HomeMy WebLinkAboutStaff Report 13978
City of Palo Alto (ID # 13978)
City Council Staff Report
Meeting Date: 3/14/2022 Report Type: Consent Calendar
City of Palo Alto Page 1
Title: Approval of Amendment Number 2 to Contract Number C19172119
with Daryl D. Jones, Inc. DBA Telecommunications Engineering Associates
(TEA) to Increase the Scope of Services to Include Program Verification and
Design Review for the Public Safety Building Project (CIP PE-15001) and,
Accordingly, Increase the Contract Amount by $189,882, for a New Total Not-
to-Exceed Amount of $874,882
From: City Manager
Lead Department: Police
Recommendation
Staff recommends that Council approve and authorize the City Manager or their designee to
execute the attached Amendment No. 2 to Contract C19172119 with Daryl D. Jones, Inc. DBA
Telecommunications Engineering Associates (TEA) (Attachment A) to increase the scope of
services to include program verification and design review services for the Public Safety
Building project (PE-15001) and, accordingly, increase the contract sum by $189,822 to a new
total not-to-exceed amount of $874,882.
Background
The New Public Safety Building (PSB) (PE-15001) is one of ten key projects included in the 2014
Council Infrastructure Plan. The PSB was identified as the plan’s highest priority project. In June
2018, Council authorized a five-year contract with TEA as the City’s radio system maintenance
provider (CMR# 9246). In June 2019, Council authorized Contract Amendment No. 1 with TEA to
add provision of detailed information about the existing radio system infrastructure to assist in
designing the radio system and equipment specifications for the new PSB (CMR# 10352).
Discussion
TEA provides maintenance for the existing City radio system and the Fire Station Ringdown
System. The existing City radio system is an analog Very High Frequency (VHF) and Ultra High
Frequency (UHF) system that supports Police, Fire, OES, Animal Control, and Park Rangers. The
City currently operates two VHF channels and three UHF channels.
This Amendment No. 2 to the TEA contract is now needed to add provision of final program
verification and design review services focusing on verifying the technology systems, technical
City of Palo Alto Page 2
cabling, and equipment infrastructure requirements for E911 and emergency radio systems for
the new PSB. The added services TEA will be providing support several critical components
which must be properly integrated for overall project success, including the relocation of 911
dispatch operations. Final setup of the new PSB will require careful planning to coordinate
numerous telecommunications issues related to essential service communication with respect
to the new and existing systems.
Since TEA has designed, installed, and maintained systems at the current City of Palo Alto
facility, they are uniquely qualified to provide services to accomplish a seamless transition to
the new PSB. TEA will charge an hourly rate of $210 for the added services, with a not-to-
exceed amount of $189,882 for these services, for a new total not-to-exceed amount of the
contract of $874,882. These services will be approached as Additional Services, as defined in
the contract, which are assigned via written Task Order approved by the City’s Project Manager
as detailed in the contract. The cost will be funded from the PSB budget.
This contract is on the City’s professional services template, which permits the City to terminate
without cause/for convenience by providing written notice to the contractor. In the event the
City finds itself facing a challenging budget situation, and it is determined that City resources
need to be refocused elsewhere, the City can terminate for convenience. Other options include
termination due to non-appropriation of funds or amending the contract to reduce the cost, for
example, by reducing the scope of work. The contract may also be temporarily suspended by
written notice of the City Manager.
Timeline
The construction of the PSB is in progress and scheduled to be completed and fully operational
by late 2023.
Resource Impact
Funding for the recommendation in this report is available in the Fiscal Year 2022 New Public
Safety Building Capital Improvement Program project (PE-15001).
Stakeholder Engagement
Public Works has been and is engaging designated staff from key departments that will be
occupying the PSB upon completion. Additionally, the PSB design was reviewed and
recommended for approval via the ARB process that notifies nearby residents and publishes
formal meeting agendas online and via newspaper advertisements. The project website is
regularly updated with current information and email newsletters are sent to persons who sign
up to the mailing list via the website.
Policy Implications
This amendment to contract is consistent with existing City policy.
Environmental Review
City of Palo Alto Page 3
This contract is exempt from the requirements of the California Environmental Quality Act
(CEQA), pursuant to Section 15301 of the CEQA guidelines. An Environmental Impact Report for
the PSB and the New California Avenue Area Parking Garage was prepared and was certified by
Council on June 11, 2018 (CMR# 8967), by adoption of Resolution No. 9772.
Attachments:
• Attachment A: Daryl D. Jones, Inc. DBA Telecommunications Engineering Associates
(TEA) Contract; C19172119, Amendment #2
Vers.: Aug. 5, 2019
Page 1 of 22
AMENDMENT NO. 2 TO CONTRACT NO. C19172119
BETWEEN THE CITY OF PALO ALTO AND
DARYL D. JONES, INC. DBA TELECOMMUNICATIONS ENGINEERING ASSOCIATES
This Amendment No. 2 (this “Amendment”) to Contract No. C19172119 (the “Contract” as
defined below) is entered into as of March 14, 2022, by and between the City of Palo Alto, a
California chartered municipal corporation (“CITY”), and Daryl D. Jones, Inc. DBA
Telecommunications Engineering Associates, a California corporation, located at 1160 Industrial
Road #15, San Carlos, CA 94070 (“CONSULTANT”). CITY and CONSULTANT are referred to
collectively as the “Parties” in this Amendment.
R E C I T A L S
A. The Contract (as defined below) was entered into by and between the Parties
hereto for the provision of providing radio and telecommunication engineering services for
portions of the CITY’s legacy analog radio and telecommunications systems (the “Project”), as
detailed therein.
B. The Parties entered into Amendment #1 to add to the scope of services under the
Contract and increase compensation by Sixty Thousand Dollars ($60,000), increasing the total not-
to-exceed amount from Six Hundred Twenty-Five Thousand Dollars ($625,000) to a new total not-
to-exceed amount of Six Hundred Eighty-Five Thousand Dollars ($685,000), as detailed therein.
C. The Parties now wish to amend the Contract in order to correct a
typographical/clerical error in the date in the first paragraph of Amendment No. 1; add Task 6
(program verification and design review consulting services) to the scope of services for the Public
Safety Building project (to be approached as Additional Services, as further detailed herein); and
increase compensation by One Hundred Eighty-Nine Thousand Eight Hundred Eighty-Two Dollars
($189,882), increasing the total not-to-exceed amount from Six Hundred Eighty-Five Thousand
Dollars ($685,000) to a new total not-to-exceed amount of Eight Hundred Seventy-Four Thousand,
Eight Hundred Eighty-Two Dollars ($874,882), as detailed herein.
NOW, THEREFORE, in consideration of the covenants, terms, conditions, and provisions of
this Amendment, the Parties agree:
SECTION 1. Definitions. The following definitions shall apply to this Amendment:
a. Contract. The term “Contract” shall mean Contract No. C19172119
between CONSULTANT and CITY, dated June 25, 2018, as amended by:
Amendment No.1, dated June 25, 2019 (the corrected date as
detailed in Section 2 herein)
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 2 of 22
b. Other Terms. Capitalized terms used and not defined in this Amendment
shall have the meanings assigned to such terms in the Contract.
SECTION 2. The Parties understand and agree that the date as of which Amendment No. 1
was entered into, as listed in the first paragraph of Amendment No. 1, was stated incorrectly as
“June 25, 2018” instead of “June 25, 2019,” due to a typographical/clerical error, and the Parties
hereby amend said date in the first paragraph of Amendment No. 1 to read “June 25, 2019.”
SECTION 3. Section 4, “NOT TO EXCEED COMPENSATION,” of the Contract is hereby
amended to read as follows: “The compensation to be paid to CONSULTANT for performance of
the Services described in Exhibit “A” (also referred to herein as the “Basic Services”), and
reimbursable expenses, shall not exceed Six Hundred Eighty-Five Thousand Dollars ($685,000), as
detailed in Exhibit “C” entitled “COMPENSATION”. CONSULTANT agrees to complete all Basic
Services, including reimbursable expenses, within this amount. In addition, the City has approved
an amount of Three Hundred Fourteen Thousand Eight Hundred and Eighty-Two Dollars
($314,882) for Additional Services (as defined below), if authorized pursuant to a City-approved
Task Order as detailed under the “Additional Services” section in Exhibit “C”. In the event
Additional Services are authorized by City, the total compensation for Basic Services, reimbursable
expenses, and Additional Services shall not exceed Eight Hundred Seventy-Four Thousand, Eight
Hundred Eighty-Two Dollars ($874,882), as detailed in Exhibit “C”. As detailed in Exhibit C,
equipment maintenance rates, as applicable, are set out at Exhibit “C-1”, entitled “SCHEDULE OF
RATES”. Any work performed or expenses incurred for which payment would result in a total
exceeding the maximum compensation amounts set forth herein shall be at no cost so the City.
Additional Services, if any, shall be authorized in via City-approved Task Order accordance with and
subject to the provisions of Exhibit “A” (“Scope of Services”) and the provisions of the “Additional
Services” section of Exhibit “C”. CONSULTANT shall not receive any compensation for Additional
Services performed without the prior written authorization of CITY via City-approved Task Order.
“Additional Services” shall mean any work that is determined by CITY to be necessary for the
proper completion of the Project, but which is not included within the Scope of Services described
in Exhibit “A”.”
SECTION 4. The following exhibit(s) to the Contract is/are hereby amended or added, as
indicated below, to read as set forth in the attachment(s) to this Amendment, which is/are hereby
incorporated in full into this Amendment and into the Contract by this reference:
a. Exhibit “A” entitled “SCOPE OF SERVICES, AMENDMENT NO. 2,” AMENDED,
REPLACES PREVIOUS.
b. Exhibit “B” entitled “SCHEDULE OF PERFORMANCE, AMENDMENT NO. 2”,
AMENDED, REPLACES PREVIOUS.
c. Exhibit “C” entitled “COMPENSATION, AMENDMENT NO. 2”, AMENDED,
REPLACES PREVIOUS.
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 3 of 22
d. Exhibit “C-1” entitled “SCHEDULE OF RATES, AMENDMENT NO. 2”,
AMENDED, REPLACES PREVIOUS.
SECTION 5. Legal Effect. Except as modified by this Amendment, all other provisions of the
Contract, including any exhibits thereto, shall remain in full force and effect.
SECTION 6. Incorporation of Recitals. The recitals set forth above are terms of this
Amendment and are fully incorporated herein by this reference.
(SIGNATURE BLOCK FOLLOWS ON THE NEXT PAGE.)
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 4 of 22
SIGNATURES OF THE PARTIES
IN WITNESS WHEREOF, the Parties have by their duly authorized representatives executed
this Amendment effective as of the date first above written.
CITY OF PALO ALTO
_______________________________
City Manager
APPROVED AS TO FORM:
_______________________________
City Attorney or Designee
DARYL D. JONES, INC. DBA
TELECOMMUNICATIONS ENGINEERING
ASSOCIATES
Officer 1
By:_____________________________
Name:__________________________
Title:___________________________
Attachments:
EXHIBIT “A” entitled “SCOPE OF SERVICES, AMENDMENT NO. 2” (AMENDED, REPLACES PREVIOUS)
EXHIBIT “B” entitled “SCHEDULE OF PERFORMANCE, AMENDMENT NO. 2” (AMENDED, REPLACES
PREVIOUS)
EXHIBIT “C” entitled “COMPENSATION, AMENDMENT NO. 2” (AMENDED, REPLACES PREVIOUS)
EXHIBIT “C-1” entitled “SCHEDULE OF RATES, AMENDMENT NO. 2” (AMENDED, REPLACES
PREVIOUS)
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Daryl Jones, President
President
Vers.: Aug. 5, 2019
Page 5 of 22
EXHIBIT “A”
SCOPE OF SERVICES, AMENDMENT NO. 2
(AMENDED, REPLACES PREVIOUS)
CONSULTANT (also referred to herein as “TEA”) shall provide professional telecommunications
engineering services to manage and maintain the CITY’s radio infrastructure and console
equipment. The CITY has opted for a service plan that covers all parts and equipment (excepting
the items in the “Services Excluded” section below) without additional charge. In addition, all
labor, including travel time will be provided for any equipment or systems problem without
additional charge.
CONSULTANT agrees to provide total problem resolution services under this Agreement. This
includes liaison with equipment manufacturers, other vendors, the County, and the 9-1-1 System
maintenance provider. CONSULTANT shall investigate all reports of system problems and work
with the appropriate vendor or agency to correct it. CONSULTANT will further serve as the
CITY’s single point of contact for problems related to the equipment listed in Exhibit C.
In addition to routine maintenance and management of telecommunications equipment,
CONSULTANT will make recommendations to the CITY when equipment needs to be replaced
and offer suggestions about new products and equipment, which can be used to enhance system
performance. CONSULTANT agrees to provide training for CITY personnel on communications
systems as necessary. CONSULTANT will assist the CITY in identifying issues when it is
necessary for the CITY to make routine system design changes and enhancements to any
equipment covered under this agreement. CONSULTANT will write bid specifications for base
station equipment when directed to do so by the CITY.
Written reports on the status of the CITY’s communications systems will be provided when
necessary but not less than once per year by the 15th of December. All of the above services are
included in the total compensation set forth in Exhibit C and shall be at no additional cost to CITY.
Further details on services included in CONSULTANT’S performance of this Agreement are
provided below, as well as a section on excluded services.
REQUIRED SERVICES (INCLUDED)
Radio Infrastructure Management Services: All communications problems under this agreement are
resolved effectively and efficiently. In the event of a system failure, the CONSULTANT shall
respond promptly (in accordance with the specified response time requirements) and make the
necessary repairs in a manner that will keep any system downtime to an absolute minimum.
Maintenance and Repair Services: The CONSULTANT shall keep all equipment covered by this
proposal in Exhibit C in excellent working condition, utilizing current industry standards and
modern preventive maintenance techniques. All parts and labor necessary to accomplish preventive
maintenance and repair will be provided without additional costs.
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 6 of 22
Response Times: The CONSULTANT shall provide the CITY with a telephone number that is
available for reporting problems that is answered or responded to 24 hours a day, 7 days per week,
365 days per year. All incidents in the following categories shall be responded to and resolved
within the specified time. In all instances, the CONSULTANT shall make every effort to be
available for immediate telephone consultation for any problem.
Emergency Request: The CONSULTANT shall handle all emergency requests for service within
one hour of the request being reported. Emergency requests are defined as a malfunction of
equipment that has a major effect on daily operations. An example of such a malfunction would be
a major failure at a dispatch console.
High Priority Requests: The CONSULTANT shall handle all requests of this nature within four (4)
hours of the request being reported. High Priority request are defined as a malfunction of
equipment that can be temporarily resolved by a work around. An example of such a malfunction
would be a secondary channel becoming inoperable and that traffic being moved to the primary
channel.
Non-critical Requests: The CONSULTANT shall handle all Non-critical requests within twenty-four
(24) of the request being reported. Non-critical requests are defined as intermittent problems that do
not have a significant operational impact. An example of an intermittent problem would be periodic
static on a secondary channel.
In all instances, the CONSULTANT shall make every effort to be available for immediate
telephone consultation.
Equipment Inventory and Handling: It shall be the joint responsibility of the CITY and
CONSULTANT to maintain an accurate listing of all radio infrastructure equipment (except as
otherwise provided for in this Agreement). It is understood that only equipment listed in the most
current copy of the equipment itemization is covered under a fixed fee proposal.
It is further understood that CONSULTANT’s personnel will need to periodically possess
radio equipment that belongs to the CITY. CONSULTANT agrees to exercise reasonable
care for the equipment and shall be responsible for its return to the CITY.
MISCELLANEOUS SERVICES (INCLUDED)
It is understood that TEA may need to periodically possess radio equipment that belongs to the
CITY. TEA agrees to exercise reasonable care for the equipment and shall be responsible for its
return to the CITY.
TEA is authorized by the CITY to install its own radio repeater and antenna at any CITY radio site
to facilitate administrative communication between TEA personnel. All equipment and installation
services will be at TEA’s and expense and the CITY shall incur no additional charge. There will
be no charge for rental of space of electrical power at the CITY’s radio sites.
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 7 of 22
TEA will maintain the CITY’s FCC’s radio licenses. TEA will provide radio systems training for
probationary dispatchers and at two Continued Professional Training (CPT) sessions annually
ADDITIONAL MAINTENANCE SERVICES (INCLUDED)
During contract year one (July 1, 2018 – June 30, 2019), CONSULTANT shall provide a higher-
than-usual level of maintenance services, as the CITY’s equipment and systems are in need of some
additional maintenance care. The not-to-exceed amount for such additional maintenance
services/equipment shall be Forty Five Thousand Dollars ($45,000). The per-contract-year
amounts detailed in Exhibit “C” (“Compensation”) reflect this additional $45,000 for higher-than-
usual maintenance during contract year one.
PROVISION OF INFORMATION AND DOCUMENTATION ON THE CITY’S EXISTING
EMERGENCY RADIO/ TELECOMMUNCATIONS SYSTEMS (INCLUDED)
In addition to the above, during contract year two (July 1, 2019 – June 30, 2020) or as otherwise
requested by CITY, CONSULTANT shall provide documentation and information on the
specifications and operations of the CITY’s existing emergency radio and telecommunications
system to the radio technology subconsultant of Ross, Drulis, Cusenberry (“RDC”), the architectural
firm engaged by the CITY to design its new Public Safety Building (“PSB”). CONSULTANT’S
services will also include providing a complete inventory of all equipment used in the radio/telecoms
system. CONSULTANT will charge at the rate of One Hundred Eighty-eight dollars ($188) an hour
with a not to exceed amount of Fifteen Thousand Dollars ($15,000) for these services. The per-
contract-year amounts detailed in Exhibit “C” (“Compensation”) reflect this additional $15,000 for
provision of information and documentation during contract year two. CONSULTANT will not
provide any consulting on the design of such systems for the new PSB, rather, such design work will
be performed by RDC’s subconsultant and/or RDC. CONSULTANT’s role is solely to provide
information and documentation regarding the current CITY systems.
SERVICES EXCLUDED
The following services are not included as part of this Agreement and, if services are required of
TEA, it will be handled on a time and materials basis. (Such services are also referred to in this
Agreement as “Additional Services,” however, Additional Services may also consist of services
other than those listed below in this “Services Excluded” section.)
• Antennas – Base station antennas and coaxial cables at all sites
• Telephone headsets
• Mobile and Portable radios
• System relocation or design changes
• Installation of new equipment
• Batteries
• Microwave System
Any malfunctions or damage for problems caused by natural or manmade disaster such as flood,
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 8 of 22
earthquake or fire will not be covered under this Agreement. It is understood that TEA may
determine that a particular piece of equipment is beyond economic repair due to age or condition.
If this occurs, TEA will notify the CITY, this equipment item will be excluded from maintenance
under this Agreement, and the compensation will be adjusted accordingly.
(THIS SCOPE OF SERVICES IS CONTINUED ON THE NEXT PAGE.)
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 9 of 22
PROGRAM VERIFICATION AND DESIGN REVIEW SERVICES (INCLUDED) (TASK 6)
Program verification and design review services (approached as Additional Services) focusing on
verifying the technology systems, technical cabling and equipment infrastructure requirements for
E911 and emergency radio systems for the Public Safety Building (PSB), as detailed in Tables 1-4
(Police Telecommunications Consulting Task List) below. (Also referred to as Task 6.)
Table 1 (Police Telecommunications Consulting Task List)
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 10 of 22
Table 2 (Police Telecommunications Consulting Task List)
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 11 of 22
Table 3 (Police Telecommunications Consulting Task List)
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 12 of 22
Table 4 (Police Telecommunications Consulting Task List)
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 13 of 22
EXHIBIT B
SCHEDULE OF PERFORMANCE, AMENDMENT NO. 2
(AMENDED, REPLACES PREVIOUS)
CONSULTANT shall perform the Services so as to complete each milestone within the number of
days/weeks specified below. The time to complete each milestone may be increased or decreased
by mutual written agreement of the project managers for CONSULTANT and CITY so long as all
work is completed within the term of the Agreement. CONSULTANT shall provide a detailed
schedule of work consistent with the schedule below within 2 weeks of receipt of the notice to
proceed (NTP).
Milestones No. of Weeks from NTP to Completion
1. Task 1. Preventive Maintenance
On going
2. Task 2. Training for Police Personnel
Annually
3. Task 3. Maintenance of FCC Licenses
As-Needed
4. Task 4. Written Status Reports
Annually
5. Task 5. Provision of information and
documentation on the City’s existing
emergency radio/ telecommunications
systems to City’s architect, RDC, and/or its
subconsultant
End of calendar year 2019 (or as otherwise
requested by City)
6. Task 6. Program verification and design
review services focusing on verifying the
technology systems, technical cabling and
equipment infrastructure requirements for
E911 and emergency radio systems for the
Public Safety Building (PSB).
On-going, as-needed, per the timeline
specified in the City-approved Task Order
(these services are approached as Additional
Services per Section 4, “Not-to-Exceed
Compensation,” of this Agreement)
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 14 of 22
EXHIBIT “C”
COMPENSATION, AMENDMENT NO. 2
(AMENDED, REPLACES PREVIOUS)
The CITY agrees to compensate the CONSULTANT for professional services performed in
accordance with the terms and conditions of this Agreement, as detailed in Exhibit “A” entitled
“Scope of Services”, this Exhibit “C”, and, as applicable, based on the covered equipment rate
schedule attached as Exhibit C-1, all within the not-to-exceed amounts provided in Section 4 (“Not-
to-Exceed Compensation”) and below this Exhibit C (summarized in the Compensation Summary
Table below).
Task 1-5: Per-Contract-Year Not-to-Exceed Compensation Amounts for Basic Services and
Reimbursable Expenses
The following is a per-contract-year breakdown of the not-to-exceed compensation amounts
provided in Section 4 (“Not to Exceed Compensation”) of this Agreement.
The per-contract-year not-to-exceed compensation amounts for Basic Services and specified
reimbursable expenses for Tasks 1-5 are as follows, respectively:
One Hundred Forty-Five Thousand Dollars ($145,000) for contract year one (including
higher-than-usual maintenance services/equipment);
One Hundred Fifteen Thousand Dollars ($115,000) for contract year two (including
provision of information and documentation to RDC subconsultant);
One Hundred Thousand Dollars ($100,000) for contract year three;
One Hundred Thousand Dollars ($100,000) for contract year four;
One Hundred Thousand Dollars ($100,000) for contract year five.
Task 1-5: Per-Contract-Year Not-to-Exceed Compensation Amounts for Basic Services,
Reimbursable Expenses and Additional Services
In the event Additional Services (per Section 4, “Not to Exceed Compensation,” of this Agreement)
are authorized by CITY for, the per-contract-year not-to-exceed compensation amounts for Basic
Services, specified reimbursable expenses and Additional Services for Tasks 1-5 are as follows,
respectively:
One Hundred Seventy Thousand Dollars ($170,000) for contract year one (including higher-
than-usual maintenance services/equipment);
One Hundred Forty Thousand Dollars ($140,000) for contract year two (including provision
of information and documentation to RDC subconsultant);
One Hundred Twenty Five Thousand Dollars ($125,000) for contract year three;
One Hundred Twenty Five Thousand Dollars ($125,000) for contract year four; and
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 15 of 22
One Hundred Twenty Five Thousand Dollars ($125,000) for contract year five.
Task 6: Not-to-Exceed Compensation Amount for Task 6 (approached as Additional Services in
accordance with Section 4 (“Not-to-Exceed Compensation”) and the “Additional Services”
section of Exhibit C)
In the event Additional Services (per Section 4, “Not to Exceed Compensation,” of this Agreement)
are authorized by CITY for Task 6, the not-to-exceed compensation amount for Additional Services
for Task 6 is as follows:
One Hundred Eighty-Nine Thousand Eight Hundred Eighty-Two Dollars ($189,882)
Tasks 1-6: Total Not-to-Exceed Amount of this Agreement
The total not-to-exceed amount of this Agreement for all tasks is as follows:
Eight Hundred Seventy-Four Thousand Eight Hundred Eighty-Two Dollars ($874,882)
CONSULTANT agrees to complete all Basic Services, reimbursable expenses, and Additional
Services within these amounts.
Compensation Summary Table
Tasks 1-5
Basic Services and
specified
Reimbursable
Expenses
Additional Services
(if authorized by
City per Section 4)
Subtotals
Contract year 1 $145,000 $25,000 $170,000
Contract year 2 $115,000 $25,000 $140,000
Contract year 3 $100,000 $25,000 $125,000
Contract year 4 $100,000 $25,000 $125,000
Contract year 5 $100,000 $25,000 $125,000
Subtotals $560,000 $125,000 $685,000
Task 6 (approached as Additional
Services)
$0 (n/a) $189,882 $189,882
Subtotals $560,000 $314,882 $874,882
Total not-to-exceed Amount of this Agreement $874,882
REIMBURSABLE EXPENSES
The CONSULTANT’s administrative, overhead, secretarial time or secretarial overtime,
word processing, photocopying, in-house printing, insurance, telephone and other ordinary
business expenses are included within the scope of payment for services and are not
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 16 of 22
reimbursable expenses. CITY shall reimburse CONSULTANT for the following reimbursable
expenses at cost.
Expenses for which CONSULTANT shall be reimbursed are for equipment needed for the
operation of the radio/telecommunications system at the rates provided in Exhibit C-1. All
requests for payment of expenses shall be accompanied by appropriate backup
information. Any expense anticipated to be more than $100.00 shall be approved in
advance by the CITY’s project manager.
ADDITIONAL SERVICES
The CONSULTANT shall provide Additional Services (as defined in Section 4, “Not to Exceed
Compensation,” of this Agreement) only by advanced, written authorization from the CITY,
pursuant to a Task Order (Exhibit “A-1”) as detailed in Section 1 of this Agreement. The
CONSULTANT, at the CITY’s project manager’s request, shall submit a detailed written
proposal including a description of the scope of such services, schedule, level of effort, and
CONSULTANT’s proposed maximum compensation, consistent with this Agreement,
including reimbursable expenses based on the rates set forth in Exhibit C-1. The Additional
Services scope, schedule and maximum compensation shall be negotiated and agreed to in
writing by the CITY’s Project Manager and CONSULTANT prior to commencement of such
services, pursuant to a Task Order (Exhibit “A-1”) as detailed in Section 1 of this
Agreement. Payment for Additional Services is subject to all requirements and restrictions
in this Agreement.
HOURLY RATE FOR ADDITIONAL SERVICES (CONSULTING) for Task 1-5
For Task 1-5, the CITY may request consulting services on radio infrastructure changes,
additions and relocation. TEA will provide those services at an hourly cost of $155.00 per
hour. In addition the CITY needs to replace and relocate some antiquated radio
equipment. TEA will provide quotes for these replacement/relocation projects and any
long-term consulting projects.
HOURLY RATES FOR ADDITIONAL SERVICES (RADIO ENGINEERING AND
TELECOMMUNICATIONS TECHNICIAN) for Task 1-5
Consulting fees for work outside of the scope of the Agreement (Additional Services) will
not exceed one hundred fifty-five ($155.00) dollars per hour for radio engineering and will
not exceed one hundred thirty-five ($135.00) dollars per hour for telecommunications
technician work.
HOURLY RATES FOR ADDITIONAL SERVICES (PROGRAM VERIFICATION AND DESIGN REVIEW
SERVICES) for Task 6
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 17 of 22
For Task 6, the CITY may request Additional Services (as defined in Section 4, “Not to
Exceed Compensation,” of this Agreement) to provide program verification and design
review consulting services focusing on verifying the technology systems, technical cabling
and equipment infrastructure requirements for E911 and emergency radio systems for the
Public Safety Building, as further detailed in Exhibit A. CONSULTANT’s hourly rate for these
Additional Services will not exceed two hundred ten ($210.00) dollars per hour.
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 18 of 22
EXHIBIT “C-1”
SCHEDULE OF RATES, AMENDMENT NO. 2
(AMENDED- REPLACES PREVIOUS)
As applicable, CONSULTANT will invoice the CITY on a monthly basis for the amount of applicable
(as needed) covered equipment (Reimbursable Expenses per Exhibit C) from the list below.
Notwithstanding the foregoing, or the list below, the compensation to CONSULTANT for the
performance of this Agreement shall not exceed the amounts provided in Section 4, Exhibit A, and
Exhibit C of this Agreement.
PD-1 SYSTEM Quantity
Monthly Monthly
Cost
Each Total
T-Band duplex base station 2
$175 $350
T-band voting receiver 4
$85 $340
Motorola Digitac comparator 1
$160 $160
Transmitter site-select relay system 1
$10 $10
CTI comparator display system 0
$30 $0
Total >> $860
PD-2 SYSTEM Quantity
Monthly Monthly
Cost
Each Total
T-Band duplex base station 2
$175 $350
T-band voting receiver 4
$85 $340
Motorola Digitac comparator 1
$160 $160
Transmitter site-select relay system 1
$10 $10
CTI comparator display system 0
$30 $0
Total >> $860
FD-1 SYSTEM Quantity
Monthly Monthly
Cost
Each Total
VHF duplex base station 2
$175 $350
VHF voting receiver 3
$85 $255
Motorola Digitac comparator 1
$160 $160
Transmitter site-select relay system 1
$10 $10
CTI comparator display system 1
$30 $30
Total >> $805
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 19 of 22
FD-2 (TAC) SYSTEM Quantity
Monthly Monthly
Cost
Each Total
VHF duplex base station 2
$175 $350
VHF voting receiver 3
$85 $255
Motorola Digitac comparator 1
$160 $160
Transmitter site-select relay system 1
$10 $10
CTI comparator display system 1
$30 $30
Total >> $805
FIRE STATION ALERTING Quantity
Monthly Monthly
Cost
Each Total
Zetron Model 25 encoder (CAD
controlled) 0
$32 $0
Zetron Model 26 status control unit 2
$60 $120
Zetron Model 6 fire station
transponder 7
$36 $252
TEA Station Alerting Module (SAM) 7
$20 $140
Fire station PA system – Valcom 0
$35 $0
Fire station PA system – conventional 7
$35 $245
Fire station alerting radios 7
$30 $210
Power supplies 7
$28 $196
Total >> $1,163
LG-1 SYSTEM Quantity
Monthly Monthly
Cost
Each Total
UHF duplex base station 2
$175 $350
UHF voting receiver 3
$85 $255
Motorola Digitac comparator 1
$160 $160
Transmitter site-select relay system 1
$10 $10
CTI comparator display system 0
$30 $0
Desk set remote control 12
$18 $216
Total >> $991
LG-2 SYSTEM Quantity
Monthly Monthly
Cost
Each Total
UHF duplex base station 2
$175 $350
UHF voting receiver 3
$85 $255
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 20 of 22
Motorola Digitac comparator 1
$160 $160
Transmitter site-select relay system 1
$10 $10
CTI comparator display system 0
$30 $0
Desk set remote control 12
$18 $216
Total >> $991
LG-3 SYSTEM Quantity
Monthly Monthly
Cost
Each Total
UHF duplex base station 2
$175 $350
UHF voting receiver 1
$85 $85
Motorola Digitac comparator 1
$160 $160
Transmitter site-select relay system 0
$10 $0
CTI comparator display system 0
$30 $0
Desk set remote control 0
$18 $0
Total >> $595
FIBER-OPTIC MULTIPLEXERS Quantity
Monthly Monthly
Cost
Each Total
Adtran Opti 6100 for Civic Center 1
$435 $435
Adtran Opti 6100 for MSC 1
$235 $235
Adtran Opti 6100 for Park Reservoir 1
$235 $235
Adtran Opti 6100 for Dahl Reservoir 1
$235 $235
48VDC power systems (excluding
batteries) 4
$65 $260
Total >> $1,400
SITE-SPECIFIC EQUIPMENT Quantity
Monthly Monthly
Cost
Each Total
UHF T-band receiver multicoupler 2
$30 $60
UHF 450 receiver multicoupler 3
$30 $90
VHF receiver multicoupler 3
$30 $90
Wideband multicoupler at Civic Center 4
$30 $120
DC power system for VA Hospital site 1
$85 $85
AC power inverter for VA Hospital site 1
$45 $45
Adtran Atlas 550 mutiplexers for VA
Hospital 2
$65 $130
Total >> $620
CENTRACOM GOLD ELITE CONSOLE Quantity
Monthly Monthly
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 21 of 22
Cost
Each Total
Operator position 5
$160 $800
Centracom card cage 6
$15 $90
Centracom CEB power supply 6
$95 $570
Centracom base interface module 18
$32 $576
Centracom dual receive module 6
$32 $192
Centracom OMI modules 5
$60 $300
Centracom timer module 2
$35 $70
Centracom aux relay module 10
$18 $180
Centracom RS232 module 1
$15 $15
Total >> $2,793
CENTRACOM II+ CONSOLE Quantity
Monthly Monthly
(PAUCC)
Cost
Each Total
Operator position 2
$160 $320
Centracom card cage 3
$15 $45
Centracom CEB power supply 3
$95 $285
Centracom base interface module 3
$32 $96
Centracom dual receive module 0
$32 $0
Centracom OMI modules 2
$60 $120
Centracom timer module 2
$35 $70
Centracom aux relay module 1
$18 $18
Centracom RS232 module 1
$15 $15
Total >> $969
MISCELLANEOUS EQUIP. Quantity
Monthly Monthly
Cost
Each Total
CDM monitor receivers 8
$18 $144
UHF T-band control base station
(MACS) 1
$85 $85
UHF T-band control base station (TAC-
3) 1
$85 $85
Red-Net control base station 1
$85 $85
Law-Net control base station 1
$85 $85
T-band select control base 1
$85 $85
VHF base station (White) 1
$85 $85
VHF base station (Blue) 1
$85 $85
Antenna combining system 0
T&M
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897
Vers.: Aug. 5, 2019
Page 22 of 22
Total >> $739
NORTAC SIMULCAST Quantity
Monthly Monthly
Cost
Each Total
1/3 split between LA. PA and MV 1
$490 $490
Total >> $490
SUMMARY
Monthly
Total
PD-1 SYSTEM
$860
PD-2 SYSTEM
$860
FD-1 SYSTEM
$805
FD-2 (TAC) SYSTEM
$805
FIRE STATION ALERTING
$1,163
LG-1 SYSTEM
$991
LG-2 SYSTEM
$991
LG-3 SYSTEM
$595
FIBER-OPTIC MULTIPLEXERS
$1,400
SITE-SPECIFIC EQUIPMENT
$620
CENTRACOM GOLD ELITE CONSOLE
$2,793
CENTRACOM II+ CONSOLE
$969
MISCELLANEOUS EQUIP.
$739
NORTAC SIMULCAST
$490
DocuSign Envelope ID: 12B518E4-C470-4C79-9F0A-3F93C09C7897