HomeMy WebLinkAboutAgenda Report - July 7, 2010 D-0849 AGENDA ITEM 10
Out CITY OF LODI
%W COUNCIL COMMUNICATION
9M
AGENDA TITLE: Adopt Resolution Approving Three -Year Contract with LaRue Communications, Inc.,
of Stockton, for City of Lodi Transit 800 MHz Radio Transmission Service ($6,120
Annually)
MEETING DATE: July 7,2010
PREPARED BY: PublicWorks Director
RECOMMENDED ACTION: Adopt a resolution approving a three-year contract with
LaRue Communications, Inc., of Stockton, for the City of Lodi
Transit 800 MHz radio transmission service ($6,120 annually).
BACKGROUND INFORMATION: The City of Lodi Transit has an 800 MHz two-way radio communication
system used in the day-to-day operations of the GrapeLine Fixed
Route/Dial-A-Ride, and VineLine ADA paratransit transit operations.
The City's Transit operations contract with MV Transportation, Inc.,
stipulates that the City provide the radio communication equipment. LaRue Communications has provided
maintenance and service for the City of Lodi Transit radio system since 2007.
City staff contacted three communication companies, LaRue Communications, Crystal Communications
and Delta Wireless & Network Solutions. Crystal Communications and Delta Wireless & Network
Solutions are unable to service 800 MHz radio systems. LaRue has agreed to honor the prices from the
original contract dated June 30, 2007, at no increase in cost. The current radio inventory includes a total
of 34 units (30 mounted, 2 base stations and 2 handheld units). The monthly fee for repeater use is $340
and the monthlyfee for the radio maintenance contract is $170, for an approximate annual cost of
$6,120. The contract has the option to extend for two one-year periods without a rate increase.
LaRue Communications
Annual access cost based on 34 units at $10 each
per month 34 X $10 X 12
$ 4,080
Annual service agreement based on 65 units at $5
each per month 34 X $5 X 12
$ 2,040
Total
$ 6.120
FISCAL IMPACT: The annual cost for this service was budgeted in the Transit operating accounts.
FUNDING AVAILABLE: PublicWorksTrarksit Operating Accounts (125051 and 125052)
Jordan Avers
Deputy City Manager/Internal S ices Director
F. Wally SAdelin
PublicWorks Director
Prepared by Paula Fernandez, Transportation Manager/Senior Traffic Engineer
FWS/PJF/pmf
cc: Brenda Kuykendall, MV Transportation General Manager
APPROVED:
Konra�6aitlam, Interim City Manager
KAWRTRANSInLaRueComm 2010.doc 6/28/2010
RUE
1 COMMUNICATIONS
PO Box 691512 Stockton, Ca. 95269
(209) 463-1900(209)463-1981 Fax
The following constitutes a three year service agreement with two one-year extensions
between LaRue Communications, a sole proprietor, and the City of Lodi for two-way
radio repeater service and maintenance service on portable radios, vehicle radios, and
base stations within the Public Works Department, Transportation Division (Grapeline
Fixed/ Dial -A -Ride, and Vineline ADA Paratransit Services).
If at any time the City of Lodi determines that service being rendered does not comply
with the terms of this service agreement, the City of Lodi shall have the right to terminate
the service agreement effective thirty (30) days following the mailing of written notice to
LaRue Communications at LaRue Communications usual place of business. Should the
City of Lodi terminate this service agreement prior to the end of the agreed three-year
term, the City of Lodi agrees to pay the equivalent of one year's cost of service and
maintenance for the number of radios on the contract at the time of termination
LaRue Communications will provide repeater service at ten ($10) dollars per unit without
a rate increase for three years and two one-year extensions.
Repeater service will consist of the following items:
The service agreement will provide for Channels 1 and 2 from Bear Mountain
tower, Channel 3 as a backup from Mount Oso, and Channel 4 from City of
Lodi repeater.
a. Loss of repeater service shall be corrected within three (3) working
days from the notification to LaRue Communications.
2. Any vehicle requiring a new or replacement radio, will be charged at the rate
of ninety ($90) dollars per hour with a maximum cost of one hundred eighty
($180) dollars per vehicle for labor and material. The cost to remove radios
for future use on another transit vehicle is forty ($40) dollars per unit.
3. LaRue Communications will program all the mobile, portable and base
stations with a selective feature according to the City of Lodi's representative.
The selective calling feature will activate a flashing amber light on any radio
equipped with this feature. If required, selective calling can be modified to
sound off an alert tone in addition to the flashing amber light when paged.
Should the existing wiring need to be modified, it will be completed at an
additional cost of twenty-five ($25) dollars per unit.
LaRue Communications will provide a maintenance service agreement for every
portable, base station, and mobile radio. The maintenance service agreement is as
follows:
a. Service will consist of all required maintenance of radios at no
additional cost other than the monthly service fee.
b. This service agreement does not cover intentional or accidental
damage to any radio component. This includes, but is not limited to,
antennas and microphones.
c. Radio service will be performed within one working day of
notifications to LaRue Communications.
General Conditions and Federal Clauses
General Conditions
1. Nondiscrimination
In performing services under this Agreement, LaRue Communications shall not
discriminate in the employment of its employees or in the engagement of any sub
consultant on the basis of race, color, religion, sex, sexual orientation, marital status,
national origin, ancestry, age, or any other criteria prohibited by law.
2. _ADA Compliance
In performing services under this Agreement, LaRue Communications shall
comply with the Americans with Disabilities Act (ADA) of 1990, and all
amendments thereto, as well as all applicable regulations and guidelines issued
pursuant to the ADA.
3. Indemnification and Responsibility for Damage
LaRue Communications to the fullest extent permitted by law, shall indemnify
and hold harmless the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers from and against any claims, damages, losses, and expenses
(including reasonable attorney's fees), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or expense
is caused by the negligent acts, errors or omissions of LaRue Communications, any
subcontractor employed directly by LaRue Communications, anyone directly or
indirectly employed by any of them, or anyone for whose acts they may be liable, except
those injuries or damages arising out of the active negligence of the City of Lodi or its
officers or agents.
4. Insurance Requirements
LaRue Communications shall take out and maintain during the life of this
Agreement, insurance coverage as set forth in Exhibit A attached hereto and incorporated
by this reference.
2
S. _LaRue Communications is Not an Employee of CITY
LaRue Communications agrees that in undertaking the duties to be performed
under this Agreement, it shall act as an independent contractor for and on behalf of the
City of Lodi and not an employee of the City of Lodi. The City of Lodi shall not direct
the work and means for accomplishment of the services and work to be performed
hereunder. The City of Lodi, however, retains the right to require that work performed
by LaRue Communications meet specific standards without regard to the manner and
means of accomplishment thereof.
6. City Business License Requirement
LaRue Communications acknowledges that Lodi Municipal Code Section
3.01.020 requires LaRue Communications to have a city business license and LaRue
Communications agrees to secure such license and pay the appropriate fees prior to
performing any work hereunder.
Federal Clauses
1. Reserved for Fly America Requirements
2. Reserved for Buy America
3. Reserved for Charter Bus Requirements and School Bus Requirements
4. Reserved for Cargo Preference - Use of United States- Flag Vessels
S. Reserved for Seismic Safety
6. Reserved for Energy Conservation
7. Reserved for Clean Water
8. Reserved for Bus Testing
9. Reserved for Pre -Award and Post -Delivery Audit Requirements
10. Reserved for Lobbying Restrictions
11, Access to Records
The following access to records requirements apply to this Contract:
I. Where the Purchaser is not a State but a local government and is the FTA
Recipient or a subgrantee of the FTA Recipient in accordance with 49
C.F.R. 18.36(i), the Contractor agrees to provide the Purchaser, the FTA
Administrator, the Comptroller General of the United States or any of their
authorized representatives access to any books, documents, papers and
records of the Contractor which are directly pertinent to this contract for
the purposes of making audits, examinations, excerpts and transcriptions.
K
Contractor also agrees, pursuant to 49 C.F.R. 633.17 to provide the FTA
Administrator or his authorized representatives including any PMO
Contractor access to Contractor's records and construction sites pertaining
to amajor capital project, defined at 49 U.S.C. 5302(a)l, which is
receiving federal financial assistance through the programs described at 49
U.S.C. 5307, 5309 or 5311.
11. Where the Purchaser is a State and is the FTA Recipient or a subgrantee of
the FTA Recipient in accordance with 49 C.F.R. 633.17, Contractor agrees
to provide the Purchaser, the FTA Administrator or his authorized
representatives, including any PMO Contractor, access to the Contractor's
records and construction sites pertaining to a major capital project, defined
at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance
through the programs described at 49 U.S.C. 5307, 5309 or 5311. By
definition, a major capital project excludes contracts of less than the
simplified acquisition threshold currently set at $100,000.
111. Where the Purchaser enters into a negotiated contract for other than a
small purchase or under the simplified acquisition threshold and is an
institution of higher education, a hospital or other non-profit organization
and is the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 C.F.R. 19.48, Contractor agrees to provide the
Purchaser, FTA Administrator, the Comptroller General of the United
States or any of their duly authorized representatives with access to any
books, documents, papers and record of the Contractor which are directly
pertinent to this contract for the purposes of making audits, examinations,
excerpts and transcriptions.
IV. Where any Purchaser which is the FTA Recipient or a subgrantee of the
FTA Recipient in accordance with 49 U.S.C. 5325(a) enters into a contract
for a capital project or improvement (defined at 49 U.S.C. 5302(a)l)
through other than competitive bidding, the Contractor shall make
available records related to the contract to the Purchaser, the Secretary of
Transportation and the Comptroller General or any authorized officer or
employee of any of them for the purposes of conducting an audit and
inspection.
V. The Contractor agrees to permit any of the foregoing parties to reproduce
by any means whatsoever or to copy excerpts and transcriptions as
reasonably needed.
VI. The Contractor agrees to maintain all books, records, accounts and reports
required under this contract for a period of not less than three years after
the date of termination or expiration of this contract, except in the event of
litigation or settlement of claims arising from the performance of this
contract, in which case Contractor agrees to maintain same until the
Purchaser, the FTA Administrator, the Comptroller General, or any of
their duly authorized representatives, have disposed of all such litigation,
appeals, claims or exceptions related thereto. Reference 49 CFR
18.36(i)(11).
VII. FTA does not require the inclusion of these requirements in subcontracts.
12. Federal Changes
CONTRACTOR shall at all times comply with all applicable FTA regulations, policies,
procedures and directives, including without limitation those listed directly or by
reference in the Department of Transportation, Federal Transit Administration, Master
Agreement (FTA MA (16) dated October, 2009), between Purchaser and FTA, as they
may be amended or promulgated from time to time during the term of this contract.
CONTRACTORS failure to so comply shall constitute a material breach of this contract.
13. Reserved for Bonding Requirements
14. Reserved for Clean Air
15. Reserved for Recycled Products
16. Reserved for Davis -Bacon and Copeland Anti -Kickback Acts
17. Contract Work Hours and Safety Standards Act
The CONTRACTOR agrees to comply, and assures the compliance of each third party
CONTRACTOR and each SUBCONTRACTOR at any tier of the Project, with the
following employee protection requirements for contract employees
a) Overtime requirements
No CONTRACTOR or SUBCONTRACTOR contracting for any part of the
contract work which may require or involve the employment of laborers or
mechanics shall require or permit any such laborer or mechanic in any workweek
in which he or she is employed on such work to work in excess of forty hours in
such workweek unless such laborer or mechanic receives compensation at a rate
not less than one and one-half times the basic rate of pay for all hours worked in
excess of forty hours in such workweek.
b) Violation; liability for unpaid wages; liquidated damages
In the event of any violation of the clause set forth in paragraph (1) of this section
the CONTRACTOR and any SUBCONTRACTOR responsible therefore shall be
liable for the unpaid wages. In addition, such CONTRACTOR and
SUBCONTRACTOR shall be liable to the United States for liquidated damages.
Such liquidated damages shall be computed with respect to each individual
laborer or mechanic, including watchmen and guards, employed in violation of
the clause set forth in paragraph (1) of this section, in the sum of $10 for each
calendar day on which such individual was required or permitted to work in
excess of the standard workweek of forty hours without payment of the overtime
wages required by the clause set forth in paragraph (1) of this section.
5
c) Withholding for unpaid wages and liquidated damages
The CONTRACTOR shall upon its own action or upon written request of an
authorized representative of the Department of Labor withhold or cause to be
withheld, from any moneys payable on account of work performed by the
CONTRACTOR or SUBCONTRACTOR under any such contract or any other
Federal contract with the same prime ONTRACTOR, or any other federally -
assisted contract subject to the Contract Work Hours and Safety Standards Act,
which is held by the same prime CONTRACTOR, such sums as may be
determined to be necessary to satisfy any liabilities of such CONTRACTOR or
SUBCONTRACTOR for unpaid wages and liquidated damages as provided in the
clause set forth in paragraph (2) of this section.
d) Subcontracts
The CONTRACTOR or SUBCONTRACTOR shall insert in any subcontracts the
clauses set forth in this section and also a clause requiring the
SUBCONTRACTORS to include these clauses in any lower tier subcontracts. The
prime CONTRACTOR shall be responsible for compliance by any
SUBCONTRACTOR or lower tier SUBCONTRACTOR with the clauses set
forth in this section.
18. [Reserved]
19. No Government Obligation to Third Parties
I. CITY OF LODI and CONTRACTOR acknowledge and agree that,
notwithstanding any concurrence by the Federal Government in or approval
of the solicitation or award of the underlying contract, absent the express
written consent by the Federal Government, the Federal Government is not a
party to this contract and shall not be subject to any obligations or liabilities
to CITY OF LODI , CONTRACTOR, or any other party (whether or not a
party to that contract) pertaining to any matter resulting from the underlying
contract.
II. The CONTRACTOR agrees to include the above clause in each
subcontract financed in whole or in part with Federal assistance provided
by FTA. It is further agreed that the clause shall not be modified, except to
identify the SUBCONTRACTOR who will be subject to its provisions.
20. Program Fraud and False or Fraudulent Statements or Related Acts.
I. The CONTRACTOR acknowledges that the provisions of the Program
Fraud Civil Remedies Act of 1986, as amended, 31 U.S.C. § 3801 et seq .
and U.S. DOT regulations, "Program Fraud Civil Remedies," 49 C.F.R.
Part 3I, apply to its actions pertaining to this Project. Upon execution of
the underlying contract, the CONTRACTOR certifies or affirms the
truthfulness and accuracy of any statement it has made, it makes, it may
make, or causes to be made, pertaining to the underlying contract or the
FTA assisted project for which this contract work is being performed. In
0
addition to other penalties that may be applicable, the CONTRACTOR
further acknowledges that if it makes, or causes to be made, a false,
fictitious, or fraudulent claim, statement, submission, or certification, the
Federal Government reserves the right to impose the penalties of the
Program Fraud Civil Remedies Act of 1986 on the CONTRACTOR to the
extent the Federal Government deems appropriate.
II. The CONTRACTOR also acknowledges that if it makes, or causes to be
made, a false, fictitious, or fraudulent claim, statement, submission, or
certification to the Federal Government under a contract connected with a
project that is financed in whole or in part with Federal assistance
originally awarded by FTA under the authority of 49 U.S.C. § 5307, the
Government reserves the right to impose the penalties of 18 U.S.C. § 1001
and 49 U.S.C. § 5307(n)(1) on the CONTRACTOR, to the extent the
Federal Government deems appropriate.
III. The CONTRACTOR agrees to include the above two clauses in each
subcontract financed in whole or in part with Federal assistance provided
by FTA. It is further agreed that the clauses shall not be modified, except
to identify the SUBCONTRACTOR who will be subject to the provisions.
21. Termination
Upon written notice, CONTRACTOR agrees that the Federal Government may suspend
or terminate all or part of the Federal financial assistance provided herein if
CONTRACTOR has violated the terms of the Grant Agreement or Cooperative
Agreement, or if the Federal Government determines that the purposes of the statute
authorizing the Project would not be adequately served by the continuation of Federal
financial assistance for the Project. Any failure to make reasonable progress on the
Project or other violation of the Grant Agreement or Cooperative Agreement that
endangers substantial performance of the Project shall provide sufficient grounds for the
Federal Government to terminate the Grant Agreement or Cooperative Agreement.
Termination of any Federal financial assistance for the Project will not invalidate
obligations properly incurred by CONTRACTOR before the termination date, to the
extent those obligations cannot be canceled. If, however, the Federal Government
determines that CONTRACTOR has willfully misused Federal assistance funds by
failing to make adequate progress, failing to make reasonable and appropriate use of
the Project real property, facilities, or equipment, or has failed to comply with the terms
of the Grant Agreement or Cooperative Agreement, the Federal Government reserves the
right to require CONTRACTOR to refund the entire amount of Federal funds provided
for the Project or any lesser amount as the Federal Government may determine.
Expiration of any Project time period established for the Project does not, by itself,
constitute an expiration or termination of the Grant Agreement or Cooperative
Agreement
I. Termination for Convenience: CITY OF LODI may terminate this
contract, in whole or in part, at any time by written notice to the
CONTRACTOR. The CONTRACTOR shall be paid its costs, including
contract closeout costs, and profit on work performed up to the time of
termination. The CONTRACTOR shall promptly submit its termination
claim to CITY OF LODI to be paid the CONTRACTOR. If the
CONTRACTOR has any property in its possession belonging to CITY OF
LODI, the CONTRACTOR will account for the same, and dispose of it in
the manner CITY OF LODI directs.
11. Termination for Default: If the CONTRACTOR does not deliver supplies
in accordance with the contract delivery schedule, or, if the contract is for
services, the CONTRACTOR fails to perform in the manner called for in
the contract, or if the CONTRACTOR fails to comply with any other
provisions of the contract, CITY OF LODI may terminate this contract
for default. Termination shall be effected by serving a notice of
termination on the CONTRACTOR setting forth the manner in which the
CONTRACTOR is in default. The CONTRACTOR will only be paid the
contract price for supplies delivered and accepted, or services performed
in accordance with the manner of performance set forth in the contract. If
it is later determined by CITY OF LODI that the CONTRACTOR had an
excusable reason for not performing, such as a strike, fire, or flood, events
which are not the fault of or beyond the control of the CONTRACTOR,
CITY OF LODI , after setting up a new delivery of performance schedule,
may allow the CONTRACTOR to continue work, or treat the termination
as a termination for convenience.
111. Termination for Cost -Type Contracts: CITY OF LODI may terminate this
contract, or any portion of it, by serving a notice of termination on the
CONTRACTOR. The notice shall state whether the termination is for
convenience of CITY OF LODI or is for the default of the
CONTRACTOR. If the termination is for default, the notice shall state the
manner in which the CONTRACTOR has failed to perform the
requirements of the contract. The CONTRACTOR shall account for any
property in its possession paid for from funds received from CITY OF
LODI , or property supplied to the CONTRACTOR by CITY OF LODI .
If the termination is for default, CITY OF LODI may fix the fee, if the
contract provides for a fee, to be paid the CONTRACTOR in proportion to
the value, if any, of the work performed up to the time of termination. The
CONTRACTOR shall promptly submit its termination claim to CITY OF
LODI and the parties shall negotiate the termination settlement to be paid
the CONTRACTOR.
22. Government -wide Debarment and Suspension (Nonprocurement)
The CONTRACTOR agrees to comply, and assures the compliance of each third party
CONTRACTOR and SUBCONTRACTOR at any tier, with Executive Orders Nos.
12549 and 12689, "Debarment and Suspension," 31 U.S.C. § 6101 note, and U.S. DOT
regulations, "Government wide Debarment and Suspension (Nonprocurement)," within
49 C.F.R. Part 29.
23. Reserved for Privacy Act
24. Civil Rights
The following requirements apply to the underlying contract:
I. Nondiscrimination - In accordance with Title VI of the Civil Rights Act,
as amended, 42 U.S.C. § 2000d, section 303 of the Age Discrimination
Act of 1975, as amended, 42 U.S.C. § 6102, section 202 of the Americans
with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal transit law
at 49 U.S.C. § 5332, the CONTRACTOR agrees that it will not
discriminate against any employee or applicant for employment because
of race, color, creed, national origin, sex, age, or disability. In addition, the
CONTRACTOR agrees to comply with applicable Federal implementing
regulations and other implementing requirements FTA may issue.
11. Equal Employment Opportunity - The following equal employment
opportunity requirements apply to the underlying contract:
Race, Color, Creed, National Origin, Sex - In accordance with Title
VII of the Civil Rights Act, as amended, 42 U.S.C. § 2000e, and
Federal transit laws at 49 U,S.C, § 5332, the CONTRACTOR agrees
to comply with all applicable equal employment opportunity
requirements of U.S. Department of Labor (U.S. DOL) regulations,
"Office of Federal Contract Compliance Programs, Equal Employment
Opportunity, Department of Labor," 41 C.F.R. Parts 60 et seq ., (which
implement Executive Order No. 11246, "Equal Employment
Opportunity," as amended by Executive Order No. 11375, "Amending
Executive Order 11246 Relating to Equal Employment Opportunity,"
42 U.S.C. § 2000e note), and with any applicable Federal statutes,
executive orders, regulations, and Federal policies that may in the
future affect construction activities undertaken in the course of the
Project. The CONTRACTOR agrees to take affirmative action to
ensure that applicants are employed, and that employees are treated
during employment, without regard to their race, color, creed, national
origin, sex, or age. Such action shall include, but not be limited to, the
following: employment, upgrading, demotion or transfer, recruitment
or recruitment advertising, layoff or termination; rates of pay or other
forms of compensation; and selection for training, including
apprenticeship. In addition, the CONTRACTOR agrees to comply
with any implementing requirements FTA may issue.
Age - In accordance with section 4 of the Age Discrimination in
Employment Act of 1967, as amended, 29 U.S.C. § 623 and Federal
transit law at 49 U.S.C. § 5332, the CONTRACTOR agrees to refrain
from discrimination against present and prospective employees for
reason of age. In addition, the CONTRACTOR agrees to comply with
any implementing requirements FTA may issue.
Disabilities - In accordance with section 102 of the Americans with
Disabilities Act, as amended, 42 U.S.C. § 12112, the CONTRACTOR
agrees that it will comply with the requirements of U.S. Equal
0
Employment Opportunity Commission, "Regulations to Implement the
Equal Employment Provisions of the Americans with Disabilities
Act," 29 C.F.R. Part 1630, pertaining to employment of persons with
disabilities. In addition, the CONTRACTOR agrees to comply with
any implementing requirements FTA may issue.
111. The CONTRACTOR also agrees to include these requirements in each
subcontract financed in whole or in part with Federal assistance provided
by FTA, modified only if necessary to identify the affected parties.
25. Reserved for Breaches and Disputes
26. Reserved for Patent and Rights in Data.
27. Reserved for Transit Employee Protective Arrangements.
28. Disadvantaged Business Enterprise
The CONTRACTOR agrees to take the following measures to facilitate participation by
disadvantaged business enterprises (DBE) in the Project:
I. The CONTRACTOR agrees to comply with section 1101(b) of TEA -21,
23 U.S.C. § 101 note, and U.S. DOT regulations, "Participation by
Disadvantaged Business Enterprises in Department of Transportation
Financial Assistance Programs," 49 C.F.R. Part 26.
Il. The CONTRACTOR agrees that it shall not discriminate on the basis of
race, color, national origin, or sex in the award and performance of any
third party contract, or subagreement supported with Federal assistance
derived from the U.S. DOT or in the administration of its DBE program or
the requirements of 49 C.F.R. Part 26. The CONTRACTOR agrees to take
all necessary and reasonable steps set forth in 49 C.F.R. Part 26 to ensure
nondiscrimination in the award and administration of all third party
contracts and sub -agreements supported with Federal assistance derived
from the U.S. DOT. The CONTRACTOR's DBE program, as required by
49 C.F.R. Part 26 and approved by the U.S. DOT, is incorporated by
reference and made part of the Grant Agreement or Cooperative
Agreement. Implementation of this DBE program is a legal obligation, and
failure to carry out its terms shall be treated as a violation of the Grant
Agreement or Master Agreement. Upon notification to the
CONTRACTOR of its failure to implement its approved DBE program,
the U.S. DOT may impose sanctions as provided for under 49 C.F.R. Part
26 and may, in appropriate cases, refer the matter for enforcement under
18 U.S.C. § 1001, and/or the Program Fraud Civil Remedies Act, 31
U.S.C. §§ 3801 etseq.
10
29. Prompt Payment
a. Prompt Progress Payment to Subcontractors
Attention is directed to the provisions in Federal Regulations (49 CFR 26.29)
concerning payment to subcontractors. The contractor shall make prompt and
regular incremental acceptances of portions, as determined by the CITY OF LODI
of the contract work and pay retainage to the prime contractor based on these
acceptances.
b. Prompt Payment of Payment of Withheld Funds to Subcontractors
The contractor shall return all monies withheld in retention from all subcontractors
within thirty (30) days after receiving payment for work satisfactorily completed
and accepted including incremental acceptances of portions of the contract work by
the CITY OF LODI. Federal Regulation (49 CFR 26.29) requires that any delay or
postponement of payment over 30 day may take place only for good cause and with
the CITY OF LODI's prior written approval. Any violation of this provision shall
subject the violating contractor or subcontractor to the penalties, sanctions, and
other remedies specified in Section 7108.5 of the California Business and
Professions Code.
This requirement shall not be construed to limit or impair any contractual,
administrative, or judicial remedies, otherwise available to the contractor or
subcontractor in the event of. a dispute involving late payment or nonpayment by
the contractor; deficient subcontractor performance; and/or noncompliance by a
subcontractor. This provision applies to both DBE and non -DBE subcontractors
30. Incorporation of FTA 4220.1 F Terms
The preceding provisions include, in part, certain Standard Terms and Conditions
required by DOT, whether or not expressly set forth in the preceding contract provisions.
All contractual provisions required by DOT, as set forth in FTA Circular 42201F, are
hereby incorporated by reference. Anything to the contrary herein notwithstanding, all
FTA -mandated terms shall be deemed to control in the event of a conflict with other
provisions contained in this Agreement. The CONTRACTOR shall not perform any act,
fail to perform any act, or refuse to comply with any CITY OF LODI request, which
would cause CITY OF LODI to be in violation of the FTA terms and conditions.
31. Reserved for Substance Abuse
11
WHEN SIGNING THIS AGREEMENT, LARUE COMMUNICATIONS AGREES THAT THE PERIOD
FOR THIS SERVICE AGREEMENT IS JULY 1, 2010 THROUGH JUNE 30, 2013 AND THE
PROVIDOR AGREES TO SUBMIT MONTHLY BILLINGS NO LATER THAN THE 10' OF EACH
MONTH. AT THE SOLE DISCRETION OF THE CITY OF LODI, THE CONTRACT MAY BE
RENEWED BY THE CITY FOR TWO ONE YEAR EXTENTIONS.
IN WITNESS WHEREOF, the parties hereto have hereunder set their hands the day and year first written.
Knox LaRue, Jr.
Authorized Signature
Title
TYPE OF ORGANIZATION
Individual, Partnership or Corporation
Address
CITY OF LODI
A Municipal Corporation
Konradt Bartlam, Interim City Manager
Attest:
Randi Johl, City Clerk
Approved as to Form:
D. Stephen Schwabauer, City Attorney
r
Dated: .2010
Telephone
Date: 2010
Date: 2010
Date: , 2 010
12
5-413 insurance Requirements for Contractor The Contractor shall take out and maintain during the life of
this contract, insurance coverage as listed below. These insurance policies shall protect the Contractor and any
subcontractor performing work covered by this contract from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Contractor's operations under
this contract, whether such operations be by Contractor or by any subcontractor or by anyone directly or indirectly
employed by either of them, and the amount of such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Ea. Occurrence
$2,000,000 Aggregate
COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury - Ea. Person
$1,000,000 Bodily Injury - Ea. Occurrence
$1,000,000 Property Damage- Ea. Occurrence
NOTE: Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a
claims period following termination of coverage which is at least consistent with the claims period or statutes of
limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
A copy of the certificate of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed
Boards, Commissions, Officers, Agents, Employees, and Volunteers as additional named insureds.
(This endorsement shall be on a form furnished to the City and shall be included with Contractor's policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance.
Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not
contributing with the insurance afforded by this endorsement.
(c) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall
not operate to increase the limit of the company's liability.
(d) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice
of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
5-414Comoensation Insurance The Contractor shall take out and maintain during the life of this contract, Worker's
Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is
sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the
latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any
class of employees engaged in hazardous work under this contract at the site of the project is not protected under the
Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. This policy may not be canceled nor the coverage reduced by the
company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City
of Lodi, 221 W. Pine St., Lodi, CA 95240.
RESOLUTION NO. 2010-106
A RESOLUTION OF THE LODI CITY COUNCIL
APPROVING THREE-YEAR CONTRACTWITH LA RUE
COMMUNICATIONS, INC., FOR CITY OF LODI
TRANSIT 800 MHZ RADIO TRANSMISSION SERVICE
WHEREAS, the City of Lodi Transit has an 800 MHz two-way radio system that
is used in the day-to-day operations of GrapeLine Fixed Route/Dial-A-Ride and VineLine
ADA paratransit transit operations; and
WHEREAS, City staff contacted three communication companies: LaRue
Communications, Crystal Communications, and Delta Wireless & Network Solutions.
Crystal Communications and Delta Wireless & Network Solutions are unable to provide
the service; and
WHEREAS, LaRue Communications, Inc., of Stockton, California, has provided
this service since 2007 and has agreed to honor the prices from the original service
agreement dated June 30, 2007, at no increase in cost; and
WHEREAS, the current radio inventory has a total of 34 units; the monthlyfee for
repeater use is $340 and the monthly fee for the radio service agreement is $170, for an
annual cost of $6,120.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
approve a three-year contract with LaRue Communications, Inc., of Stockton, California,
for the City of Lodi Transit 800 MHz radio transmission service in the amount of $6,120
annually.
Dated: July 7, 2010
I hereby certify that Resolution No. 2010-106 was passed and adopted by the
City Council of the City of Lodi in a regular meeting held July 7, 2010, by the following
vote:
AYES: COUNCIL MEMBERS— Hansen, Johnson, Mounce, and
Mayor Katzakian
NOES: COUNCIL MEMBERS— None
ABSENT: COUNCIL MEMBERS— Hitchcock
ABSTAIN: COUNCIL MEMBERS — None
JOHL
City Clerk
2010-106
CITY COUNCIL
PHILKATZAKIAN, Mayor
SUSAN HITCHCOCK,
Mayor Pro Tempore
LARRY D. HANSEN
BOBJOHNSON
JOANNE L. MOUNCE
CITY OF LODI
PUBLIC WORKS DEPARTMENT
CITY HALL, 221 WEST PINE STREET
P.O. BOX 3006
LODI, CALIFORNIA 95241-1910
(209) 333-6706
FAX (209) 333-6710
EMAIL pwdept@lodi.gov
htt p :\\www .lod i .g ov
July 1, 2010
MV Public Transportation, Inc.
Brenda Kuykendall, General Manager
24 S. Sacramento Street
Lodi, CA 95240
KONRADTBARTLAM
Interim City Manager
RANDI JOHL
City Clerk
D. STEVEN SCHWABAUER
City Attorney
F. WALLY SANDELIN
Public Works Director
SUBJECT: Adopt Resolution Approving Three -Year Contract with
LaRue Communications, Inc., of Stockton, for City of Lodi Transit
800 MHz Radio Transmission Service ($6,120 Annually)
Enclosed is a copy of background information on an item on the City Council agenda of
Wednesday, July 7, 2010. The meeting will be held at 7 p.m. in the
City Council Chamber, Carnegie Forum, 305 West Pine Street.
This item is on the consent calendar and is usually not discussed unless a
Council Member requests discussion. The public is given an opportunity to address
items on the consent calendar at the appropriate time.
If you wish to write to the City Council, please address your letter to City Council,
City of Lodi, P. O. Box 3006, Lodi, California, 95241-1910. Be sure to allow time for the
mail. Or, you may hand-deliverthe letterto City Hall, 221 West Pine Street.
If you wish to address the Council at the Council Meeting, be sure to fill out a speaker's
card (available at the Carnegie Forum immediately prior to the start of the meeting) and
give it to the City Clerk. If you have any questions about communicating with the
Council, please contact Randi Johl, City Clerk, at (209) 333-6702.
If you have any questions about the item itself, please call Paula Fernandez,
Transportation Manager/Senior Traffic Engineer, at (209) 333-6800, extension 2267.
F. Wally Sandelin
IVY . Public Works Director
FWS/pmf
Enclosure
cc: City Clerk
NLARUECOMM2010.DOC