Loading...
HomeMy WebLinkAbout1999-09-13 City Council (11)TO: FROM: of Palo Alto HONORABLE CITY COUNCIL CITY MANAGER DEPARTMENT: POLICE 8 DATE:SEPTEMBER 13, 1999 CMR: 346:99 SUBJECT:APPROVAL OF CONSULTANT CONTRACT WITH FRANK THATCHER ASSOCIATES,INC.FOR CONSULTING SERVICES TO STUDY THECITY’S COMMUNICATIONS INFRASTRUCTURE RECOMMENDATION Staff recommends that Council approve and authorize the Mayor to execute the attached contract with Frank Thatcher Associates, Inc. in the amount of $48,600 to study the City’s communications infrastructure and to provide recommendations that will meet the City’s needs for the next 10-15 years. DISCUSSION Project Description In its current configuration, Police, Fire/Emergency Medical Services (EMS), Utilities, and several City departments (Public Works, Planning, Facilities, Parks, etc.) utilize the City’s communications infrastructure. The infrastructure consists of the following radio channels: 1) police main and backup; 2) fire main and tactical; 3) command and control; 4) three local government channels used by Public Works, Utilities, Planning, Parks, etc.; 5) data channel; 6) microwave (used to transmit control and data signals for city communications systems between City Hall and the Municipal Service Center, and City Hall and Park Boulevard Reservoir); 7) all Communications Center equipment; and 8) numerous pieces of ancillary equipment for support and control of these channels. The communications infrastructure backbone was implemented approximately 20 years ago, and since that time additions, replacements, and enhancements have been completed as part of a routine maintenance program to keep the system operating at optimal levels. In late 1997, as a result of improvements in technology, the FCC changed its rules relating to the frequency spectrum on which the City’s police channels operate. The FCC chose to CMR:346:99 Page 1 of 3 open up this frequency spectrum for commercial applications such as tow truck fleet operations or wide area coverage for trucking firms. For many years, this spectrum had originally been reserved for public safety applications. The action, which became known as "re-farming", allowed a doubling of frequencies in this spectrum by narrowing the separation between channels. Public safety agencies operating in this band are now faced with potential interference from the commercial sources unless they make dramatic changes in their current infrastructure. Commercial applications are often operated under a completely different philosophy than that of the public safety community. High power output and frequency saturation used by commercial applications creates a potential for damage to public safety agencies operating in this band caused from the interference created by the overlapping channel separation. Serious consequences to the public safety arena such as interference to police channels from unknown sources or interruption of communications on City channels during major incidents could result. Staff began to study methods of dealing with this issue. It soon became apparent that the City was faced with two primary issues: 1) how to deal with the immediate threat to the police and fire radio channels and 2) what preparations need to be made to meet the City’s communications needs for the next 10 to 15 years. The work to be performed under the contract is for the consultant to study and assess the City’s current communications infrastructure and to develop recommendations on how best to meet the City’s future needs. Selection Process Staff sent a request for proposals to 14 consulting firms on April 30, 1999. Firms were given 24 days to respond to the request. A total of three firms submitted proposals. Proposals ranged from $32,680 to $123,000. Those firms not responding indicated that they did not submit a proposal because many were on the East Coast. Their proposals would need to include travel expenses, thereby excluding them from local competitive responses. A selection advisory committee consisting of staff from the Police Department and Administrative Services Information Technology reviewed the proposals, and two firms were invited to participate in oral interviews on July 12, 1999. The committee carefully reviewed each firm’s qualifications and submittal in response to the RFP relative to the following CMR:346:99 Page 2 of 3 criteria: the responses for completeness, experience of the firm, experience of the firm’s staff, the firm’s restatement of the objectives of the project, references, and cost. Frank Thatcher Associates, Inc. was selected as the vendor because of its comprehensive approach to the project, its proximity to the City, and experience in dealing with issues involving other agencies in the Bay Area. RESOURCE IMPACT Funds in the amount of $48,600 are available for this purpose in the Police Department’s FY 1999-2000 operating budget. POLICY IMPLICATIONS This report does not represent any change to existing City policies. ENVIRONMENTAL REVIEW This is not a project under the California Environmental Quality Act. ATTACHMENTS Aueement with Frank Thatcher & Associates. PREPARED BY:John Bush, Coordinator - Communications ServicesLynne Johnson, ass~~hief DEPARTMENT HEAD: P~ h.~ Dw~er,-(~hie~e CITY MANAGERAPPROVAL: EMIL~ HARRISON Assistant City Manager CMR:346:99 Page 3 of 3 CONTRACT NO. BETWEEN THE CITY OF PALO ALTO AND FRANK THATCHER ASSOCIATES, INC. FOR CONSULTING SERVICES RELATING TO RADIO COMMUNICATIONS EVALUATION This Contract is entered into on , 1999, by and between the CITY OF PALO ALTO, a chartered city and a municipal corporation of the State of California ("CITY"), and FRANK THATCHER ASSOCIATES, INC., a California Corporation, located at 564 Market Street,Suite 612, San Francisco,California ("CONSULTANT"). RECITALS: WHEREAS, CITY desires certain professional consulting services ("Services") and the preparation and delivery of, without limitation, one or more sets of documents, drawings, maps, plans, designs, data, calculations, surveys, specifications, schedules or other writings ("Deliverables") (Services and Deliverables are, collectively, the "Project"), as more fully described in Exhibit "A"; and WHEREAS, CITY desires to engage CONSULTANT, including its employees, if any, in providing the Services by reason of its qualifications and experience in performing the Services, and CONSULTANT has offered to complete the Project on the terms and in the manner set forth herein; NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of this Contract, the parties agree: SECTION i. TERM i.i This Contract will commence on the date of its execution by CITY, and will terminate upon completion of the Project, unless this Contract is earlier terminated by CITY. Upon the receipt of CITY’s notice to proceed, CONSULTANT will commence work on the initial and subsequent Project tasks in accordance with the time schedule set forth in Exhibit "A". Time is of the essence of this Contract. In the event that the Project is not completed within the time required through any fault of CONSULTANT, CITY’s city manager will have the option of extending the time schedule for any period of time. This provision wil! not preclude the recovery of damages for delay caused by CONSULTANT. 990809 syn 0043806 SECTION 2.SCOPE OF PROJECT; CHANGES & CORRECTIONS 2.1 The scope of Services and Deliverables constituting the Project will be performed, delivered or executed by CONSULTANT under the phases of the Basic Services as described be!ow. 2.2 CITY may order substantial changes in the scope or character of the Basic Services, the Deliverables, or the Project, either decreasing or increasing the amount of work required of CONSULTANT. In the event that such changes are ordered, subject to the approval of CITY’s City Council, as may be required, CONSULTANT will be entitled to full compensation for al! work performed prior to CONSULTANT’s receipt of the notice of change and further will be entitled to an extension of the time schedule. Any increase in compensation for substantial changes wil! be determined in accordance with the provisions of this Contract. CITY will not be liable for the cost or payment of any change in work, unless the amount of additional compensation attributable to the change in work is agreed to, in writing, .by CITY before CONSULTANT commences the performance of any such change in work. 2.3 Where the Project entails the drafting and submission of Deliverables, for example, construction plans, drawings, and specifications, any and al! errors, omissions, or ambiguities in the Deliverables, which are discovered by CITY before invitations to bid on a construction project (for which the Deliverables are required) are distributed by CITY, will be corrected by CONSULTANT at no cost to CITY, provided CITY gives notice to CONSULTANT. DUTIES SECTION 3 CONSULTANT’S 0UALIFICATIONS, STATUS, AND 3.1 CONSULTANT represents and warrants that it has the expertise and professiona! qualifications to furnish or cause to be furnished the Services and Deliverables. CONSULTANT further represents and warrants that the project director and every individua!, including any consultant (or contractors), charged with the performance of the Services are duly licensed or certified by the State of California, to the extent such licensing or certification is required by law to perform the Services, and that the Project wil! be executed by them or under their supervision. CONSULTANT will furnish to CITY for approva!, prior to execution of this Contract, a list of al! individuals and the names of their employers or principals to be emp!oyed as consultants. 3.2 In reliance on the representations and warranties set forth in this Contract, CITY hires CONSULTANT to execute, and CONSULTANT covenants and agrees that it will execute or cause to be executed, the Project. 990809 syn 0043806 3.3 CONSULTANT will assign Greg Forrest as the project director to have supervisory responsibility for the performance, progress, and execution of the Project. Charles Ostrofe wil! be assigned as the project coordinator who will represent CONSULTANT during the day-to-day work on the Project. If circumstances or conditions subsequent to the execution of this Contract cause the substitution of the project director or project coordinator for any reason, the appointment of a substitute project director or substitute project coordinator will be subject to the prior written approval of the project manager. 3.4 CONSULTANT represents and warrants that it will: 3.4.1 Procure all permits and licenses, pay all charges and fees, and give al! notices which may be necessary and incident to the due and lawfu! prosecution of the Project; 3.4.2 Keep itself fully informed of all existing and future Federal, State of California, and !ocal laws, ordinances, regulations, orders, and decrees which may affect those engaged or employed under this Contract and any materials used in CONSULTANT’s performance of the Services; 3.4.3 At all times observe and comply with, and cause its employees and consultants, if any, who are assigned to the performance of this Contract to observe and comply with, the laws, ordinances, regulations, orders and decrees mentioned above; and 3.4.4 Will report immediately to the project manager, in writing, any discrepancy or inconsistency it discovers in the laws, ordinances, regulations, orders, and decrees mentioned above in relation to the Deliverables. 3.5 Any Deliverables given to, or prepared or assembled by, CONSULTANT or its consultants, if any, under this Contract wil! become the property of CITY and wil! not be made available to any individua! or organization by CONSULTANT or its consultants, if any, without the prior written approva! of the city manager. 3.6 CONSULTANT will provide CITY with three (3) copies of any documents which are a part of the Deliverables upon their completion and acceptance by CITY, two of which shal! be bound and one of which shall be non-bound for purposes of copying. 3.7 If CITY requests additional copies of any documents which are a part of the Deliverables, CONSULTANT will provide such additional copies and CITY will compensate CONSULTANT for its duplicating costs. 3.8 CONSULTANT will be responsible for employing or engaging all persons necessary to execute the Project. All 990809 syn 0043806 consultants of CONSULTANT will be deemed to be directly controlled and supervised by CONSULTANT, which will be responsible for their performance. If any emp!oyee or consultant of CONSULTANT fails or refuses to carry out the provisions of this Contract or appears to be incompetent or to act in a disorderly or improper manner, the employee or consultant will be discharged immediately from further performance under this Contract on demand of the project manager. 3.9 In the execution of the Project, CONSULTANT and its consultants, if any, will at all times be considered independent contractors and not agents or employees of CITY. 3.10 CONSULTANT will perform or obtain or cause to be performed or obtained any and al! of the fol!owing Additional Services, not included under the Basic Services, if so authorized, in writing, by CITY: 3.10.1 Providing services as an expert witness in connection with any public hearing or meeting, arbitration proceeding,or proceeding of a court of record; 3.10.2 Incurring travel and subsistence expenses for CONSULTANT and its staff beyond those normally required under the Basic Services; 3.10.3 Performing any other Additional Services that may be agreed upon by the parties subsequent to the execution of this Contract; and 3.10.4 Other Additional Services now or hereafter described in Exhibit "A" to this Contract. 3.11 CONSULTANT will be responsible for employing all consultants deemed necessary to assist CONSULTANT in the performance of the Services. The appointment of consultants must be approved, in advance, by CITY, in writing, and must remain acceptable to CITY during the term of this Contract. SECTION 4. DUTIES OF CITY 4.1 CITY will furnish or cause to be furnished the services listed in Exhibit "A" and such information regarding its requirements applicable to the Project as may be reasonably requested by CONSULTANT. 4.2 CITY will review and approve, as necessary, in a timely manner the Deliverables and each phase of work performed by CONSULTANT. CITY’s estimated time of review and approva! will be furnished to CONSULTANT at the time of submission of each phase of work. CONSULTANT acknowledges and understands that the interrelated exchange of information among CITY’s various 990809 syn 0043806 departments makes it extremely difficult for CITY to firmly establish the time of each review and approval task. CITY’s failure to review and approve within the estimated time schedule wil! not constitute a default under this Contract° 4.3 The city manager will represent CITY for all purposes under this Contract. John Bush is designated as the project manager for the city manager. The project manager will supervise the performance, progress, and execution of the Project, and will be assisted by Thomas Laye, the chief communications technician and technical representative for the department. 4.4 If CITY observes or otherwise becomes aware of any default in the performance of CONSULTANT, CITY will use reasonable efforts to give written notice thereof to CONSULTANT in a timely manner. SECTION 5. COMPENSATION 5.1 CITY will compensate CONSULTANT for the following services and work: 5.1.1 In consideration of the full performance of the Basic Services, including any authorized reimbursable expenses, CITY wil! pay CONSULTANT a fee not to exceed FORTY EIGHT THOUSAND dollars ($48,000.00). The amount of compensation will be calculated in accordance with the hourly rate schedule set forth in Exhibit "B", on a time and materials basis, up to the maximum amount set forth in this Section. the fees of the consultants, who have direct contractua! relationships with CONSULTANT, wil! be approved, in advance, by CITY. CITY reserves the right to refuse payment of such fees, if such prior approval is not obtained by CONSULTANT. 5.1.2 The full payment of charges for extra work or changes, or both, in the execution of the Project will be made, provided such request for payment is initiated by CONSULTANT and authorized, in writing, by the project manager. Payment will be made within thirty (30) days of submission by CONSULTANT of a statement, in triplicate, of itemized costs covering such work or changes, or both. Prior to commencing such extra work or changes, or both, the parties wil! agree upon an estimated maximum cost for such extra work or changes. CONSULTANT will not be paid for extra work or changes, including, without limitation, any design work or change order preparation, which is made necessary on account of CONSULTANT’s errors, omissions, or oversights. 5.1.3 Direct personnel expense of employees assigned to the execution of the Project by CONSULTANT will include only the work of architects, engineers, designers, job captains, surveyors, draftspersons, specification writers and typists, in consultation, 990809 syn 0043806 research and design, work in producing drawings, specifications and other documents pertaining to the Project, and in services rendered during construction at the site, to the extent such services are expressly contemplated under this Contract. Included in the cost of direct personne! expense of these emp!oyees are salaries and mandatory and customary benefits such as statutory emp!oyee benefits, insurance, sick leave, holidays and vacations, pensions and similar benefits. 5.2 The schedule of payments will be made as follows: 5.2.1 Payment of the Basic Services will be made in monthly progress payments in proportion to the quantum of services performed, or in accordance with any other schedule of payment mutually agreed upon by the parties, as set forth in Exhibit "B", or within thirty (30) days of submission, in triplicate, of such requests if a schedule of payment is not specified. Fina! payment will be made by CITY after CONSULTANT has submitted all Deliverables, including, without limitation, " reports which have been approved by the project manager. 5.2.2 Payment of the Additional Services will be made in monthly progress payments for services rendered, within thirty (30) days of submission, in triplicate, of such requests. 5.2.3 No deductions will be made from CONSULTANT’s compensation on account of penalties, liquidated damages, or other sums withheld by CITY from payments to general contractors. SECTION 6. ACCOUNTING, AUDITS, OWNERSHIP OF RECORDS 6.1 Records of the direct personnel expenses and expenses incurred in connection with the performance of Basic Services and Additiona! Services pertaining to the Project wil! be prepared, maintained,.and retained by CONSULTANT in accordance with generally accepted accounting principles and will be made available to CITY for auditing purposes at mutually convenient times during the term of this Contract and ~for three (3) years following the expiration or earlier termination of this Contract. 6.2 The originals of the Deliverables prepared by or under the direction of CONSULTANT in the performance of this Contract wil! become the property of CITY irrespective of whether the Project is completed upon CITY’s payment of the amounts required to be paid to CONSULTANT. These originals wil! be delivered to CITY without additional compensation. CITY will have the right to utilize any final and incomplete drawings, estimates, specifications, and any other documents prepared hereunder by CONSULTANT, but CONSULTANT disclaims any responsibility or liability for any alterations or modifications of such documents. 990809 syn 0043806 6 SECTION 7.INDEMNITY 7.1 CONSULTANT agrees to protect, indemnify, defend and hold harmless CITY, its Council members, officers, employees and agents, from any and al! demands, claims, or liability of any nature, including death or injury to any person, property damage or any other !oss, caused by or arising out of CONSULTANT’s, its officers’, agents’, consultants’ or emp!oyees’ negligent acts, errors, or omissions, or willful misconduct, or conduct for which applicable law may impose strict liability on CONSULTANT in the performance of or failure to perform its obligations under this Contract. SECTION 8.WAIVERS 8.1 The waiver by either party of any breach or violation of any covenant, term, condition or provision of this Contract or of the provisions of any ordinance or law wil! not be deemed to be a waiver of any such covenant, term, condition, provision, ordinance, or law or of any subsequent breach or violation of the same or of any other covenant, term, condition, provision, ordinance or law. The subsequent acceptance by either party of any fee or other money which may become due hereunder wil! not be deemed to be a waiver of any preceding breach or violation by the other party of any covenant, term, condition or.provision of this Contract or of any applicable law or ordinance. 8.2 No payment, partial payment, acceptance, or partial acceptance by CITY will operate as a waiver on the part of CITY of any of its rights under this Contract. SECTION 9. INSURANCE 9.1 CONSULTANT, at its sole cost and expense, will obtain and maintain, in full force and effect during the term of this Contract, the insurance coverage described in Exhibit "C", insuring not only CONSULTANT and its consultants, if any, but also, with the exception of workers’ compensation, employer’s liability and professiona! liability insurance, naming CITY as an additional insured concerning CONSULTANT’s performance under this Contract. 9.2 All insurance coverage required hereunder will be provided through carriers with Best’s Key Rating Guide ratings of A:VII or higher which are admitted to transact insurance business in the State of California. Any and al! consultants of CONSULTANT retained to perform Services under this Contract will obtain and maintain, in ful! force and effect during the term of this Contract, identical insurance coverage, naming CITYas an additional insured under such policies as required above. 990809 syn 0043806 9.3 Certificates of such insurance, preferably on the forms provided by CITY, will be filed with CITY concurrently with the execution of this Contract. The certificates will be subject to the approva! of CITY’s risk manager and will contain an endorsement stating that the insurance is primary coverage and wil! not be canceled or altered by the insurer except after filing with the CITY’s city clerk thirty (30) days’ prior written notice of such cancellation or alteration, and that the City of Palo Alto is named as an additional insured except in policies of workers’ compensation, emp!oyer’s liability, and professional liability insurance. Current certificates of such insurance will be kepton file at al! times during the term of this Contract with the city clerk. 9.4 The procuring of such required policy or policies of insurance will not be construed to limitCONSULTANT’s liability hereunder nor to fulfill the indemnification provisions of this Contract. Notwithstanding the policy or policies of insurance, CONSULTANT will be obligated for the ful! and total amount of any damage, injury, or loss caused by or directly arising as a result of the Services performed under this Contract, including such damage, injury, or !oss arising after the Contract is terminated or the term has expired. SECTION I0. WORKERS’ COMPENSATION i0.i CONSULTANT, by executing this Contract, certifies that it is aware of the provisions of the Labor Code of the State of California which require every employer to be insured against liability for workers’ compensation or to undertake self-insurance in accordance with the provisions of that Code, and certifies that it will comply with such provisions, as applicable, before commencing the performance of the Project. PROJECT SECTION ii TERMINATION OR SUSPENSION OF CONTRACT OR Ii.i The city manager may suspend the execution of the Project, in whole or in part, or terminate this Contract, with or without cause, by giving thirty (30) days’ prior written notice thereof to CONSULTANT, or immediately after submission to CITY by CONSULTANT of any completed item of Basic Services. Upon receipt of such notice, CONSULTANT will immediately discontinue its performance under this Contract. 11.2 CONSULTANT may terminate this Contract or suspend its execution of the Project by giving thirty (30) days’ prior written notice thereof to CITY, but only in the event of a substantia! failure of performance by CITY or in. the event CITY indefinitely withholds or withdraws its request for the initiation or continuation of Basic Services or the execution of the Project. 990809 syn 0043806 11.3 Upon such suspension or termination by CITY, CONSULTANT wil! be compensated for the Basic Services and Additional Services performed and Deliverables received and approved prior to receipt of written notice from CITY of such suspension or abandonment, together with authorized additional and reimbursable expenses then due. If the Project is resumed after it has been suspended for more than 180 days, any change in CONSULTANT’s compensation will be subject to renegotiation and, if necessary, approva! of CITY’s City Council. If this Contract is suspended or terminated on account of a default by CONSULTANT, CITY will be obligated to compensate CONSULTANT only for that portion of CONSULTANT’s services which are of direct and immediate benefit to CITY, as such determination may be made by the city manager in the reasonable exercise of her discretion. 11.4 In the event of termination of this Contract or suspension of work on the Project by CITY where CONSULTANT is not in default, CONSULTANT will receive compensation as follows: 11.4.1 For approved items of services, CONSULTANT will be compensated for each item of service fully performed in the amounts authorized under this Contract. 11.4.2 For approved items of services on which a notice to proceed is issued by CITY, but which are not fully performed, CONSULTANT will be compensated for each item of service in an amount which bears the same ratio to the total fee otherwise payable for the performance of the service as the quantum of service actually rendered bears to the services necessary for the full performance of that item of service. 11.4.3 The total compensation payable under the preceding paragraphs of this Section wil! not exceed the payment specified under Section 5 for the respective items of service to be furnished by CONSULTANT. 11.5 Upon such suspension or termination, CONSULTANT will deliver to the city manager immediately any and all copies of the Deliverables, whether or not completed, prepared by CONSULTANT or its consultants, if any, or given to CONSULTANT or its consultants, if any, in connection with this Contract. Such materials will become the property of CITY. 11.6 The failure of CITY to agree with CONSULTANT’s independent findings, conclusions, or recommendations, if the same are called for under this Contract, on the basis of differences in matters of judgment, will not be construed as a failure on the part of CONSULTANT to fulfill its obligations under this Contract. 990809 syn 0043806 9 SECTION 12 ASSIGNMENT 12.1 This Contract is for the personal services of CONSULTANT, therefore, CONSULTANT will not assign, transfer, convey, or otherwise dispose of this Contract or any right, title or interest in or to the same or any part thereof without the prior written consent of CITY. A consent to one assignment will not be deemed to be a consent to any subsequent assignment. Any assignment made without the approval of CITY will be void and, at the option of the city manager, this Contract may be terminated. This Contract will not be assignable by operation of law. SECTION 13. NOTICES 13.1 All notices hereunder will be given, in writing, and mailed, postage prepaid, by certified mail, addressed as follows: To CITY:Office of the City Clerk City of Palo Alto Post Office Box 10250 Palo Alto, CA 94303 To CONSULTANT: Attention of the project director at the address of CONSULTANT recited above SECTION 14. CONFLICT OF INTEREST 14.1 In accepting this Contract, CONSULTANT covenants that it presently has no interest, and will not acquire any interest, direct or indirect, financia! or otherwise, which would conflict in any manner or degree with the performance of the Services. 14.2 CONSULTANT further covenants that, in the performance of this Contract, it will not employ contractors or persons having such an interest mentioned above. CONSULTANT certifies that no one who has or wil! have any financial interest under this Contract is an officer or employee of CITY; this provision will be interpreted in accordance with the applicable provisions of the Palo Alto Municipal Code and the Government Code of the State of California. SECTION 15.NONDISCRIMINATION 15.1 As set forth in the Palo Alto Municipal Code, no discrimination will be made in the employment of persons under this Contract because of the age, race, co!or, national origin, ancestry, religion, disability, sexua! preference or gender of such person. If the value of this Contract is, or may be, five thousand dollars ($5,000) or more, CONSULTANT agrees to meet all 990809 syn ~43806 10 requirements of the Palo Alto Municipal Code pertaining to nondiscrimination in employment, including completing the requisite form furnished by CITY and set forth in Exhibit "D". 15.2 CONSULTANT agrees that each contract for services from independent providers will contain a provision substantially as follows: "[Name of Provider] will provide CONSULTANT with a certificate stating that [Name of Provider] is currently in compliance with all Federal and State of California laws covering nondiscrimination in emp!oyment; and that [Name of Provider] wil! not discriminate in the employment of any person under this contract because of the age, race, color, nationa! origin, ancestry, religion, disability, sexual preference or gender of such person." 15.3 If CONSULTANT is found in violation of the nondiscrimination provisions of the State of California Fair Employment Practices Act or similar provisions of Federa! law or executive order in the performance of this Contract, it will be in default of this Contract. Thereupon, CITY will have the power to cancel or suspend this Contract, in whole or in part, or to deduct the sum of twenty-five dollars ($25) for each person for each calendar day during which such person was subjected to discrimination, as damages for breach of contract, or both. Only a finding of the State of California Fair Emp!oyment Practices Commission or the equivalent federal agency or officer will constitute evidence of a breach of this Contract. 15.4 If CONSULTANT is found in default of the nondiscrimination provisions of this Contract, CONSULTANT will be found in materia! breach of this Contract. Thereupon, CITY wil! have the power to cancel or suspend this Contract, in whole or in part, or to deduct from the amount payable to CONSULTANT the sum of two hundred fifty dollars ($250) for each calendar day during which CONSULTANT is not in compliance with this provision as damages for breach of contract, or both. SECTION 16.MISCELLANEOUS PROVISIONS 16.1 CONSULTANT represents and warrants that it has knowledge of the requirements of the federa! Americans with Disabilities Act of 1990, and the Government Code and the Health and Safety Code of the State of California, relating to access to public buildings and accommodations for disabled persons, and relating to facilities for disabled persons. CONSULTANT wil! comply with or ensure by its advice that compliance with such provisions wil! be effected pursuant to the terms of this Contract. 990809 syn 0043806 16.2 Upon the agreement of the parties, any controversy or claim arising out of or relating to this Contract may be settled by arbitration in accordance with the Rules of the American Arbitration Association, and judgment upon the award rendered by the Arbitrators may be entered in any court having jurisdiction thereof. 16.3 This Contract will be governed by the laws of the State of California, excluding its conflicts of law. 16.4 In the event that an action is brought, the parties agree that trial of such action will be vested exclusively in the state courts of California or in the United States District Court for the Northern District of California in the County of Santa Clara, State of California. 16.5 The prevailing party in any action brought to enforce the terms of this Contract or arising out of this Contract may recover its reasonable costs and attorneys’ fees expended in connection with that action. 16.6 This document represents the entire and integrated Contract between the parties and supersedes al! prior negotiations, representations, and contracts, either written or ora!. This document may be amended only by a written instrument, which is signed by the parties. 16.7 All provisions of this Contract, whether covenants or conditions, will be deemed to be both covenants and conditions. 16.8 The covenants, terms, conditions and provisions of this Contract will apply to, and wil! bind, the heirs, successors, executors, administrators, assignees, and consultants, as the case may be, of the parties. 1.6.9 If a court of competent jurisdiction finds or rules that any provision of this Contract or any amendment thereto is void or unenforceable, the unaffected provisions of this Contract and any amendments thereto wil! remain in full force and effect. 16.10 All exhibits referred to in this Contract and any addenda, appendices, attachments, and schedules which, from time to time, may be referred to in any duly executed amendment hereto are by such reference incorporated in this Contract and will be deemed to be a part of this Contract. 16.11 This Contract may be executed in any number of counterparts, each of which wil! be an original, but al! of which together wil! constitute one and the same instrument. 990809 syn 0043806 12 16.12 This Contract is subject to the fiscal provisions of the Charter of the City of Palo Alto and the Palo Alto Municipal Code. This Contract will terminate without any penalty (a) at the end of any fiscal year in the event that funds are not appropriated for the following fisca! year, or (b) at any time within a fisca! year in the event that funds are only appropriated for a portion of the fiscal year and funds for this Contract are no longer available. This Section 16.12 will take precedence in the event of a conflict with any other covenant, term, condition, or provision of this Contract. IN WITNESS WHEREOF, the parties hereto have by their duly authorized representatives executed this Contract on the date first above written. APPROVED AS TO FORM:CITY OF PALO ALTO Senior Asst. City Attorney Assistant City Manager APPROVED: Fire Chief Director of Administrative Services Risk Manager FRANK THATCHER ASSOCIATES, INC. Name : Title: Name : W//~, / Title: Taxpayer dentification No. 94-2771774 Attachments : EXHIBIT "A" : EXHIBIT "B" : EXHIBIT "C" : EXHIBIT "D" : (Compliance with Corp. Code § 313 is required if the entity on whose behalf this contract is signed is a corporation. in the al<ernative, a certified corpora<e resolution attesting to the signatory authority of the individuals signing in their respective capacities is acceptable) SCOPE OF PROJECT &TIME SCHEDULE RATE SCHEDULE INSURANCE NONDISCRIMINATION COMPLIANCE FORM 990809 syn 0043806 13 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF ~) ) SS. COUNTY OF ) On ~r~ 5O , 1999, before me, the undersigned, a Notary Public i~ and for said County and State, personally appeared me or p on the basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and officia! seal. Signature of Notary Public 990809 syn 0043806 14 CERTIFICATE OF ACKNOWLEDGMENT (Civil Code § 1189) STATE OF COUNTY OF ~ ) On~ ~o , 1999, before me, the undersigned, a Notary Public iM and for said County and State, personally appeared personally known to me or proved t~ me on th~basis of satisfactory evidence to be the person(s) whose name(s) is/are subscribed to the within instrument and acknowledged to me that he/she/they executed the same in his/her/their authorized capacity(ies), and that by his/her/their signature(s) on the instrument the person(s), or the entity upon behalf of which the person(s) acted, executed the instrument. WITNESS my hand and official seal. S gnature of Notary Public 990809 syn 0043806 15 EXHIBIT A RADIO COMMUNICA~ONS EVALUATION CONSULTANT SERVICES SCOPE OF WORK Phase I - Review of Current Systems and Needs Assessment Task 1 - Survey of Existing Systems and Procedures As the first step in this task, Frank Thatcher Associates (FTA) will prepare for a Project kickoff meeting by developing a meeting agenda. The kickoff meeting will be designed for both the City and FTA personnel to establish mutual acquaintance, to clarify roles, and to plan the remaining steps of Task 1. An important function of this meeting w~ be to establish a mutual understanding of the future vision and plans of the City. In this task, FTA will first request any pertinent documentation on the existing systern, including equipment inventories. FTA will identify the primary equipment and system sites, and visit those as necessary. FTA will spend sufficient time in the dispatch center to observe and understand typical operational procedures, and to identify the strengths, deficiencies, and areas for improvement for the radio system. The following are categories of information that FTA will explore in depth in subsequent steps of this task: Operational requirements of the various City departmental radio communications system,, and the degree to which the existing systems satisfy or fail to satisfy those requirements, including: System transmission capacity System reliability Coverage effectiveness Operational features Technical features Special requirements Existing radio sites and equipment. In this investigation, FTA will give special consideration to the need for immediate and long-term improvements, or complete replacement with other sites. Radio propagation coverage: transmission, reception, interference, and problem areas Voice and data radio traffic characteristics - volume, type, timeflow, channel usage, quality of radio discipline. See Note 1 below. Existing interconnection arrangements between the dispatch center and the radio sites, including performance, capacity, and licensing status. These will include the existing two 2.3 GHz microwave links, as well as leased and owned wireline links. Existing dispatching center operations, equipment and systems, including the Police CAD/RMS system now under implementation by PSI, as these affect radio usage Routing and capacity of existing TV cable in City Hall, for possible future application Operating and maintenance costs of existing system Condition and service history of existing equipment, for potential reuse Potential sites for any new radio equipment Operational and other deficiencies in the present system Use of cellular, CDPD, PCS, and paging commercial services Other relevant factors as identified by the City Work on this task is very likely to surface specific deficiencies, limitations, or oppommities for improvement that can and should be addressed in the near term. FTA will identify those cases, with a recommendation for immediate action. Task 2 - Needs Assessment The goal of this task is to clearly define the operational needs for the City’s radio systems. FTA will request and review all relevant background information, data, and other previous research, studies, and plans that may relate to the Project. FTA will conduct interviews with key management personnel, communications supervisors, and radio users, to establish functional requirements for the communications systems. If appropriate, FTA will employ questionnaires to sample the use of radio by numbers of field personnel. FTA has developed several types of questionnaires, to cover planners, system managers, radio users, dispatchers, and maintenance personnel. In the interviews and questionnaires, FTA will specifically pursue the foUowing issues, and other relevant issues that emerge during the work: Basic statistics such as census datm population trends, crime statistics, etc. that may relate to radio system usage Interoperability requirements, i.e., interdepartmental communications, and communications with units of other nearby cities, and agencies of the Counties of Santa Clara and San Mateo. Dispatching and CAD/RMS operations,-and the need for dispatch console upgrades, as they relate to radio system usage and arrangements Organizational and funding realities that are likely to influence plans Potential sites for any new radio equipment or systems required Site interconnection requirements for existing and potential new sites Existing communications center arrangements CAD and other computer systems and data bases that will require integration As part of the information collection effort, FTA will investigate and determine those operating requirements of the City agencies that are currently not satisfied, and that are likely to be required in the future, paying particular attention to the following features, equipment, and arrangements: Desired radio propagation reliability (example: 95% overall portable coverage), described and measured in signal strength or quality of voice signal, or both, as appropriate Required radio propagation coverage area, including in-building or underground requirements, such as the parking levels of City Hall Desired system traffic performance, in terms of busy-hour blockage and delay Requirements for interoperability between City departments and other agencies Radio channel and talkgroup (if applicable) traffic capacity required Requirements for system redundancy and backup, including emergency power requirements Requirements for additional capacity on the two 2.3 GHz microwave links. Because these links are vulnerable to eventual loss of the licenses as the result of future FCC actions to grant this frequency band to new telecommunications services, FTA will also consider possible replacement with higher-frequency equipment Application and usage of mobile data transmission: ~ Type and volume ofdataJgraphics to be transmitted Integration of data system with dispatch and other computer/data base systems Throughput capacity of radio system Expected impact of NCIC 2000 Requirements for encryption Requirements for automatic vehicle location Requirements for other operating features: paging, wide-area calling, tone alert, scanning, priorities, talkaround, telephone interconnect, private conversation, emergency call, dynamic regrouping, etc. Possible application of low-power AM Public Information broadcast radio Other desired operational features that would improve efficiency and enhance public safety and public service Deliverable: FTA will prepare and submit a draft and a fial issue of a Phase I Report - Review of Current Systems and Needs Assessment that w~ cover the results of our work in Tasks 1 and 2. The Task 1 - Survey of Existing Systems and Procedures section of the Phase I Report will cover: A description of the existing radio equipment and facilities, including sites, electronics, dispatch consoles and related equipment, and mobile and handheld radios. The description will cover the age, condition, technical deficiencies, and capacity of the equipment and facilities A description of the operational use of the existing radio communications system System operational deficiencies The Task 2 - Needs Assessment section will cover: Overall operational requirements ~Coverage ~,"Traffic capacity ~,Interoperability Operational requirements specific to individual agencies RF channel requirements and availability Site interconnection requirements Overview of applicable technology o Future applications and needs FTA will expect the City to review and comment on the draft report. FTA will modify it as necessary to achieve complete accuracy in the final report. If requested, FTA will make a presentation of this report to City management or other representatives as appropriate. Phase II - Recommended Solutions and Cost Analysis Task 3 - Development of Options, Recommendations and Cost Estimates In this Task, FTA will develop options for the City’s future radio system expansion and improvement. FTA will present the advantages and disadvantages of each option, and make recommendations, with our rationale. FTA will develop broad-based cost estimates as a part of the option development. The mobile radio options will include consideration of various radio system configurations, including: Continued use of conventional channels A hybrid system of conventional and tnmked channels A fully-trunked system Analog versus digital transmission (i.e., Project 25) Narrowband versus wideband channels Multisite and simulcast transmission; satellite receivers FTA will also consider: Migration of 2.3 GHz microwave to another band, as provided under FCC rules and regulations Use of additional or alternative radio sites operated by private-sector vendors Based on our considerable experience in similar projects, FTA expects that there may be one or more other options, or hybrid designs, that could meet the City’s requirements, as developed in the Needs Assessment task. It is also possible that short-term solutions may be possible, that will mitigate immediate problems, such as coverage in a specific area, without compromising long-term plans. FTA will search for such opportunities, and include them in our recommendations. To meet short- and long-term future needs, the options will be designed to: Accommodate operating needs that are not currently being satisfied Anticipate and plan for furore capacity and operating needs Employ new and emerging technology as appropriate Maximize the use of common system infi’astructure Provide for interoperability between other local, state, or Federal agencies for mutual aid and disaster response FTA will develop computer-generated maps for the prediction of radio coverage t}om actual or potential transmit/receive sites, as necessary to verify propagation coverage, and to plan improved coverage. Our development of options will include estimates of the costs, benefits, and risks of each solution. FCC issues will be important to this Project. In this task, FTA will address the following: The possible requirement for additional radio channels to satisfy the City’s radio traffic demands. The likely availability of licensable channels in the area in the UHF-T band, considering the effect of the FCC’s narrowbanding of channels, and the vulnerability to adjacent-channel interference. The likely availability of licensable channels in other bands. (FTA notes that the FCC has made a new allocation of channels in the 746 - 806 MHz band to public- safety agencies, and details of the fi:equency coordination process are now being developed. It will be similar to the regional planning process used in recent years for 800 MHz public-safety channels, under the National Public Safety Planning Advisory Committee {NPSPAC} procedures.) The options developed in this Task will satisfy the following minimum requirements: Propagatio.n coverage reliability, for mobile and portable radios, over the target area as determined by the City Wireless communications for all departments, and between departments and other agencies as necessary for interoperability in normal and emergency conditions Interconnection of radio sites to the dispatch center and remote locations of departments ¯Mobile data communications capability High standard of reliability, through: Equipment and facilities redundancy Independence fi’om other communications systems Repairability and maintainability Emergency power arrangements Interoperability with non-City jurisdictions to the degree practicable and necessary Capable of phased implementation, and orderly expansion Maximum reuse of existing infrastructure The options w~ also address the following operating features: Applicability of digital transmission Conformance with APCO Project 16A (analog thinking) or APCO Project 25 (digital trunking or conventional) standards ¯Encryption Our developmem of options will include an analysis of the advantages and disadvantages of each option,, and broad-based cost estimates. Deliverable: FTA will deliver a draft and final issue of the Phase II - Recommended Solutions and Cost Analysis Report, that will provide details of the findings of this task. The report will describe in detail the system design options available to the City, with estimated costs, and present our recommended solution, or set of solutions. If requested, FTA will make a presentation of this report to City managemem or other representatives as appropriate. FTA expects that the City will consider the options and recommendations presemed in the Report, and make a selection of an optimum design option, which wfill become the foundation for future implementation. Schedule FTA believes the scope of services can be completed within a three-month period. project will not exceed 6 months. However, the END