Loading...
HomeMy WebLinkAboutC-3019 - Radio Systems Maintenance & Radio Equipment MaintenanceCITY O NEWPORT BEACH OFFICE OF THE CITY CLERK P.O. BOX 1768, NEWPORT BEACH, CA 92658 -8915 (714) 6443005 tL TO: 'FINANCE DIRECTOR 9� ZQ 5 fL FROM: CITY CLERK DATE: September 20, 1994 SUBJECT: Contract No. C -3019 Description of Contract Aereement for Radio System Maintenance Effective date of Contract September 13. 1994 Authorized by Minute Action, approved on September 12, 1994 Contract with Richard B. Young Address Cam un; cations Systems Services 1430 South Grand Avenue, Suite 337 Glendora, CA 91740 Amount of Contract _ (See A¢reement) "94a6's Wanda E. Raggio City Clerk WER:pm Attachment 3300 Newport Boulevard, Newport Beach r I C -3o /J SEP 1 7.1994 September 12, 1994 , CITY COUNCIL AGENDA ITEM NO. 15 TO: Mayor & Members of the City Council FROM: Utilities Department & Police Department SUBJECT: RADIO EQUIPMENT MAINTENANCE AGREEMENT Police, 800 MHz Fire, Marine Safety & Public Works Band Radios Communications Systems Services RECOMMENDATIONS: 1. Approve an Agreement with Communications Systems Services for maintenance of the City- wide fixed and mobile radio equipment. 2. Authorize the Mayor and City Clerk to execute the Agreement for maintenance and repair on behalf of the City. BACKGROUND & DISCUSSION: There are thirteen internal departments providing a variety of services to the City. Eight of the thirteen departments have fixed base or mobile radio equipment that is used in the normal course of business. For a number of years the City departments have maintained radio equipment on an individual department basis. Accurately tracking service costs, call -back work, and warrantee service has been complicated and cumbersome. A variety of service vendors and contractors have been used to affect equipment repairs. The vendors have had varying levels of expertise and have provided a highly variable levels of service; some good; some not so good. For the last 24 months the City has been preparing for the eventual conversion of its radio equipment to a modern, County-wide 800 megahertz band trunked radio system. In order to prepare sufficiently for this eventual transition, the City has been forced to carefully inventory its radio equipment. As a result of the review and inventory of the City's existing radio equipment, several cost saving opportunities have come to light. There are also a number of apparent opportunities to improve the level of response and service quality to a number of the departments. This is proving to be extremely important to the City because the existing equipment is aging and becoming obsolete. Compounding this issue is the City's planned strategy of replacing only failed or non - repairable equipment in anticipation of near -term replacement and transition to a new 800 megahertz trunked radio system. S 0 • Page 2 City -wide Radio Maintenance Agreement September 12, 1994 To address these issues the City Manager asked the Utilities Department Telecommunications Division to work with the other departments to improve service and reduce costs wherever possible and practical. RADIO SYSTEM SPECIFICS: In the eight City departments that use a radio communication system, there are over 560 radio units. The vast majority of the City's radio equipment is Motorola Brand equipment. Historically, Motorola radio equipment has proven to be the most durable and reliable brand of equipment. The City operates under licenses from the Federal Communications Commission (FCC) to utilize separate frequencies for the Police Band, the Marine Safety Band, the 800 MHz Net -6 Fire Band and the Public Works Band. The City does not have the ability to communicate between these different radio frequency bands. The separate frequency bands require individual antennae or broadcast repeaters. The equipment for these individual frequency bands do not provide broadcast coverage for the other City frequency bands. The most effective radio coverage is currently provided by the Police Band and its multiple repeater antennae sites. On the other hand, the Public Works Band radio coverage is often weak and sporadic in certain parts of the City. In other areas, coverage is insufficient to send or receive any radio communications at all. CITY -WIDE MAINTENANCE SOLUTION: To more effectively provide service to the City's various radio equipment, staff reviewed the practicality of implementing a City-wide radio maintenance and service contract from a licensed Motorola repair firm. After several months of discussions with other agencies and a variety of radio manufacturing and service representatives, staff formalized an implementation plan to provide this type of City-wide service. The Police Department and the Utilities Department staffs worked closely to insure a high level of responsiveness and service for the radio system. The Police Department and the Utilities Department jointly prepared a solicitation for receipt of competitive maintenance service price quotations from several authorized Motorola equipment service companies. A number of service proposals were received by the City and were reviewed jointly by a Police and Utilities Department Task Force. The lowest price quotation was received from Communications Systems Services for a fixed price fee of $5,000 per month to maintain the entire City radio system. Following a detailed review of the proposed maintenance services to be provided by the vendor, the City prepared a maintenance service contract agreement. The agreement is attached as Exhibit "X. Page 3 City -wide Radio Maintenance Agreement September 12, 1994 KEY PROVISIONS OF PROPOSED AGREEMENT: Key provisions to the proposed Agreement for radio system and equipment maintenance include the following: 1. Vendor provides routine maintenance and repairs of all fixed and mobile radio equipment owned by the City for a fixed monthly fee of $5,000. 2. City provides a work shop space with, lighting, heat and electricity for the vendor to perform on -site equipment repairs of the radio equipment. 3. Vendor endeavors to maintain all radio equipment in accord with prevailing industry standards and specific methods prescribed by the equipment manufacturer. 4. Vendor agrees to repair all equipment damaged by abuse, acts of God, fire, submergence in water and other non - normal causes on a time and materials basis at defined hourly shop and filed personnel rates. 5. Vendor provides the City proof of insurance coverage in the amount of $1,000,000 and agrees to name the City of Newport Beach as an additional insured on all coverage policies. 6. Vendor agrees not to sub -let or sub - contract any of the services required under the agreement. 7. Term of the agreement is one year from the date of execution of the agreement by the City. 8. Mutual hold harmless provisions. CONCLUSIONS & STAFF RECOMMENDATIONS: Staff believes that the implementation of the City-wide maintenance contract will reduce average costs related to radio equipment maintenance by approximately $40,000 annually. Additionally, staff believes that the level of service and timely responsiveness for some of the City departments will significantly improve compared to historic performance levels. Based on the foregoing, staff' recommends approval of the Agreement for radio system maintenance with Communications Systems Services. ' �F STaNF�.RT Jeff Staneart, P.E. Utilities Director Attachment: Agreement for Radio Maintenance ! • c -3 °/9 AGREEMENT FOR RADIO SYSTEM MAINTENANCE RADIO EQUIPMENT MAINTENANCE THIS AGREEMENT is made and entered into this I3= day of September, 1994, by and between the City of Newport Beach, a municipal Corporation, hereinafter referred to as "CITY ", and Richard B. Young, dba, Communications Systems Services, a Sole Proprietorship, hereinafter referred to as "CONTRACTOR ". WIT NESSETII: WHEREAS, "CITY" requires a significant amount of radio maintenance and repair services for the City -wide radio communication network for all departments including the Police, Fire, Marine Safety, General Services, Utilities, Public Works and Finance Departments, and; WHEREAS, "CITY" has sought the services of an equipment service contractor authorized by Motorola, to perform maintenance on the City's radio equipment and related systems, which is hereinafter referred to as "MAINTENANCE ", and; WHEREAS, implementation of said "MAINTENANCE" requires the services of an officially licensed Motorola manufacturer's representative who is trained in maintaining such equipment, and: WHEREAS, "CONTRACTOR" meets these requirements and is a Motorola representative, and; WHEREAS, "CITY" has solicited and received competitive bids from "CONTRACTOR" for "MAINTENANCE" and to provide certain other essential maintenance related services, as outlined herein below, and; WHEREAS, "CITY" has reviewed the previous experience and has evaluated the expertise of "CONTRACTOR" and desires to accept the bid proposal submitted by "CONTRACTOR ", and; NOW THEREFORE, in consideration of the foregoing, it is mutually agreed and understood that: I. GENERAL A. "CITY" engages "CONTRACTOR" to perform the described services for the consideration hereinafter stated. B. "CONTRACTOR" agrees to perform the described services in accord with the terms and conditions hereinafter set forth. C. "CONTRACTOR" agrees that all services required hereunder shall be performed under his direct supervision, and all personnel engaged in the work shall be fully qualified and shall be authorized by Motorola or permitted under State and local law to perform such services. "CONTRACTOR" shall not sublet, transfer or assign any work except as otherwise provided for herein or as authorized in advance by the "CITY ". II. SERVICES TO BE PERFORMED BY CONTRACTOR "CONTRACTOR" shall provide the following listed maintenance services to "CITY ". A. "CONTRACTOR" shall provide the necessary services to complete the tasks associated with the maintenance for the "MAINTENANCE ". Those tasks include the following: 1. Coordination and Meetings with City staff a. "CONTRACTOR" shall keep "CITY" Project Manager apprised of the progress being made on the "CONTRACTOR" maintenance activities. Such appraisal shall be made via telephone, in writing as appropriate and via the meetings as necessary. 2. Radio Communication Maintenance Services a. "CONTRACTOR" shall provide 24 hour on -call service on fixed radio equipment, any dispatch related radio trouble, on site service of mobile units and shop repair of portables units. b. "CONTRACTOR" shall provided a maintenance set schedule and an as needed basis schedule as required by "CITY's" Project Manager. These service will be performed in a professional manner and all repairs will be completed in a timely manner. c. "CONTRACTOR's" maintenance shall include all parts and labor required for repair of Motorola, Kenwood and Yaesu commercial radio equipment and systems which has become defective through normal wear and tear. "CONTRACTOR" will not be responsible for any repairs of the following items: motorcycle - helmet cable assemblies, broken antennas, batteries, salt water damage or excessive physical damage. • • d. "CONTRACTOR" shall provide a Service Station (hereinafter called "SS'), to maintain the equipment. e. "CONTRACTOR" shall maintain one associated receiver with each transmitter at the monthly price indicated for the transmitter. f. "CONTRACTOR" shall provide maintenance for "CITY' owned antennas and equipment attached to antenna. This does not include broken antenna replacement. g. "CONTRACTOR" maintenance services do not include the repair or replacement of radio communication equipment from accidents, physical abuse or misuse of the equipment, acts of God and fires. In addition, this does not include maintenance of any transmission line, tower or tower lighting. h. The equipment will be maintained by the "CONTRACTOR" in accord with the following standards: 1. Motorola parts or parts of equal quality and compatibility shall be used. 2. Oil, water, dust and foreign substances will be removed from the equipment prior to installation. 3. The equipment will not be subject to mechanical or physical abuse. 4. The performance of the equipment will be kept at levels as stated in the Motorola instruction books furnished with the equipment. 5. All routine maintenance procedures will be followed as prescribed by Motorola. 6. All maintenance work will be done by a qualified, trained person authorized by Motorola. 7. All equipment will be inspected and adjusted periodically and as often as required by Motorola. L The "CONTRACTOR" shall provide the "CITY' with advice and technical assistance, including frequency, modulation and power measurements, to aid the "CITY' in meeting requirements of the Federal Communications Commission. 3. Time and Place of Maintenance Work a. The "CITY' shall give "CONTRACTOR" a minimum of 48 hours notice prior to delivery of a mobile unit for reinstallation. Repair and servicing of all base or mobile equipment may be performed by the "CONTRACTOR ". On any work not to be performed at the "SS ", "CITY' will furnish an adequate bench and working space, with heat, light and available power at the location where the services are to be rendered. III. DUTIES OF THE CITY hi order to assist the "CONTRACTOR" in the execution of his responsibilities under this Agreement, "CITY" agrees to provide the following: A. Provide any background information, reports, contracts, specifications, proposals or agreements as may be available or are in existence, which may be germane to the completion of the "CONTRACTOR" defined duties. B. Provide technical information, as are available and appurtenant to the project. IV. TERM "CONTRACTOR" shall commence work immediately upon receipt of written notice to proceed by the "CITY ". Work as required herein, shall be completed in a diligent and efficient manner to the execution of its completion. The term of this contract is for one year from the date this Agreement is executed by the City Council. V. OWNERSHIP OF DOCUMENTS Original drawings and other deliverable documents to be provided by "CONTRACTOR" under this Agreement shall become the exclusive property of "CITY" and may be reproduced as deemed necessary by "CITY" or its duly authorized representative. However, any use of completed deliverables or documents for purposes other than for this "MAINTENANCE ", or any use of incomplete documents, shall be at "CiTY's" sole risk, and "CITY" shall indemnify "CONTRACTOR" for any damages incurred as a result of such use. No report, drawing, document or other data given to or prepared or assembled by "CONTRACTOR" pursuant to this Agreement shall be made available to any individual or organization by "CONTRACTOR" without prior written approval by "CITY ", unless required by subpoena. "CONTRACTOR" is granted permission to show to prospective clients reports and data which have been accepted by "CITY" as prepared under this Agreement. VI. RIGHT OF TERMINATION The agreement may be canceled by either party upon thirty (30) days written notice by certified mail and shall remain in full force and effect until canceled by either party or by mutual agreement. A. "CITY' reserves the right to terminate this Agreement without cause at any time by giving "CONTRACTOR" (30) business days prior written notice. Notice shall be deemed served when delivered personally or upon deposit in the United States mail, postage prepaid, addressed to the "CONTRACTOR's" business office at 1430 South Grand Avenue, Suite 337, Glendora, California 91740. B. "CONTRACTOR" may terminate this Agreement after (30) days' written notice from "CONTRACTOR" to "CITY ". Notice shall be deemed served when delivered personally or upon deposit in the United States mail, postage prepaid, addressed to the "CITY'S" business office at 3300 Newport Boulevard, Newport Beach, California 92663. 0 0 C. In the event of termination due to errors, omissions, or negligence of "CONTRACTOR ", "CITY" shall be relieved of any obligation to compensate "CONTRACTOR" for that portion of work affected by such errors, omissions, or negligence of "CONTRACTOR ". If this Agreement is terminated for any other reason, "CITY" agrees to compensate "CONTRACTOR" for the actual services performed up to the effective date of the "Notice of Termination ", on the basis of the payment and fee schedule contained herein. VII. SUBCONTRACTORS & ASSIGNMENT A. None of the services included in this Agreement shall be assigned, transferred, contracted or subcontracted without prior written approval of "CITY ". B. Neither "CONTRACTOR" nor "CITY" shall assign or transfer any interest in this Agreement, whether by assignment or novation, without the prior written consent of the other party; provided, however, that claims for money due or to become due "CONTRACTOR" from "CITY" under this Agreement may be assigned to a bank, trust company or other financial institution, or to a trustee in bankruptcy, without such approval. Notice of any such assignment or transfer shall be promptly furnished to "CITY ". VIII. PAYMENT & FEE SCHEDULE A. In consideration for the specified services, "CITY" hereby agrees to compensate "CONSULTANT" on a fixed monthly basis in the amount of five thousand dollars ($5,000) per month. B. Additional services for maintenance and repair for items and equipment excluded from the standard monthly feeas shal be paid on the basis of the "PAYMENT & FEE SCHEDULE" set forth below. C. PAYMENT & FEE SCHEDULE personnel Shop Technical Service ... Field Technical Service ... Field Installation Service hourly rates ............ $50.00 ............. 75.00 ......................... 65.00 D. The contract amount shall be paid to "CONTRACTOR" in monthly partial payments based on the amount of hours worked and expenses incurred during each monthly pay period based on the actual hours of labor expended as determined by the Project Manager for "CITY ". IX. ADDITIONAL SERVICES No change in character, extent, or duration of the work to be performed by "CONTRACTOR" shall be made without prior written approval from "CITY ". In consideration for performance of additional services authorized by "CITY" in writing, "CITY" hereby agrees to compensate "CONTRACTOR" an amount based upon the hourly rate as submitted to "CITY" in the "FEE SCHEDULE ", except that an increase in the total compensation exceeding two thousand dollars ($2,000.00) per month shall require that an amended Agreement for such additional services be executed by the "CONTRACTOR" and "CITY ". 0 X. RECORDS "CONTRACTOR" shall maintain complete and accurate records with respect to costs, expenses, receipts and other such information required by "CITY" that relate to the performance of the services specified under this Agreement. All such records shall be maintained in accord with generally accepted accounting principles and shall be clearly identified and readily accessible. "CONTRACTOR" shall provide free access to the representatives of "CITY" or its designees at all proper times upon reasonable notice to "CONTRACTOR" to such books and records, and gives "CITY" the right to examine and audit same, and to make transcripts therefrom as deemed necessary at " CITY's" cost, and to allow inspection of all work, data, documents, proceedings and activities related to this Agreement. XI. INSURANCE A. On or before the date of execution of this Agreement, "CONTRACTOR" shall furnish "CITY" with completed certificates showing the type, amount, class of operations covered, effective dates and dates of expiration of insurance policies. "CONTRACTOR" shall use the "CITY'S" Insurance Certificate form for endorsement of all policies of insurance. The certificates do not limit "CONTRACTOR'S" indemnification, and also contain substantially the following statement: "The insurance covered by this certificate may not be canceled, non - renewed, except after thirty (30) days' written notice has been received by "CITY ". Coverage may not be reduced or otherwise materially altered without the same advance notice to "CITY" of such alteration. B. "CONTRACTOR" shall maintain in force at all times during the performance of this Agreement, policies of insurance required by this Agreement; and said policies of insurance shall be secured from an insurance company assigned Policyholders' Rating of "B" (or higher) and Financial Size Category "VIII" (or larger) in accord with an industry-wide standard and shall be licensed to do business in the State of California. 1. An appropriate industry-wide insurance rating standard shall be deemed "Best's Key Rating Guide", latest edition. C. "CONTRACTOR" shall maintain the following minimum coverages: Liability Insurance General liability coverage shall be provided in the following minimum limits: Category Amount Bodily Injury $ 1,000,000 each occurrence $ 1,000,000 aggregate Property Damage $ 1,000,000 each occurrence $ 1,000,000 aggregate A combined single limit policy with aggregate limits in the amount of $1,000,000 will be considered equivalent to the required minimum limits. 0 0 D. Subrogation Waiver In the event of loss or claim of loss due to any of the perils for which it has agreed to provide general liability insurance, "CONTRACTOR" shall look solely to its insurance for recovery. "CONTRACTOR" hereby grants to "CITY ", on behalf of any general liability insurer providing insurance to either "CONTRACTOR" or "CITY" with respect to the services of "CONTRACTOR ", a waiver of any right of subrogation which any such insurer of said "CONTRACTOR" may acquire against "CITY" by virtue of the payment of any loss under such insurance. E. Additional Insured "CITY ", its City Council, boards and commissions, officers, servants and employees shall be named as an additional insured under all insurance policies required under this Agreement, except Errors & Omissions Insurance. The naming of an additional insured shall not affect any recovery to which such additional insured would be entitled under this policy if not named as such additional insured; and an additional insured named herein shall not be liable for any premium or expense of any nature on this policy or any extension thereof. Any other insurance held by an additional insured shall not be required to contribute anything toward any loss or expense covered by the insurance provided by this policy. Proceeds from any such policy or policies shall be payable to "CITY" primarily, and to "CONTRACTOR" secondarily, if necessary. XII. INTERRUPTION OF SERVICE. The maintenance provided for herein is to remedy only defects caused by ordinary and usual use of the equipment and does not under any circumstances include repair or replacement necessitated by accidents, storms, civil commotion, fires or other similar causes. Under no circumstances does the "CONTRACTOR" assume liability for and consequential damages to the equipment, the Licensee or any other entity by reason of failure to perform any such service, the limit of liability for said failure being solely the reasonable market cost of the omitted service. XIII. LAWS & REGULATIONS. This agreement and the rights and obligation of the parties under it are subject to present and future valid orders and valid laws, rules and regulations of duly constituted authorities having jurisdiction. XIV. WAIVER A waiver by "CITY" or "CONTRACTOR" of any breach of any term, covenant, or condition contained herein shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant, or condition contained herein whether of the same or different character. Failure or delay on the part of the "CITY" or the "CONTRACTOR" to exercise any right, power or privilege hereunder shall not operate as a waiver thereof. XV. COST OF LITIGATION If any legal action is necessary to enforce any provision hereof or for damages by reason of an alleged breach of any provisions of this Agreement, the prevailing party shall be entitled to receive from the losing party all costs and expenses in such amount as the court may adjudge to be reasonable cost of litigation. XVI. INTEGRATED CONTRACT This Agreement represents the full and complete understanding of every kind or nature whatsoever between the parties hereto and all preliminary negotiations and agreements of whatsoever kind or nature are merged herein. No verbal agreement or implied covenant shall be held to vary the provisions hereof. Any modification of this Agreement will be effective only by written execution signed by both "CITY" and "CONTRACTOR ". XVII. HOLD HARMLESS "CONTRACTOR" shall indemnify and hold harmless, "CITY ", its City Council, boards and commissions, officers, and employees from and against any and all loss, damages, liability, claims, suits, costs and expenses, whatsoever, including reasonable costs of litigation, arising from "CONTRACTOR'S" negligent acts, errors or omissions, in the performance of services hereunder. 0 • IN WITNESS WHEREOF, the parties hereto have executed this Agreement on the first date above written: APPROVED AS TO FORM: City Attorney ATTEST: City Clerk Address and Telephone: City of Newport Beach, a municipal corporation Clarence Tume ayor „CITY„ Richard B. Young, dba., Communications Systems Services a sole proprietorship r48 yam,, Richard B. Young, Owner "CONTRACTOR" City of Newport Beach Communications Systems Services 3300 Newport Boulevard 1430 South Grand Avenue Yost Office Box 1768 Suite 337 Newport Beach, California 92658 -8915 Glendora, California 91740 (714) 644 -3011 (714) 646 -5204 fax (818) 335 -3353 (818) 335 -3353 FAX