Loading...
HomeMy WebLinkAbout01/17/1989, C-7 - AWARD OF CONTRACT FOR STUDY PHASE OF THE JOINT RADIO COMMUNICATION TRANSMISSION FACILITY Date:' Jan 17, 1989 I�in��71;I�YIIIII�IIIIII��IIlulll city of San Luis OBispo ITEM MBER; WaMs COUNCIL AGENDA REPORT FROM Michael Dolder By: Jeff Zimmerman, Firefighter Fire Chief Steve Smith, Battalion Chief SUBJECT: Award of Co tract for Study Phase of the Joint Radio Communication Transmission Facility RECOMMENDATION: Authorize negotiation of a Contract with Nitram Associates, Westlake Village, California in the amount of$12,850 and authorize City Adminstrative Officer to sign contract. BACKGROUND: Due to the mountainous terrain within and surrounding the city, radio communications have been poor for all City departments. The Joint Communication r_cility Committee was formed to solve this dilemma. Because of the technical knowledge required, the committee unanimously agreed that a technical resource was needed to develop the study phase of this project. Abiding by the Purchasing Control Manual Section 402-1, this recommendation was sent to the CAO and was approved. Over ten RFP's were submitted to perspective consultants to provide expressed interest in this project following the purchasing control guidelines. The program objectives, are to improve sporadic radio coverage iw Police, Fire, Public Works and other city departments, improve inter-department communications during disasters and to provide capacity for future communications technology improvements. Upon the close of the final filing date, one sealed bid was submitted from Nitram Associates. The proposal was reviewed on 12/13/88 by the Joint Radio Transmission Facility committee and was found to be an excellent proposal because of the contractor's former experience with public safety communication systems with a reputable communications company, and direct experience on the central coast. ALTERNATIVES Alternative 01: Authorize negotiations of a contract with Nitram Associates and authorize the CAO to sign contract. Alternative 02: Resubmit RFP's for consultant services. PRO/CON OF ALTERNATIVES Alternative #1 - This alternative will provide the quickest solution to the existing Police, Fire and Public Work's radio communications deficiencies. Nitram Associates exceeded the minimum criteria set forth in the RFP. Alternative #2 - Resubmitting the RFP will delay action on the existing communications deficiencies by at least 60 days. Since ten RFP's were sent directly to qualified bidders it is not anticipated that more qualified proposals would be submitted. �,� � ►�1111�I�I�►n �U�» city of San tins OBispo COUNCIL AGENDA REPORT FISCAL IMPACT: In the General Government Budget, Capital Improvement Project Capital Outlay Fund #9530 has reserved the amount of $10,000 for the study phase of the project and $15,000 for site selection and design. Nitram Associates bid is for $12,850 for the study phase, site selection and cost effective alternatives that meet the City communications needs. We are requesting authorization to commit $15,000 to complete this phase of the project. CAO RECOMMENDATION: Authorize negotiation of a contract with Nitram Associates, Westlake Village, California in the amount of $12,850 and authorize the CAO to sign contract. ATTACHMENTS Sample Contract with Nitram Associates Draft Resolution Nitram Associates Proposal is Available at the City Clerk's Office p6-(24) C - 7-� AGREEMENT BETWEEN CTHE CITY OF SAN LUIS OBISPO AND NITRAM ASSOCIATES This Agreement, entered into by the CITY of San Luis Obispo (hereinafter referred to as CITY) and Nitram Associates (hereinafter referred to as CONTRACTOR). WITNESS THAT: WHEREAS, the CITY desires to engage CONTRACTOR to render professional and t---hnical services to develop and implement a communications project in accordance with Nitram Associates Proposal dated November 16, 1988. WHEREAS, CONTRACTOR has demonstrated a willingness to provide the services and u.;crtake the work hereinafter described. NOW, THEREFORE, the parties do mutually agree as follows: Article 1 - State.of_Work CONTRACTOR shall do, perform and carry out in a satisfactory manner,as determined by CITY, at least the services set forth in Phase One and.scheduled in accordance with the Work Program of Nitram Associates Proposal dated November 16, 1988. (See #2 of Agreement as attached.) Articie 2 - Time of Performance The services of the CONTRACTOR are to commence after this Agreement has been executed and notice to proceed has been issued to CONTRACTOR by.CITY. All work described herein shall be completed within twelve (12) weeks from the date of the notice to proceed. v25-(I) C - rl _3 Article 3 - Personnel CONTRACTOR represents that it employs, or will employ at its own expense, the personnel required to perform the services under this Agreement. Such personnel shall not be employees of or have any current relationship with CITY. Article 4 Compensation CONTRACTOR agrees to perform for the benefit of CITY all of the services set forth and described in the Attachment."A" of the Agreement (Phase One and the Work Program extracted from the Nitram Associates Proposal dated November 16, 1988). In consideration of the foregoing, COUNCIL shall pay CONTRACTOR a sum not to exceed twelve thousand eight hundred fifty dollars ($12,850.00). It is agreed that CITY is not obligated to pay CONTRACTOR more than $12,850.00 nor is required to perform services exceeding those defined in Attachment "A" of this I Agreement. Article 5 - Payment Payment shall be made within 30 days from date of invoice for work successfully accomplished or 10 days from date the invoice is approved by the Project Manager, whichever comes first. Invoices shall not be submitted at intervals of less than 30 days. The CONTRACTOR will itemize an invoice for completed work and submit the invoice to the Project Manager. Upon satisfactory review of the CONTRACTOR's work, the project manager will approve the invoice for payment. Article 6 - Hold Harmless and Indemnification The CONTRACTOR agrees to indemnify, defend and save harmless the CITY, its officers, ` agents and employees from any and all claims and losses accruing or resulting to any and v25-(I) C_ 7—. I all contractors, subcontractors, materialmen, laborers and any other person, firm or corporation furnishing.or supplying work, services, materials or supplies in_connection with the performance of this contract, and from any and all claims and losses accruing. or resulting to any person, firm or corporation who may be injured or damaged by the CONTRACTOR in the performance of this contract. Article 7 - Assignability Without the written consent of the CITY, this agreement is not assignable by CONTRACTOR either in whole or in part. Article 8 - Termination of Contract-for-Cause If, through any cause, the CONTRACTOR shall fail to fulfill in timely and proper manner his obligations under this contract, or if the CONTRACTOR shall violate any of the covenants, agreetrents or stipulations of this contract, the CITY shall thereupon have the right to terminate this contract by giving written notice to the CONTRACTOR of such termination and specifying the effective date thereof, at least five (5) days before the effective date of such termination. In that event, all finished or unfinished documents, data, studies,.and reports prepared by the CONTRACTOR.shall at the option of the CITY, become its property, and the CONTRACTOR shall be entitled to receive just and equitable compensation for any satisfactory work completed on such documents and other materials. CONTRACTOR may freely make use of the material developed by it, including any such documents, drawings, designs and reports or other projects. Notwithstanding theabove, the CONTRACTOR shall not be relieved of liability to the CITY for damage sustained by the CITY by virtue of any breach of the contract by the CONTRACTOR. i v25-(l) Article 9 - Termination of Contract for Convenience -\ The CITY may terminate this contract at any time by giving written notice to the ) CONTRACTOR of such termination. The date of termination shall be the date of notice of termination. In that event, all finished or unfinished documents and other materials shall, at the option of the CITY, become its property. If the contract is terminated by the CITY as provided herein, the CONTRACTOR shall be paid an amount which bears the same ratio to the total compensation as the services actually performed bear to the total services of the CONTRACTOR covered by this contract, less payments of compensation previously made: Provided, however, that if less than 60 percent of the services covered by this contract have been performed upon the effective date of such termination, the CONTRACTOR shall be reimbursed (in addition to the above payment) for the portion of the actual out-of-pocket expenses (not otherwise reimbursed under this contract) incurred by the CONTRACTOR during the contract period which are directly attributable to the uncompleted portion of the services covered by this contract. Article 10 - Contract Changes CITY may, from time to time, require changes in the scope of the services CONTRACTOR is to perform or changes in other articles of this Agreement, including any increase or decrease in the amount of CONTRACTOR's compensation. Such changes which are mutually agreed upon by and between CITY and CONTRACTOR shall be incorporated in written amendments to this contract. No oral understanding or agreement not incorporated herein shall be binding on any of the parties hereto. Amendments inconsistent with the provisions and intent of this Agreement may not be utilized. Article 11 - Access to Records and Audit The CONTRACTOR agrees to maintain all books, documents, papers, accounting records, and other evidence pertaining to costs incurred including support data for cost proposals and to make such material available at their respective offices at all reasonable times v25-(I) �f — 7— & during the contract period, and for two. (2) years from the date of final payment under the contract, for inspection by any authorized. representative of the CITY. Copies of such material shall be furnished if requested. Article 12 - CONTRACTOR Warrant The CONTRACTOR warrants that he has not employed or retained any company or persons, other than a bona fide employee working for the CONTRACTOR, to solicit or secure this contract, and that he has not paid or agreed to pay any company or person, other than a bona fide employee working for the CONTRACTOR, any fee, commission, percentage, brokerage fee, gifts, ar 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 at its discretion to deduct from the contract price or consideration, or otherwise recover, the full amount of such fee, commission, percenta3e, brokerage fee, gift or contingent fee. Article 13 - Civil Rights The CONTRACTOR agrees to comply with Title 49, CFR 21, promulgated to effectuate TItle VI of the Civil Rights Act of 1964. IN WITNESS THEREOF, the CITY and the CONTRACTOR have executed this agreement. ATTEST: CITY OF SAN LUIS OBISPO Date: V25-(I) _ �! r ATTEST: -� Charles R. Martin Date: APPROVED AS TO FORM v25-(1) ( �� ATTACHMENT "A" PHASE ONE: Phase One will consist of completion of the tasks A through K as required by your RFP. The primary overall requirement is to identify the options open to the City and the costs relating to these options. All tasks are addressed under the heading of "TASKS, GENERAL" beginning on page five of this proposal. These tasks arc also addressed under the heading "WORK PROGRAM" starting on page eight of this proposal. The only task that will be included in Phase One is the development of system specifications as specified in the RFP, Para. "E". Until City Management has reached a decision as to the scope of this project, what will be funded and which system options have been selected, it would be time consuming and expensive to develop specifications for the portion of this project which is not to bu implemented in the near future. The manner in which Phase One is accomplished is vital to the total program as described in the RFP. A superficial overview of the communications problems involved in the different systems could result in a band-aid approach that may give temporary relief but would be unsatisfactory and expensive in the long run. It is the policy of Nitram Associates to thoroughly explore the nature of the problems and determine the options available to provide corrective action. Phase One is the basis upon which recommendations as to modification, expansion, and replacement of the present.systems will be made as well as present:ag the options available to City Management. The time consumed and costs of performing in this manner can be greatly reduced v25-(1) I by the full cooperation of the client. It is expected that the City will make available copies of pertinent equipment inventories, current FCC licenses and other printed material pertaining to the present City communications systems as well as those systems such as irrigation and water that may be able to use cost effective electronic control and monitoring systems. It is also necessary to discuss related requirements, current and future, with using department personnel. These discussions also encompass suggestions for change, upgrade, and reconfiguration. To minimize disruption to the everyday activities it is expected that the City project coordinator or an assistant will schedule these meetings between the consultant and the city personnel involved. It is the policy of Nitram Associates to setup a program of work with the designated customer representative for review and discussion of the work performed during scheduled intervals, every two or three weeks. This keeps the project on line and revisions of the final draft to a minimum. Refer to "WORK PROGRAM". Reports arc submitted in writing to cover each reporting period. TASKS, GENERAL The following addresses the specific tasks as identified on page 1 of your RFP. A. Radio Coverage, Options and Costs 1. Various methods for improving reliability of radio coverage throughout your area of operation will be presented. Cost estimates will be provided for construction of sites, equip.—,tent modification or replacement, installation, maintenance, etc. B. Equipment Consolidation, Options and Costs 1. The pros and cons of locating the City departments' fixed radio \� r. equipment (other than control equipment) in a single location will be addressed along with estimated costs. C. Emergency Communications, Options and Costs 1. The San Luis Obispo Disaster Plan will be reviewed along with a familiarization of existing communications facilities. It will probably also be necessary to spend some time reviewing the options available for communicating with outside agencies during an emergency. Recommendations for improvement will be presented. D. Systems Configuration and Cost Estimates 1. Overall systems configuration best suited to optimizing radio coverage within the City departments area of operation will be presented along with options for phasing in certain systems implementation and upgrading or modification of existing facilities and equipment. E. System Specification 1. The choice of publishing performance or equipment specifications is often dependent upon the project requirements or standards set forth by the City. Prior to the development of specifications City Management must determine the project parameters based upon the facts presented. Recommendations as to the type and extent of specifications will be included in our final document. F. Financing Options 1. Financing options will be discussed but any innovative financing sometimes offered by vendors or contractors will probably have to wait until the vendor/contractor selection process. G. Future Communications Improvements 1. The use of microwave or other communicationi enhancements not presently being used by the City departments will be addressed during review of the. existing systems.' H. Irrigation Control System 1. A survey of the Parks and Recreation Department's irrigation system will be conducted to examine the options available and the feasibility of implementing more efficient control systems. I. Water Distribution and Sewer Management 1. Sewer management and water distribution will be studied relative to options and costs of updating controls. WORK PROGRAM PHASE I Upon completion of this Work Program all the tasks described above will have been completed. I. WEEK ONE A. Meet with the Project Coordinator to discuss procedures, scheduling , department contacts, etc. General familiarization of the project and City facilities. B. Schedule initis! and introductory meetings with selected department personnel. Prepare questionnaires tailored to the respective user departments. II. WEEK TWO A. Begin scheduled meetings with department personnel and inspect communications facilities. B. Assemble data for review and progress report for the Project Coordinator. III. WEEK THREE A. Prepare and present progress report to Project Coordinator and continue meetings with department personnel. This first progress report will include the goals of this project and their priorities as defined by the Project Coordinator. B. Visit existing and potential antenna sites and facilities suitable as a primary radio equipment vault. v25-(I) /� IV. WEEK FOUR C A. Complete draft documentation of the City of San Luis Obispo communications systems and begin documentation of the options available to lineet City requirements. V. WEEK FIVE A. Prepare and present progress report to Project Coordinator. B. Prepare preliminary documentation as to options available for accomplishing the communications goals-of the City. VI. WEEK SIX A. Research equipment availability for proposed upgrading of the public safcty radio systems and costs evolved. The Public Works radio system is also to be considcrcd in this category. B. Review the Parks and Recreation Department's irrigation system along with the Water distribution and sewer management systems. Identify options and costs for monitoring and control systems. VII. WEEK SEVEN A. Complete draft report of total Phase One tasks to .be included in the progress report for the Project Coordinator. Report to be presented this week. At this time the final priorities are to be established and selected user department personnel be advised as to the direction the project is headed. The Project Coordinator may decide to set up meetings to keep management personnel informed. VIII. WEEK EIGHT/WEEK NINE A. Complete final draft of this communications project as defined in Para. 1V., OBJECTIVES/SCOPE, page 5 through 7. B. If feedback from the previous week's report permits, all requested changes will C' be'included in the final draft report and presented as a draft of the final documentation v23-(I) 1. i and delivered to the Project Manager during the ninth week of the project. IX. WEEK TEN A. Final changes made and included in final document which will be printed, bound and delivered in the quantity and format by the Project Coordinator. X. SUMMARY A. Final documentation presented upon completion of Phase One will include complete responses to each of the "Tasks" assigned to this phase. This will provide tlic City Management complete and accurate information as a basis for funding and approval of those options they deem will provide the most desirable and cost effective upgrading of the present communications systems. It is conceivable due to budgetary or time constraints that the City may not wisli to implement all options that are presented by the consultant. The primary benefit of proceeding in the manner described as "Phase One" is that City Management will have accurate, data as to the capabilities and reliability of their present systems so that there is now a solid base for setting priorities as to which systems are to be upgraded or replaced and in what order. The different options and cost estimates as presented will provide the basis for determining the most cost effective method to bring the overall communications systems up to an acceptable level and further expedite the planning necessary to meet future ongoing requirements. It can be expected that the total "Work Program" will be completed within a plus or minus two weeks of the scheduled program. ' v25-(1) AGREEMENT INCORPORATION BY RF^ERENCI. The Notice inviting Bids, the General Sid Terms and Conditions.. the Sperial Bid Terms and 'Conditions. Bid Submission Form(s) , and the Bid Specifications, are hereby incorporated in and made a part of this Agreement. o. COMPLETE AGREEMENT. This written Agreement, including all writings specifically incorporated herein by reference. shall constitute the complete agreement between the parties hereto. No oral agreement, understanding, or representation not reduced to writing and specifically incorporated herein shall be of any force or effect, nor shall any such oral agreement. under- standing. or representation be binding upon the parties hereto. 11 , ?dOTICE. All written notices to the parties hereto shall be sent by United States mail , postage prepaid by registered or certified mail addressed as follows: CITY: Fire Chief City of San Luis Obispo Garden & Pismo San Lu.is Obispo., CA 93403-8100 SUPPLIER: 12. AUTHORITY TO EXEC^,TE AGREEMENT: Both CITY and SUPPLIER do covenant that each individual executing this agreement on behaif of each party is a person duly authorized and empowered to execute Agreements for such party. IN WITNESS WEREOF, the parties hereto have caused this instrument to be executed the day and year first above writ.-ten. ATTEST: CITY OF SAN LUIS OBISPO, A Municipal Corporation By: APPROVER AS TO FORINT: By: Roser Piquet. City Attorney By: APPROVED AS TO CONTENT: John Dunn, City Administrator Nike Dolder. Fire Chief William C. Statler Director of Finance C - 7-/ 6 Resolution No. (1989 Series) U A Resolution of the City Council of San Luis Obispo Authorizing the Negotiation and Signing of a Contract with Nitram Associates for Technical Services in Radio Facilities Evaluation and Recommendation WHEREAS, the City has radio communication deficiencies for Police, Fire and Public Works emergency needs; and WHEREAS, technical support is needed to facilitate recommendation to correct these deficiencies; NOW THEREFORE, BE IT RESOLVED by the City Council of San Luis Obispo to 1. Authorize negotiations of a contract with Nitram Associates, Westlake Village, California for technical support services in the amount of $12,850 not to exceed $15,000. 2. Authorize the CAO to sign contract subject to successful negotiations. On motion of . seconded by and on the following roll call vote: AYES: .1OES: ABSENT: the foregoing resolution was passed and adopted this day of 1989. MAYOR RON DUNIN ATTEST: i CITY CLERIC PAM VOGES APPROVED: ( 1 CITY A MINISTRATIVE OFFICER