of the effective date of 513 termination. CITY shall pay such invoice within thirty (30) days of receipt. 514 515 In the case of termination by CITY as defined in a. or b. above, CITY shall have the 516 option to receive title /license to the hardware and system software (including third NPB ODaa. WPD 3115196 12 0 0 517 parry software) paid for by the CITY, and license to CONTRACTOR application 518 software for any System Phase accepted and paid for under this Agreement. 519 520 In the case of termination without cause, CONTRACTOR shall be further compen- 521 sated on a percentage basis for work in progress but not complete as of the date of 522 termination. Any disputes regarding the work completion percentage and/or the 523 compensation due shall be settled in accordance with Paragraph 10, Disputes. 524 525 13. ASSIGNMENT 526 527 Neither this Agreement, nor any portion thereof, may be assigned by CONTRAC- 528 TOR without the written consent of CITY first having been obtained, which shall 529 not be unreasonably withheld. Any attempt by CONTRACTOR to assign any 530 performance of this Agreement without the written consent of CITY shall be null 531 and void and shall constitute a breach of this Agreement. 532 533 14. PATENTS 534 535 CONTRACTOR shall indemnify, defend, and hold free and harmless CITY, its 536 officers and employees from all liabilities, claims, damages, costs, or expenses, 537 including, but not limited to attorney's fees imposed upon them or any of them, for 538 any alleged infringement of patent rights, copyrights, trademarks or similar rights 539 of any person or persons in consequence of the use by CITY, its officers, employ - 540 ees, agents, and other duly authorized representatives of articles or processes 541 supplied to CITY by CONTRACTOR under this Agreement. 542 543 If a final injunction is obtained in such action against CITY's use of the products or 544 if in CONTRACTOR's opinion the products are likely to become the subject of a 545 claim of infringement, CONTRACTOR will, at its option and entirely at its 546 expense, either: (a) procure for CITY the right to use the products; (b) replace or 547 modify the same (provided that such modification does not adversely affect CITY's 548 intended use of the products) so that the products become non - infringing; or (c) if 549 none of the foregoing alternatives is reasonably available to CONTRACTOR, 550 refund in full all monies paid by CITY in respect to such products and accept return 551 of same. 552 553 15. SECURITYAND PRIVACY 554 555 CONTRACTOR agrees that none of its officers or employees shall use or reveal 556 any research or statistical information furnished by any person and identifiable to 557 any specific private person for any purpose other than the purpose for which it was 558 obtained. Copies of such information shall not, without the consent of the person 559 furnishing such information, be admitted as evidence or used for any purpose in 560 any action, suit, or other judicial or administrative proceedings, unless ordered by a WB W WPD 3/15196 13 • • 561 court of competent jurisdiction. CITY shall be notified immediately upon receipt 562 of any such order of court, pertaining to production of such information. 563 564 CONTRACTOR shall incorporate the foregoing provisions of this paragraph in all 565 of its authorized subcontracts. 566 567 16. COVENANT AGAINST CONTINGENT FEES 568 569 CONTRACTOR warrants that no person or selling agency has been employed or 570 retained to solicit or secure this Agreement upon an agreement or understanding for 571 a commission, percentage, brokerage, or contingent fee, excepting bona fide 572 employees. For breach or violation of this warranty, CITY shall have the right to 573 terminate this Agreement in accordance with the termination clause and, at its sole 574 discretion, to deduct from the Agreement price or consideration, or otherwise 575 recover, the full amount of such commission, percentage, brokerage, or contingent 576 fee. 577 578 17. LICENSE 579 580 CONTRACTOR grants to CITY a non - assignable, non - transferable and non- exclu- 581 sive perpetual license to use the CONTRACTOR'S proprietary computer programs 582 and documentation provided under this Agreement. CITY understands and 583 acknowledges that the CONTRACTOR'S software is and shall remain proprietary 584 in nature and constitutes confidential trade secrets. 585 586 CITY agrees that it shall not knowingly, without the prior written consent of 587 CONTRACTOR, directly or indirectly disclose, proliferate, provide or otherwise 588 make available, or permit, any disclosure, proliferation, provision of or making 589 available of, the software or documentation in any form, in whole or in part, to any 590 other person, firm, corporation, government agency, association or other entity. 591 Further, CITY agrees that it shall not, except as otherwise provided in this Agree - 592 ment, copy or reproduce (except as necessary for archive, diagnostic, backup, 593 emergency restart purposes or any other use solely by CITY), the software or 594 documentation, in whole or in part. 595 596 Neither the license granted to CITY by CONTRACTOR nor the software may be, 597 in whole or in part, assigned, sub - licensed or otherwise transferred by CITY 598 without the prior written consent of CONTRACTOR nor may CITY knowingly, 599 directly or indirectly, permit any use of the software, in whole or in part, by any 600 other person, firm, corporation, government agency, association or other entity, 601 without the prior written consent of CONTRACTOR. 602 603 Further, CITY agrees to comply with such other terms and conditions applicable to 604 any third party software furnished by CONTRACTOR (such as Hewlett Packard 4PB W WPD 3/15/96 14 0 0 605 Corporation) and provided to CITY under this Agreement, which are imposed by 606 such third party (a copy of which form Exhibits G and H), except where they 607 conflict with the provisions of this Agreement. 608 609 CITY also agrees to execute the ORACLE Software SUBLICENSING AGREE - 610 MENTS contained in Exhibit G. 611 612 All license fees are included in pricing in Exhibit D and Agreement includes all 613 license agreements required to be executed by CITY. 614 615 18. WARRANTYAND REMEDIES 616 617 a. Warranties 618 619 For a period commencing on the date of System Phase Acceptance in accor- 620 dance with the acceptance terms as defined in Paragraph 5 - Acceptance, and 621 one year thereafter, CONTRACTOR warrants that (i) the software provided 622 by it under this Agreement shall perform in accordance with the Functional 623 Specification Document; and (ii) the services performed by it under this 624 Agreement shall be performed in accordance with the ordinary skill and care 625 which would be executed by those who are knowledgeable, trained and 626 experienced in rendering these types of services at the time such services are 627 performed. CITY has the right to make changes or modifications to the CAD 628 and RMS application software, without violating the application software 629 warranty. CITY will provide planned CAD and RMS application changes to 630 CONTRACTOR for review (at no charge to CITY). CITY recognizes that 631 changes made by CITY that adversely affect performance are not the CON - 632 TRACTOR responsibility. If CONTRACTOR is required to assist CITY in 633 resolving problems caused by CITY changes, CITY recognizes that CON - 634 TRACTOR may charge CITY at rates in effect for services performed. 635 636 CONTRACTOR warrants all Hewlett Packard hardware for a period of one 637 year from the date of System Phase Acceptance. Preventive maintenance for 638 Hewlett Packard equipment is included in this Warranty. 639 640 The equipment supplied under this Agreement will be new, not refurbished, 641 hardware. The hardware when shipped will incorporate all the manufacturer 642 required engineering changes that have been publicly released for equipment 643 in the approved configuration, and the hardware shall be in proper working 644 order and qualified for maintenance services by the manufacturer. The 645 software used for the system shall be the most current, applicable release 646 based on the approved configuration. 647 \TB 0 WPD 3/15/96 15 648 CONTRACTOR warrants that critical application system performance will 649 not degrade to unacceptable levels of response time as defined in paragraph 650 5. CONTRACTOR will, at no additional cost to the CITY, correct perfor- 651 mance problems identified by CITY during the warranty and maintenance 652 periods including providing hardware upgrades as long as the system load 653 does not exceed seven year load volumes in the CITY's RFP. 654 655 THESE WARRANTIES ARE IN LIEU OF AND EXCLUDE ALL OTHER 656 WARRANTIES OF ANY KIND, EITHER EXPRESS OR IMPLIED, IN- 657 CLUDING, BUT NOT LIMITED TO ANY WARRANTY OF 658 MERCHANTABILITY OR FITNESS FOR A PARTICULAR PURPOSE 659 AND ANY WARRANTY WHICH MAY ARISE BY REASON OF USAGE 660 OF TRADE OR CUSTOM OR COURSE OF DEALINGS. 661 662 b. Remedies 663 664 (1) Equipment - If, during the warranty period specified in Section a., 665 above, CITY (a) discovers that the equipment provided by CONTRAC- 666 TOR under this Agreement is not in accordance with the express war - 667 ranty set forth in Section a. and (b) notifies CONTRACTOR, in writing, 668 of such, then CONTRACTOR shall, without charge to CITY be respon- 669 sible to repair or replace such equipment to the extent necessary to 670 correct such defects in a timely manner. 671 672 (2) Software - If, during the warranty period specified in Section a. above, 673 CITY (a) discovers defects in the software provided by CONTRACTOR 674 under this Agreement, such that the software will not perform in accor- 675 dance with the express warranty set forth in Section a., and (b) notifies 676 CONTRACTOR, in writing, of such defects, then CONTRACTOR 677 shall, without charge to CITY, correct such defects in a timely manner. 678 679 (3) Services - If, during the warranty period specified in Section a., CITY 680 (a) discovers that, the services performed by CONTRACTOR under this 681 Agreement had not been performed in accordance with the express 682 warranty set forth in Section a. above and (b) notifies CONTRACTOR 683 in writing of such faulty services, then CONTRACTOR shall, without 684 charge to CITY, re- perform such services to the extent necessary to 685 correct the fault therein in a timely manner. 686 687 (4) THE REMEDIES SET FORTH IN THIS SECTION b. ARE IN LIEU 688 OF AND EXCLUDE ALL OTHER REMEDIES AVAILABLE TO 689 CITY RELATING TO WARRANTIES FOR PRODUCTS AND SER- 690 VICES PROVIDED UNDER THIS AGREEMENT EXCEPTING 691 REMEDIES AVAILABLE AT LAW OR IN EQUITY. "D 0 WPD 3/15196 16 • • 692 19. INDEMNITY 693 694 CONTRACTOR shall indemnify, defend and hold harmless CITY from and against 695 any and all claims, demands, suits, actions, proceedings, judgments, losses, 696 damages, injuries, penalties, costs, expenses (including attorneys' fees) and liabili- 697 ties of, by, or with respect to third parties, which arise solely from CONTRAC- 698 TOR's negligent performance of services under this Agreement. CONTRACTOR 699 shall not be responsible for, and CITY shall indemnify, defend and hold harmless 700 CONTRACTOR from and against, any and all claims, demands, suits, actions, 701 proceedings, judgments, losses, damages, injuries, penalties, costs, expenses 702 (including attorneys' fees) and liabilities of, by, or with respect to third parties, 703 which arise solely from CITY's negligence. With respect to any and all claims, 704 demands, suits, actions, proceedings, judgments, losses, damages, injuries, penal- 705 ties, costs, expenses (including attorneys' fees) and liabilities of, by, or with respect 706 to third parties, which arise from the joint or concurrent negligence of CONTRAC- 707 TOR and CITY, each party shall assume responsibility in proportion to the degree 708 of its respective fault. 709 710 20. EQUIPMENT COMPATIBILITY 711 712 CONTRACTOR agrees that the equipment, as proposed and provided by CON - 713 TRACTOR, will perform in accordance with the specifications and representations 714 stated in CONTRACTOR's proposal and this Agreement. This Agreement extends 715 to the performance of the equipment as a part of the total system, but not specifi- 716 cally to equipment in combination with products, elements, or components not 717 supplied by CONTRACTOR, except to the extent that CONTRACTOR is responsi- 718 ble for interfaces to specific other equipment or systems as described in this 719 Agreement. 720 721 21. NOTICES 722 723 Any notice required to be given by the terms of this Agreement shall be deemed to 724 have been given when the same is sent by facsimile with acknowledgment, or 725 deposited in U.S. mail, or certified mail, return- receipt requested, postage prepaid, 726 addressed to the respective parties as follows: 727 728 "CITY" 729 730 City of Newport Beach 731 Lt. Tim Riley 732 City Project Manager 733 Police Department 734 870 Santa Barbara Drive 735 Newport Beach, CA 92660 N'YB O WYD 3115/96 17 • • 736 Phone: (714) 644 -3660 737 Fax: (714) 644 -3693 738 739 "CONTRACTOR" 740 741 PRC PUBLIC SECTOR INC. 742 12005 Sunrise Valley Drive 743 Reston, Virginia 22091 744 Attn: Linda Rauner 745 V.P., Contracts 746 Phone: (703) 264 -5412 747 Fax: (703) 264 -5595 748 749 21. VALIDITY 750 751 The invalidity, in whole or in part, of any provision of this Agreement shall not 752 void or affect the validity of any other provision of this Agreement. 753 754 23. GOVERNING LAW 755 756 This Agreement shall be governed according to the laws of the State of California. 757 758 14. INSURANCE REQUIREMENTS 759 760 a. Workers' Compensation 761 762 CONTRACTOR shall, at its own cost and expense carry and maintain 763 statutory Workers' Compensation Insurance and Employer's Liability with 764 limits no less than One Million Dollars ($1,000,000) with an insurance 765 carrier licensed to do business in the State of California to CITY for any and 766 all persons employed by CONTRACTOR directly or indirectly in or upon 767 said Agreement. 768 769 b. General and Automobile Liability 770 771 CONTRACTOR shall at its own cost and expense maintain liability insur- 772 ance for the period covered by this Agreement in an amount no less than One 773 Million Dollars ($1,000,000) per occurrence combined single limit coverage. 774 Such coverage shall include, but not be limited to, protection against claims 775 arising from bodily and personal injury, including death resulting therefrom, 776 and damage to property resulting from activities completed under this Agree - 777 ment, including the use of owned and non -owned automobiles. Such insur- 778 ance shall be with insurers licensed to do business in the State of California NPB ^^..Tf WPD 3115196 18 179 780 781 782 783 784 785 786 787 788 789 790 791 792 793 794 795 796 797 798 799 800 801 802 803 804 805 806 807 808 809 810 811 812 813 814 815 816 817 818 819 820 821 822 E 0 and shall provide written notice that must be given to CITY at least thirty (30) days prior to cancellation or material change. (1) Policy shall cover on an occurrence basis, and not on the basis of an "accident" or "claims made." (2) Policy must cover personal injuries as well as bodily injuries. Exclusion of contractual liability must be eliminated from personal injury endorse- ment. (3) Policy must cover complete contractual liability. This may be provided by amending the definition of "incidental contract" to include any written agreement. (4) CITY and its officers, agents, and employees shall be Named Insured, and the policy shall stipulate that this insurance will operate as Primary Insurance and that no other insurance maintained by CITY will be called upon to contribute to a loss suffered by CONTRACTOR hereunder. (5) The policy must contain a Cross Liability or Severability of Interests clause. (6) Broad form property damage liability must be afforded. C. Professional Liability The CONTRACTOR shall at its own expense carry and incur professional liability insurance at one million dollars per occurrence. 25. PRODUCT ORDERINGAND INSTALLATION NPB 0 ,WPD 3/15/96 Prior to product ordering (both hardware and software), CITY and CONTRACTOR will review the system configuration components to identify opportunities to benefit from configuration changes. Installation of the Hardware provided under this Agreement will be the CON - TRACTOR's responsibility and will be performed with minimum disruption to CITY or CITY's day -to -day business operations. CONTRACTOR will coordinate all installation activities with CITY and utilize professionally recognized installa- tion practices. CONTRACTOR will furnish any necessary materials and small components to effect a finished, workmanlike installation according to standard industry practice. CITY will provide all installation facilities including space, electrical power with appropriate receptacles, and air conditioning in accordance with the site installation specifications furnished by CONTRACTOR to CITY in 19 823' 824 825 826 827', 828 829 830 831 832 833 834 835 836 837 838 839 840 841 842 843 844 845 846 847 848 849 850 851 852 853 854 855 856 857 858 859 860 861 862 863 864 0 0 the Site Preparation Plan. Sign -off is required by CONTRACTOR that the site is acceptable prior to installation of the equipment. CONTRACTOR will configure the system, perform system definitions, and, at an appropriate time, train the City in the sign on/sign offibackup and system management procedures. 26. DELIVERY, TITLE, AND RISK OF LOSS The Hardware and Operating System software shall be shipped by CONTRACTOR F.O.B. Newport Beach, California in accordance with a mutually agreed delivery schedule which for central site hardware shall not be more than 30 days prior to installation of system phase software. CONTRACTOR will provide reasonable notice to CITY of the scheduled shipment date for each item of Hardware. Title to equipment and license to use the operating system shall pass to CITY upon full payment. CONTRACTOR shall prepay freight expenses, as identified in this Agreement. 27. INTERFACE WITH OTHER VENDORS CONTRACTOR agrees to cooperate with other vendors performing data process- ing services for CITY. For interfaces within this Agreement, CONTRACTOR specifically agrees to provide interface specifications deemed necessary for interface with, or data exchange and conversion from, other vendors' equipment and software systems. This shall not be construed, however, as implying that CON- TRACTOR will provide unlimited documentation to other vendors or that special programming services will be provided. Each instance would have to be negotiated consistent with the CONTRACTOR's right to protect its proprietary software and to be reimbursed for work not specified in this agreement. 28. APPROVAL OFMAJOR SUBCONTRACTORS /SUPPLIERS "B _W WPD 3/15/96 CITY reserves the right of prior approval of any major subcontractor or supplier selected by CONTRACTOR, which will not be unreasonably withheld. Major subcontractors /suppliers shall be defined as those whose products or services exceed $10,000 in value. CITY approves the following subcontractors /suppliers: Hewlett Packard Corporation Oracle Corporation Dell S & J Sales 20 8651 866 867 868 869 870 871 872 873 874 875 876 877 878 879 880 881 882 883 884 885 886 887 888 889 890 891 892 893 894 895 896 897 898 899 900 901 902 903 904 905 29. SOURCE CODE Current source code un- encrypted and in machine readable format and related software documentation for all the CONTRACTOR's Computer Aided Dispatch (CAD) and Records Management Systems (RMS) application software installed at CITY including interface software will be provided to CITY along with all appro- priate compilers and is included at no additional costs to CITY. CITY will not have access to the source code of the Operating System Dependent Library (OSDL) or the Common Core Network Architecture (CCNA). Source code for OSDL & CCNA will be placed in escrow by CONTRACTOR at no additional cost to CITY through the warranty period. The source code trustee is Data Securities Interna- tional, Inc., San Diego, California. If CONTRACTOR is ordered by a court of competent jurisdiction to liquidate, said source code will be made available, upon written request by CITY, in accordance with the License provisions of this Agree- ment. 30. DISASTER RECOVERY In the event of a disaster or accident that impairs operation of the systems pur- chased under this Agreement, CONTRACTOR shall use its best efforts to help CITY restore operations as soon as possible. Such services will be provided at CONTRACTOR's prevailing rates. CITY will provide the current software installed and operational to CONTRACTOR on an annual basis at no cost to CONTRACTOR or CITY. 31. CONTRACTOR PERSONNEL NPB 0046 WPD 3115196 CONTRACTOR shall assign only competent personnel to perform services pursuant to this Agreement. CONTRACTOR shall identify a dedicated, but not full -time, Project Manager to this project, subject to CITY approval. CITY shall have the right to approve any CONTRACTOR's requested change of Project Manager. CONTRACTOR'S Project Manager for this project is Andy Kessler. CITY's Project Manager retains the right to request the removal of CONTRACTOR's personnel from the project by giving written notice to CON- TRACTOR. If, in the opinion of CITY's Project Manager, a CONTRACTOR staff person has not achieved the appropriate professional working relationship with CITY's project staff, CONTRACTOR will have ten (10) business days from the receipt of written notice to resolve the problem to CITY's Project Manager's satisfaction, or replace the staff person in question. 11 906 907 908 909 910 911 912 913 914 915 916 917 918 919 920 921 922 923 924 925 926 927 928 929 930 931 932 933 934 935 936 937 938 939 940 941 942 943 944 945 946 947 948 949 0 0 32. CITYRESOURCES REQUIRED NPB O .WD 3/15/96 This Agreement is based on CITY providing the following services and facilities in support of system implementation: Project Management - Designate a Project Manager who will be the single point of contact for CONTRACTOR and who will be responsible for coordi- nating the efforts of CITY, CITY's consultant, other contractors, and any other necessary agencies such as County government agencies, the telephone company, and the Mobile Data and radio vendor. Site Preparation - Provide all electrical, air conditioning, and any other facility installation or modification requirements as designated in the Site Preparation Plan. Communications Equipment and Services - Provide and install all communication lines, modems and telephone equipment for external com- puter systems not supplied by CONTRACTOR. Telecommunications lines will not be provided sooner than thirty (30) days prior to planned hardware installation and testing by CONTRACTOR. Work Space - Provide CONTRACTOR with suitable work space convenient to the computer sites including desks, chairs, local telephone, parking (where possible) and other related facilities. Data Files Construction - Provide clerical, data entry, and related services for the creation of all special CITY - specific files and tables. Access to CITY Facilities - Arrange for development and installation person- nel of CONTRACTOR and/or its Subcontractors to have access to applicable CITY facilities as required. This shall include providing CONTRACTOR personnel with access to the computer room and dispatch center 24 -hours a day, 7 -days a week. Training Facilities - CITY will provide a location and necessary furniture to support initial and end -user system training. CONTRACTOR will provide cabling to the training location. Vehicles - CITY will provide all installation of Mobile Data equipment in CITY vehicles. Supplies - Provide all computer related supplies including magnetic tape, ribbons, paper, toner cartridges, etc., as necessary. 22 950 951 952 953 954 955 956 957 958 959 960' 961 962 963j 9641 965 966 967 968 969 970 971 972 973 974 975 976 977 978 979 980 981 982 983 984 985 986 987 988 989 990 991 992 33. EQUAL OPPORTUNITY EMPLOYER CONTRACTOR warrants that it is an Equal Opportunity Employer and has an Affirmative Action Program in effect. The Affirmative Action Statement is included in CONTRACTOR's proposal. 34. SURVIVAL All licenses, promises of confidentiality and indemnities shall survive the termina- tion of this Agreement. Warranties shall survive according to their term. This is a fixed price contract and all services and equipment will be provided as stated herein. If CITY requests additional equipment and/or services, said requests will be addressed in accordance with Paragraph 3, Changes. 36. CONVERSION CONTRACTOR will provide data entry transaction/data files programs required to enter data into system files if manual data is determined by mutual agreement to be the most appropriate means of data conversion. Except as provided for in this Agreement, CONTRACTOR will develop on a fixed fee or time and materials basis according to the rates defined in Paragraph 46 - Additional Support, automatic system -to- system conversion programs where practical. 37. CONFIDENTIALITY OF CITY INFORMATION All confidential information and data relating to CITY & CONTRACTOR opera- tions shall be and remain confidential and shall not be disclosed to any other third party unless required by law. Upon termination, both parties shall return any confidential material obtained. CONTRACTOR shall provide written notice to CITY of confidential material. This provision shall survive the termination of this Agreement. 38. PROJECT STATUS MEETINGS CONTRACTOR agrees to conduct periodic project status meetings to be held at CITY's premises from the date of this Agreement to Final Acceptance of all Systems Phases. The frequency of these meetings shall be mutually agreed upon but no less frequent than monthly. CONTRACTOR agrees to submit monthly status reports covering such items as progress of work being performed, milestones attained, problems encountered, corrective actions taken and project financial NPB 00"M D 3/15/96 23 993 994 995 996 997 998 999 1000 1001, 10021 1003 1004 1005 1006 1007 1008 1009 1010 1011 1012 1013 1014 1015 1016 1017 1018 1019 1020 1021 1022 1023 1024 1025 1026 1027 1028 1029 1030 1031 1032 1033 1034 0 status. Each progress report will include status and milestone progress of all subcontracted work. 39. ADDITIONAL EQUIPMENT Subject to Paragraph 3, Changes, CITY may purchase additional equipment or upgrade its current equipment under the terms and conditions of this Agreement, by the issuance of a purchase order or similar document. Acceptance by CONTRAC- TOR of a purchase order or similar document shall act as an amendment to this Agreement. Any conflicting terms and conditions of such a purchase order or similar document which conflict with this Agreement shall be of no force or effect. 40. RIGHT TO MAKE COPIES CITY has the right to make as many copies of the CONTRACTOR's written application system documentation as necessary for its own internal use except as prohibited by copyright restriction. CITY agrees that authorized copies will contain any trade secret notice found in the original document. CITY also retains the right to make copies of the CONTRACTOR's software programs and docu- mentation in accordance with Paragraph 17 - License. 41. PRODUCT DEMONSTRATIONS CONTRACTOR shall, at a mutually agreeable time and as defined in the Imple- mentation plan, conduct functional demonstrations of the CAD and RMS modules including software, functions, features, screens, inquiries, on- screen reports, tables, validation checking, and similar capabilities of the base modules prior to beginning of the Functional Specification Document activity for each System Phase. CITY recognizes that the demonstrations will not be based on CITY specific data or functions. Neither such demonstration shall exceed two days in duration. 42. TITLE �B n ,WD 3/15/96 CITY will acquire good and clear title to each item of computer hardware upon payment of the entire hardware purchase price for that item of hardware. CON- TRACTOR agrees that operating system software licensed to CITY shall be free and clear of all liens and encumbrances, except the ownership right of Hewlett Packard in and to the Operating System Software. CITY will acquire a good and clear non - exclusive, non - transferrable, non - assignable, perpetual license to use the Application Software in accordance with the provisions of this Agreement, free and clear of any liens, encumbrances, charges, duties, and assessments. 24 1035 1036 10371 1038 1039 1040 1041 1042 1043 1044 1045 1046 1047 1048 1049 1050 1051 1052 1053 1054 1055 1056 1057 1058 1059 1060 1061 1062 1063 1064 1065 1066 1067 1068 1069 1070 1071 1072 1073 1074 1075 1076 1077 1078 43. DOCUMENTATION CONTRACTOR will provide documentation as detailed in CONTRACTOR's proposal dated December 16, 1994. Electronic forms of documentation will be provided as available in Word format. 44. IMPLEMENTATION PLAN CONTRACTOR will develop, and CONTRACTOR and CITY will mutually agree upon a more detailed Implementation Plan. CONTRACTOR will provide a detailed preliminary implementation plan within thirty (30) days after Agreement execution. In addition, CONTRACTOR will provide a detailed update to the System Implementation Schedule, Exhibit E. 45. APPLICATION SOFTWARE TRAINING CONTRACTOR agrees to provide Training Services for the Application Software in accordance with CONTRACTOR's proposal dated December 16, 1994 as modified by this Agreement. 46. ADDITIONAL SUPPORT Any additional support to be provided on a time and material basis and not de- scribed in this Agreement will be billed at the then current CONTRACTOR rates which shall not exceed the rates shown below subject to a ten percent (10 %) annual increase to be applied annually and for the first time on January 1, 1997. • Project Manager • Senior Programmer • Programmer /Analyst • Trainer $140/hour $110/hour $ 80/hour $ 80/hour Any out -of- pocket expenses to be billed will be at actual cost plus 13% general and administrative overhead. 47. ORDER OF PRECEDENCE rive ooa "D 3/15/96 In the event of a technical conflict in interpretation between any of the applicable Agreement documents specified below, and all of which are hereby incorporated by reference, any such conflict will be resolved by giving precedence in the following order most recently dated document first: a. Functional Specification Document upon approval by CITY; b. Implementation Plans upon approval by CITY 25 10791 1080 1081 1082 1083 1084 1085 1086 1087 1088 1089 1090 1091 1092 1093 1094 1095 1096 1097 1098 1099 1100 1101 1102 1103 1104 1105 1106 1107 1108 1109 1110 1111 1112 1113 1114 1115 1116 1117 1118 1119 • • C. This Agreement and any Exhibits, Attachments or Amendments; d. Correspondence between CONTRACTOR, CITY and/or its agents (particu- larly The Warner Group) dated later than December 16, 1994 (as identified in Exhibit B); e. CONTRACTOR's proposal dated December 16, 1994 f. CITY's RFP dated October, 1994 and subsequent Addenda. 48. PAYMENTAPPROVAL PROCESS Payment will be made subject to the following process: • CITY and CONTRACTOR project managers will review items delivered • If CITY approves deliverable, approval will be provided on written CON- TRACTOR sign -off form • CONTRACTOR will invoice monthly based on approved sign -off forms received from CITY • CITY will make payments based only on approved sign -off forms prior to month -end. • CITY will make payment within 30 days after receipt of invoice from CONTRACTOR 49. SECURITYCHECK CONTRACTOR agrees that each of its employees, subcontractors, consultants and principals /owners involved in the project may, at the option and expense of CITY, be subject to a security check, at any time. CITY retains the option to require the removal from the CITY premises of any employee, subcontractor employee or other person it deems inappropriate for any reason whatsoever for placement in a public safety environment. 50. NON APPROPRIATION OF FUNDS CITY may terminate the Agreement without any obligation, except as set forth herein, by giving CONTRACTOR thirty (30) days written notice if any of the following events occur: (i) CITY fails to appropriate funds for, or receive an appropriation of funds for, the Agreement for any fiscal period during the appli- cable Agreement Term, (ii) all funds appropriate for payments due under the Agreement have been exhausted, (iii) such failure to appropriate or receive such appropriation of funds occurred after CITY's good faith effort to request and obtain funds. NPB W WPD 3/15/96 26 1120 1121 1122 1123 1124 1125 1126 1127 1128 1129 1130 1131 1132 1133 1134 1135 1136 1137 1138 1139 1140 1141 1142 1143 1144 • • 51. ENTIRE AGREEMENT This Agreement, including all Exhibits and all specified documents listed in para- graph 47, Order of Precedence or elsewhere in this Agreement, represents the entire and integrated agreement between the parties hereto and supersedes all prior and contemporaneous negotiations, representations, understandings and agreements, whether written or oral, with respect to the subject matter hereof. This Agreement may be amended only by written instrument signed by the parties hereto. CITY OF NEWPORT BEACH Title: / k�v Signature: Approved as to Form Title: "B 004 D 3/15/96 PRC PUBLIC SECTOR INC. l� 0 27 0 0 AGREEMENTBETWEEN CITY OFNEWPORT BEACHAND PRC PUBLIC SECTOR, INC. TABLE OF CONTENTS EXHIBITS EXHIBIT A - MILESTONE PAYMENT SCHEDULE EXHIBIT B - INCORPORATED CORRESPONDENCE EXHIBIT C - AGREEMENT DELIVERABLE ITEMS EXHIBIT D - PRC CONFIGURATION PRICING EXHIBIT E - SYSTEM IMPLEMENTATION SCHEDULE EXHIBIT F - PRC MASTER MAINTENANCE AGREEMENT EXHIBIT G - ORACLE SUBLICENSE AGREEMENTS EXHIBIT H - HEWLETT PACKARD WARRANTIES AND LICENSES II 1 !1 I 1 -1 .1 1 1 i c 1 1 1 1 11 1 0 EXHIBIT A MILESTONE PAYMENT SCHEDULE THE WARNER GROUP 0 EXHIBIT A -MILESTONE PAYMENT SCHEDULE This Exhibit defines the milestone payment schedule by System Phase for the project. The hardware purchase price, application software license fees and the hardware and application software maintenance fees shall be paid by the CITY to CONTRACTOR as follows: Payment Terms for Phase I CAD - The purchase price shall be paid by the CITY according to the following schedule for Phase I: Hardware & Operating System Software - The purchase price of the hardware and system software when Hardware and Operating System Software is installed, client signs the CONTRACTORlHP field engineering certification indicating that the system is ready for use. Software and Services - Payments for the CAD and MIS applications and related software including mobile data interface as defined in Exhibit D shall be made according to the following schedule: % of Application Modules Price Completion of the Product Demonstration and 15% Acceptance of Phase I CAD, MIS and Mobile Data Functional Specification Document 2. Installation and Testing of Modified CAD, 20% MIS and Related Application Software 3. Installation and Testing of Interfaces, and 15% Completion of System Testing. Functional Testing and Load Testing 4. Completion of System Manager Training and 10% User Training CAD and MIS Phase Live MB W38,W D 3/15/96 20% Exhibit A -1 % of Application Modules Price 6. Acceptance of CAD, MIS and Related 20% Application Software and Interfaces and Delivery of all CAD and MIS Documentation as referenced in Exhibit C 100% Payment Terms for Phase II - Police RMS - As applicable and for any additional hardware, system software and/or peripherals upon a written agreement between the CITY and CONTRACTOR as to the start of Phase: Hardware & O egg System Software -The purchase price of the Hardware and Operating System Software as specified, shall be due and payable thirty (30) days following the date the Hardware and Operating System Software is delivered and installed. SQ/tware and Services - Payments for each RMS Application software module including modifications and interfaces (e.g., Mobile Data) as defined in Exhibit D shall be made according to the following schedule: % of Application Modules Price Completion of the Product Demonstration and 15% Acceptance of Phase II RMS Functional Specification Document 2. Installation and Testing of Modified RMS and 20% Related Application Software 3. Installation and Testing of Interfaces and 15% Completion of System Testing. Functional Testing and Load Testing including Mobile Data interface to RMS 4. Completion of System Manager Training and 10% User Training 5. RMS Phase Live 20% WB W38 WD 3115196 Exhibit A - 2 % of Application Modules Price 6. Acceptance of RMS Application Software and 20% Interfaces including Mobile Data and Delivery of all RMS Documentation as referenced in Exhibit C 100% CONTRACTOR shall submit invoices based upon the events described above, and subject to the Payment Approval process defined in Paragraph 48. Application Software Maintenance - Unless otherwise selected by the CITY, the initial payment of the Application Software maintenance fee is due after the expiration of the application phase (CAD or RMS) - one year software warranty period. Hardware Maintenance - The initial payment of any non - Hewlett Packard hardware maintenance fee is due after the expiration of the one year hardware warranty period. "D W38. WPD 3115196 Exhibit - 3 'I rl i� 03/06/96 • Newport Beach PD • Payment Schedule Phase ICAD Milestone Percentace Amount Hardware and Operating System' Software $316,765 Hardware - installation & certification 100% $316,765 Total 100% $316,765 Application Software and Services $385,629 1 Completion of the Product Review and 15% $57,844 Acceptance of Phase I CAD, MIS and Mobile Data Functional Specification Document 2 Installation and Testing of Modified CAD, 20% $77.126 MIS and Related Application Software 3 Installation and Testing of Interfaces, and 15% $57,844 Completion of System Testing. Functional Testing and Load Testing 4 Completion of System Manager Training and 10% $38,563 User Training 5 CAD and MIS Phase Live 20% $77,126 6 Acceptance of CAD, MIS and Related 20% $77,126 Application Software and Interfaces and Delivery of all CAD and MIS Documentation as referenced in Exhibit C Total 100% $385,629 Phase I - CAD Total $702.394 01856 H -1 PRC Proprietary Information P - 4- 03/06/96 • Newport Beach PD • Phase II - RMS Milestone Percentace Amount Hardware and Operating System Software $59,006 Hardware - installation & certification 100% $59,006 Total 100% $59,006 Application Software and Services $584,489 1 Completion of the Product Review and 15% $87,673 Acceptance of Phase 11 RMS Functional Specification Document 2 Installation and Testing of Modred RMS 20% $116,898 and Related Application Software 3 Installation and Testing of Interfaces, and 15% $87,673 Completion of System Testing. Functional Testing and Load Testing including Mobile Data interface to RMS 4 Completion of System Manager Training and 10% $58,449 User Training 5 RMS Phase Live 20% $116,898 6 Acceptance of RMS Application Software and 20% $116,898 Interfaces includign Mobile Data and Delivery of all RMS Documentation as referenced in Exhibit C Total 100% $584,489 Phase II - RMS Total $643,495 Total Costs $1,345,889 M 1856 H -2 PRC Proprietary Information 0 0 EXHIBIT C AGREEMENT DELIVERABLE ITEMS THE WARNER GROUP 0 0 EXHIBIT C - AGREEMENT DELIVERABLE ITEMS The City of Newport Beach is acquiring and having implemented a turnkey, comprehensive integrated Police CAD and RMS Public Safety System from and by CONTRACTOR and its associated subcontractors. The services being provided under this Agreement include, but are not limited to the following: • Design, development, installation, and testing (functional, integration and load) of all software being provided including completion of Functional Specification Document. • Procurement, installation, and testing of all hardware being provided (CONTRACTOR and other third party hardware). • Development and execution of user and technical operations /system training on all hardware and software being provided prior to operational cutover. • Project management and coordination efforts required to implement the total system being acquired. • Building/converting, installing, testing and training of the system Geofile. • Provision, installation, testing and labeling of all cabling required for system. • Coordination and management of all subcontractors and associated services. • Design, development, installation, testing and training of all external system interfaces defined within the contract including but not limited to E9 -1 -1, CLETS/NCIC, incident reporting, Mobile Data, JMS, etc. • Provision, installation, testing and training on all Contractor related PC products and services. • Software customization and data conversion as identified in this Agreement and the Functional Specification Document. • System testing and acceptance procedures as identified in this Agreement and the Functional Specification Document. N B 0038 WPD 3115196 Exhibit C- I • Provision of all user and available technical documentation of each component of the system. • Development of all associated Agreement related documents including but not limited to Implementation Schedule, Site Preparation Plan, Training Manuals, Functional Specification Document, User Manuals, Project Status Reports, and available technical specifications on all equipment provided. • Coordination of third party hardware and application software maintenance and support during system installation and third party hardware and software system warranties as agreed upon in this Agreement and the Functional Specification Document. • Provision of third party hardware and application software maintenance via mainte- nance agreements as defined in this Agreement. System being provided includes but is not limited to: • System Configuration as defined in Exhibit A • Computer Aided Dispatch for Police with MIS • Police Records Management • External Interfaces /Switches - E9 -1 -1 - TDD - NCIC /OCATS /CLETS - Timebase - Radio PTT Interface - State /Federal Reporting (IBR, etc.) - GIS Software Interface - Autodial - Mobile Data interface - JMS interface • Bar Code Readers for Property and Evidence • Geofile Build using City Genasys data as source The following defines the Agreement Deliverable items by System Phase: SYSTEM PHASE I - POLICE CAD Phase Definition Agreement deliverable items to be provided under System Phase 1 include items of hardware, software and services to develop and deliver all of the items defined as Police Phase I items in the RFP which generally includes all CAD & MIS basic func- tions and interfaces as well as items of hardware, software and services to develop and NM -W38 "D 3175196 Exhibit C - 2 deliver the Mobile Data interface to the City of Brea Mobile Data system and Mobile Data interfaces for CAD functionality. Deliverables - Documentation and Meetings At a minimum, the following items will be delivered as a part of this System Phase: • Functional Specification Document Schedule • CAD, MIS and Mobile Data Functional Specification Document (as built) • Implementation Plan and Schedule • Site Preparation Plan • System Operations /Administration Manual • CAD Training Plan • Training Materials • System Test Plan • CAD System Pocket Reference Guide • CAD Programs in loadable form (plus source code) • CAD interfaces in loadable form (including mobile data) plus source code • CAD Geofile • Monthly Project Status Reports • Project Status Meetings (twice per month) Deliverables - Hardware. Software and Services The hardware, system software, application software and services to be provided in this System Phase are defined in detail including model number, description, quantity and price in Exhibit D. SYSTEM PHASE H - POLICE RECORDS AIANA GEMENTAPPLICA TION MODULES Phase Definition Contract deliverable items to be provided under System Phase II include items of hardware, software and services to develop and deliver all of the items defined Police Records Management System in the RFP including interfaces to CDI Jail Management system and Mobile Data interface to RMS. Deliverables - Documentation The following items will be delivered as a part of this System Phase: • Implementation Plan and Schedule • RMS Functional Specification Document (as- built) • System Operations /Administration Manual Updates NPe_0018. WPD 3115/96 Exhibit C- 3 I • RMS Training Plan • System test plan • Training Materials • RMS Program and Interface Updates (including Mobile Data) • RMS Program Source Code Updates • Monthly Project Status Reports • Project Status Meetings (twice per month) Deliverables - Hardware, Software and Sery ices The hardware, system software, application software and services to be provided in this System Phase are defined in detail including model number, description, quantity and price in Exhibit D. NH M&WPD 3115196 Exhibit C - 4 _J 0 EXHIBIT H HEWLETT PACKARD WARRANTIES AND LICENSES THE WARNER GROUP EXHIBIT H - HEWLETT PACKARD WARRANTIES AND LICENSES Hewlett Packard Warranties, Licenses follow. NP9 W38 WPD 3/15/96 Exhibit H - I r HP MAINTENANCE DESCRIPTION 4 t T W a 2 ir W F- IL 0 U zo cc 0 U) CO W U 0 M CL U) cc LL L U N N a CE a y m ro U U s Z o g a N v 5 _ "O (n N '0 US Q N = d 0 2 (a N CL N N U U a) L O. N U 0 a) ro> Y v O'D m> Y c`a m m❑ L'CO y 47~ m�OW C Yom_ " v m�OW C r a LL Y a N C D �' N �0. >a Nd,m N 0 C.� dLCL Lo N 0N(n�=� =Tfr` �NoUN=� =��r rnUpO °� ° o m U rnV� —V °� ° ro m (A aI cUY (ca y � UpCUU cUY vOi co 00 E W LL C U p 3 7 L) p W> U W O j U 00 (nLLO a) �[Oja) 0 �m�aa0)mY2 d m CO 00 NOC}(OA a� (a� T W NO(LoLLLL<o cod U) >1 rN V'(DJ N (n U) rN(D==J N cc r to cc 00 r � T 00 \/ 00 aaaaaa<<0 aaaaaaaaa /0\ nrn Mv(pr r�Ih �F nmv u)(D(D r. aaaaN¢¢a� a¢aNNNaaa� T T T T T T T T T r T T T T T T T T T T co co 3 3 Y_ C7 M M ('7 M M N M M T T T T T T r •N T T 000000 000 0000000 000 cL a m L ro L m L ro L L L ro l m L ro L ro L L L L ro m m L L L ro ro ro >. >. T > >, T >. >>. >. T >, >, >, >, T >+ >, >. r T r T T T T T T T r T r T T T T T T y m ro U U s Z o g a N v 5 _ "O (n N '0 US Q N = d 0 2 (a N CL N N U U a) L O. N U 0 a) ro> Y v O'D m> Y c`a m m❑ L'CO y 47~ m�OW C Yom_ " v m�OW C r a LL Y a N C D �' N �0. >a Nd,m N 0 C.� dLCL Lo N 0N(n�=� =Tfr` �NoUN=� =��r rnUpO °� ° o m U rnV� —V °� ° ro m (A aI cUY (ca y � UpCUU cUY vOi co 00 E W LL C U p 3 7 L) p W> U W O j U 00 (nLLO a) �[Oja) 0 �m�aa0)mY2 d m CO 00 NOC}(OA a� (a� T W NO(LoLLLL<o cod U) >1 rN V'(DJ N (n U) rN(D==J N cc r to cc 00 r � T 00 \/ 00 aaaaaa<<0 aaaaaaaaa /0\ nrn Mv(pr r�Ih �F nmv u)(D(D r. aaaaN¢¢a� a¢aNNNaaa� T T T T T T T T T r T T T T T T T T T 0 YJ aa>1 T C C C i cu C L co c O L i te r 3 i ` E Lo co c O as > >> . . a >as Lo Lo Lo J m . LO Z W 2 IL m N N OW 7 7 7 ti Y Y E E E O Q (O CL fL CL 3 i r Z Z Z w l4cnco a Z 3 t��m m a g rrr0 m aaa(D d Z CL > G OD r cq C O V 0) It >+ . U W O co co co 0) O_ F-HF -N _J _U a Q Y Y Y co Y Z Y W 0 f0 N W i U C13 O U w 7 (n (n (n W "O m fn U U U O Cfj E O Z CO.I c L cis ca co O W C W > >> 3 ° 5 Q W O > v QQQ E O F- '= Q y a. < v 2 2 2 0 a 2 m Q 2 Q Q M 00 00 Q Q 0) CD Coco (D TT V/ NNNaD "7 -13 T C� 7 7 N T T T T T T 1 HEWLETT C KRD • HP SOFTWARE UCENn TERMS Mdibit E36 1. OEFINMONS a) "software" is one or more prograoa, capable of operating on a cxmputsr, processor, or controller which is either listed Separately u a software Product on the price List, included with another Product an the Price List, or fired in hardware and not removable in normal Operation. h) "use. Mana staring, loading, Mr-oldling, executing, or displaying softvarw an a computer. processor or controller, or making a copy of software for archival or backup purposes only. o) - products" include hardware, software, options, documentarian, sccescries, supplies, spare parts and upgrades *A of* price List on the date lea receives Customer's order, 2. LICENSES a) In return for the associated food HP grants Mstaser a eon- exnlusive license to nee one copy of the software listed in Customer -a order in conforaamas with the applicable software License specified in the Price Lint. Hp's Standard doftwasw Lieensas are described below. other types of Software Licenzon may be made availsblu for some software, if me lima" is specified for software, than in return for tho applicable tee, NP 6radt0 Uuotemler a IAOease to Use one copy of the da£Ewars on one computer, processes or controller at any one tine. SYSTM Customer may use the Software at any one time, 1) on any me computer or processor (iaelo system License): 2) on any one of a class c: sOmputara or pzOadi rG (Claso License) , or 7) on a single, registered compacer or processor (Nodelocked License) . dome system licences soy be limited to a maximum Amber of score ae described in the Price Liet. CCHCMU;JMIT USSR, an ideneif Led mumhor of users may use the Software concurrently at any tiro. T1200 RYn Customer may UN the sOdtwsre only for an identified period of time. HUNTINSI Customer may Use Only the execution features of the software and nave of its program development features. Hp granta 00 Customer a 13c mat to Use software fixed in hardware and not removable in normal operation only when operating rho associated product in the configuration in which that product is sold by HP or subsequently upgrade by )W- Customer may transfer Software fixed La hardware and not rMavable in normal gperatLO, only upon transfer of the associated hardware product - The following livaoeas are available for Selected 6oftware it So Lodicataa on the price List and upon payment of the applicable tee. Customer may make and use one copy of that software licensed directly from Hp; Customer may sublicense one copy of the Software to an end -user for its vac or sublicense one dopy of elm Software to an HP authorised resells, for subsequent distribution to an God -user row its Cos. These oublicenaea must incorporate the term of thin licaaes in a written and binding subllcanaing agreement, which wi11 be made available to HP upon request. Use authorization(a) for Software will apply to copies of that Software made under thOSa 11COne0l, 9. GENERAL UCENSE TERMS a) custamar's 11.emnne does not include the tight to updates, upgrades nr other enhancements, HP reserves the right to require an additional license and fee for Use of the Software On upgraded • avmputmro, proaossers, or controllers. b) daftwore bundled with a hardware product may be used only with that hardware Product in the configuration in which that product is Sold by HP or subsequently upgraded by HP. Eat Pass I RiAsIon DiFe 014un-IM Rev)slon NUmherU r i.:, z a, as MAR- 18 -19% 12:26 PROM PRE: iNC PROCUREMENT TO 11145 _y'r6 -.bbS /boa o , PACKARD • • HP S0M WARE LICENSE TERMS ERhfblt Fa98 c) Cgotomar'a license confers me title or ownership in the software and no rights in any a0mociated source code, and is not construed as a sale of any rights So Software. d) LVMMt msy not dif&4660 0 Or asmsmplle the Software unless Hp's prior written moment is either obtaimd or not required by law. Upon request, Customer will provide H1 with reasonably detailed information regarding any dinaadembly cc doaammilation. a) Cwetomer'a satire license in Software is transferable subject to HP'a prior written 4utheri5at40n and payment to HP or any applicable transfer lees. Cnatoner will immediately upon transfer deliver all oopies of the software to the party to wham HS has eutherired transfer of Customer', license. The transfarea nuat agree in writing to the terms at Customer'■ license. All liaenes terms will be binding on involuntary trmonferees. Cuetommr4s Sioonae will automatically terminate upon any transfer. f) Any third party supplier of software may protect its rights agaiast infringemeot of ita copyright and violshione of Cuatemer's Licence. g) Hp may SosmiRAN Watamar -■ or any transferss's or any sabliC*neee'S license in Softwaza upon notice fax failure to damply with any applicable lioenae terms. to the event of termination of cameamer4a license for any othar seamen, Customer will destroy Or return to RP the software and all copies of the software immediately an termination. Customer will remove and destroy all copies of the software It= may adaptation into which they are merged, accept for individual pieces of Customer data in a related database. with HP'e vrictan concont, Customer may retain one copy of the Software subatquent to termination for archival purpoees. h) In this clause oh Lioddaoe to the v.s. govarnment, the term "cumtomar'. means HP's direct purchaser, any entity sublicenaing the Software, and the and•uset. 1) If Software is licensed for nee in the performance Of a V's 9overnment prime contract or subcontract, CUetemer agrees that Software has been doveloped entirely at private erpanaa. Cudtedar agrees that software. and any derivatives or modifications, is adaquataly marked when the Reetricta4 Rights lwgand below is affixed to the Software or to its atoraga media and is pergeptula directly or with the aid of a machine or device. Customer agroe4 to conspiguouSly put the fallowing legend an the Software media with Cuscomer's name and addseas added below the notice: RrSTaiCTLU R%MTS LLOSHD Use, duplication or disclosure by the v.s. woveroment is subject to restrictions ae set forth in subparagraph (C) (1) (ii) of the Rights in Technical Data And Computer Software clause in DFARS 262.777 -7011. Hewlett- Packard Company 3000 Hanover Street Palo Alto, CA 94304 U.S.A. Rights far non -cap U.S' Ooverarmt; Departments and agencies are as set forth in PAR 52.227.19 (v) 11,2). Copyright (a) 15p_ RaWlett- padkard Company. All Rights Reserved 2) Custoau: further agree* that software is delivered and licensee as mCoamerdiel Computer softwares as defined in Man 252.211- 7013, or mrmatriotod Computer eeftwarem am defined in FAR 52.727 -1e (or any equivalent agency regulation Or contrast olaW*) with only the specific rights in subparagraph (a) (2)4 if used, raspedtively, in the performance of a DeparteAnt Of Dofsnse or non-Department of Defunao V.S. wovarAmast contract. i) any term of this Agreement which io held to be invalid will be Belated. but the remainder of the agreement will not be affected. Page P Re=dw Daum 01 -jiWi 8s RCTIEdGM Nmmbe[ 0 VV1R -1 B -1996 12:26 HEWLETT PACKARD FROM PRC INC PROCUREMENT 0 HP SOFTWARE UMSE TERMS TO 40 17145439765 P.004/004 J) Neither party may assign any rights or obligations without prior written GMS*nv Of the other paXty- k) Customer who exports Products aeaumoe reSpenetbilify for eomplyinp with applicable laws and regulations and for obtaining required export and import authorizations. Customer will not 0"port Or ra- 0%port the Software, any copy or adaptation, or any technical data Am violation Of any applicable laws or regulations. 11 Aoy disputes ariaing in aonnactiob with this Agratment will be governed by the laws of California. M) Theca up software Lidamee Terms atperlode any previous communications representattoas or agreement■ between the parties, whether oral or written, regarding transactions hereunder. Customer's additional or different tarma and enoditions will not apply. Sffactiva the _ day of , lf_ AORNIM To. AGRIND TO' custoner, m xp: Authorized Representative Signature Authorized Reprosentative Signature Name, NameI TAtlam Tltle, Address. Addrasai k i- 2. i t t� G3tl __ _.. PaMiB Ntvlslai Datt OS�am -1999 on Number 0 TOTq- P.04 TOTPL P.004