HomeMy WebLinkAboutAgenda Report - September 17, 1997 (71)COUNCIL • •
�4C URS
AGENDA TITLE: Approval of Request for Proposals for Advisory Radio System
MEETING DATE: September 17, 1997
PREPARED BY: Assistant to the City Manager
RECOMMENDED ACTION: That City Council approve the attached Request for Proposals and
authorize advertisement for proposals for an Advisory Radio System.
BACKGROUND INFORMATION: The primary purpose of this system is to notify the people of Lodi of
emergency situations and actions they can take to avoid or ease the
impact of crisis circumstances. During impending floods, power
blackouts, hazardous material spills, earthquakes, or major vehicle
incidents that require re-routing of traffic, this system will provide rapid and reliable information. It will
also reassure citizens that someone is in charge of the situation and corrective action will occur.
Despite the huge variety of communication forms available today, i.e. e-mail, internet. fax, telephone,
television, etc., most depend on electricity and/or unbroken comrnunivation iiiies if] ordei to perform
their functions. The advantage of this advisory radio system is it can be accessed via car radio or
portable battery powered radio without the need for 115 VAC or any direct lines at all. A power backup
prevents the system from ever going down. Through the use of signage, City newsletter, utility bill,
etc., citizens of Lodi will be informed of where to tune their radios to obtain current information
regarding any emergency. The FCC has designated the 530 or 1610 AM frequency for government
priority use.
During an emergency, even if power or communication lines have not been affected, television and
commercial radio cannot compete with the speed and efficiency of the advisory radia system. The
system broadcasts a continuous loop of information - any combination of four distinct 5 minute
segments of pre-recorded information or one segment up to 20 minutes in length. No "tape" is involved
- all information is recorded digitally. The millionth message broadcast will sound as clear as the first.
Designated city staff will be able to access the system from any telephone, and through the use of
voice prompts, record and instantly broadcast necessary messages. Information will not be subject to
editing, error or sporadic broadcast at the whim of commercial systems.
Most of the time there are no impending emergencies in Lodi. During these periods, the advisory radio
system could broadcast information (possibly up to 15 miles from City center) to citizens and travelers
encouraging them to "Taste, Shop, and Dine" in Lodi, visit our revitalized downtown, use our state-of-
the-art transit system, etc. There is infinite variety regarding the type of information the system can
broadcast. The FCC simply requires that in order to prevent government competition with private
stations, no music, commercial ads, or endorsements of particular businesses are permitted. Since
1977 when travelers advisory radio stations were first introduced, they have coexisted very well with
commercial stations.
APPROVED: /
H. 67_x2n Flynn -- City Manager
When a significant crisis hits Lodi, the transit system will play a major role in transporting equipment and
personnel. The advisory radio station will inform citizens of changes in bus schedules, the temporary
reallocation of transit system resources to address the emergency, and rerouting of traffic flow to provide
unimpeded access for City vehicles to crisis sites. When there are no impending emergencies the station
will be able to broadcast regular transit information concerning schedules, fares and proper use of the
system. All information can be broadcast in English as well as Spanish to better serve citizens. The
anticipated cost of advisory radio system materials - including power backup and installation - is
approximately $20,000. The Transportation Manager has indicated Federal Transit Administration and
State Transportation Development Act funds are available and can be used to cover this expense.
Upon Council approval, the attached Request For Proposals will be sent to various manufacturers and
installers of advisory radio systems. Staff would like to have this system up and running before the rainy
season begins. Rainfall and weather severity is expected to be particularly intense this year.
The critical point in expediting this process is issuance of an FCC license to the City of Lodi for operation
of an advisory radio system. The RFP requires the selected contractor provide a complete system
including backup power, installation, and FCC licensing. A license application can take up to six months to
process. However, there is a way to "fast track" this process. A temporary license can be issued to the
City within a few days of application. The system can then operate fully while the City's application works
its way through the FCC bureaucracy. It is extremely rare for the FCC to ultimately deny an application
that follows this process. If this were to occur, it would most likely result from a frequency conflict with a
corm mercial radio station (although the contractor will take every measure- to ensure the selected
frequency is open before the application is submitted). At that point, we would simply search for another
open frequency. In 1992 the FCC implemented changes to allow advisory radio systems to operate on
any open frequency on the AM band.
FUNDING: $16,000 Federal Transit Administration funds
$4,000 State Transportation Development Act funds
Approved: J �X�-t � ` C��►-�
Vicky McAthie - Finance Director
r
Evans
int to the City Manager
Request for Proposals
Travelers Advisory and
Emergency Notification Radio System
for
The City of Lodi, California
(Specification No. B-2819)
Notice is hereby given that the Purchasing Officer of the City of Lodi, California, will receive
sealed proposals pursuant to Specification No. B-2819 at the Finance Department, City Hall
Annex, 212 West Pine Street, Lodi, CA 95240, (P.O. Box 3006, Lodi, CA 95241-1910) not
later than
2:00 p.m. Tuesday, September 30, 1997
at which time they will be publicly opened in the Conference Room, City Hall Annex, 212 West
Pine Street, Lodi, California, and provided to the City Manager for evaluation.
Proposals received after said time will not be considered. Each proposal shall be submitted in
a sealed envelope plainly marked
Proposal: Travelers Advisory Radio System
Due September 30, 1997
No pre -proposal conference will be held.
The Request for Proposals is intended to be used to qualify and select a firm to furnish and
install a Travelers Advisory and Emergency Notification System, also known as a Highway
Advisory Radio (HAR) System.
Additional pertinent information regarding this Request for Proposal may be found in Project
Specification No. B-2819. Specification No. B-2819 and proposal instructions may be obtained
from the City of Lodi Purchasing Officer, (209) 333-6777.
Individuals or firms submitting proposals must have demonstrable knowledge and experience
with state-of-the-art HAR systems.
The City of Lodi reserves the right to accept such proposal as may be deemed most
advantageous to the City, the right to waive any informality in a proposal, and the further right
to reject any and ail proposals.
Technical questions regarding this project may be directed to Kirk Evans, Project Manager,
telephone number (209) 333-6800, extension 590.
Joel E. Harris
Purchasing Officer
City of Lodi
SPECIFICATION No. 2819
REQUEST FOR PROPOSALS
SCOPE OF WORK
GENERAL
Equipment provided shall be new, not previously used, and of the most current design
capable of meeting the requirements of the City of Lodi (City).
Successful offeror shall provide a "turnkey" installation, including all equipment,
installation, licenses (including FCC temporary and permanent licences), and technical
support for a Travelers Advisory and Emergency Notification Radio System, also known
as a Highway Advisory Radio System, or HARS. (In this specification, the system will
be referred to as HARS). Successful contractor must configure system onsite and
provide training for City staff regarding proper techniques for use.
SYSTEM REQUIREMENTS
The system provided and installed must
1. be capable of broadcasting up-to-the-minute AM radio advisories to motorists
and residents within the City;
2. have remote -control capability, including the ability for system administrator(s) to
change messages with a call from any touch-tone telephone;
3. provide voice -prompts to assist user when recording messages;
4. be capable of live broadcast transmission, including a local handset with noise -
canceling microphone;
5. contain a digital recorder with Static Random Access Memory in order to
maintain the stability of memory contents during any form of power fluctuation or
power outage. Further, the digital recorder must provide for a variety of
recording times; _
6. have system antenna tuned to precisely match system transmitter;
7. have a broadcast range of not less than three miles from the transmitter;
8. include a battery power backup system to provide 24-hour service;
9. have electrical and electronic components protected in a sealed, weatherproof,
theft -deterrent enclosure, able to withstand severe weather, and include
lightning protection. Ful her, the system must be capable of operation within a
temperature range of 0 degrees to 180 degrees Fahrenheit.
10. meet all FCC rules and regulations (basic FCC requirements include a maximum
transmitter power output of 10 watts, a field strength limit of 2mV/m at a
distance of 1.5km from the antenna, and a maximum antenna tip height of 15
meters above the ground);
11. have adequate security to ensure that only authorized administrators have
access to change broadcast messages.
Technical staff must provide support, including FCC licensing application submittals.
Award is anticipated for October 15, 1997; system should be installed and fully
operational by December 15, 1997.
PROPOSAL INSTRUCTIONS
1. ADMINISTRATIVE INFORMATION.
1. Proposer's Responsibilities
The City of Lodi will receive sealed proposals to qualify and select a firm to fumish, install, and
implement a fully operational Traveler's Advisory and Emergency Notification Radio System
(also known as a Highway Advisory Radio System, or HARS) for the City of Lodi.
Responses to this Request for Proposal must be received by the City of Lodi no later than
2:00 p.m. Tuesday, September 30, 1997.
Proposals must be clearly marked "Proposal - Travelers Advisory Radio System; Due
September 30, 1997", and should be delivered to
City of Lodi:
Attn: Purchasing Officer
(If delivered by FedEx UPS, or courier): (If delivered by mail):
212 West Pine Street P O Box 3006
Lodi CA 95240 Lodi CA 95241-1910
Proposals received after 2:00 p.m., September 30, 1997 will be returned to the proposer
unopened.
Proposer should read and understand the information and instructions for responding to this
Request for Proposal.
Proposer shall comply with all federal, state and local laws, ordinances and regulations which
in any manner affect this project.
This project is funded by a Federal Transit Administration Grant.
Proposer shall provide satisfactory proof of liability, casualty and workers' compensation
insurance in amounts and with coverage satisfactory to protect both Proposer and the City of
Lodi from claims, damages or issues by any employee of vendor or City of Lodi which may
arise from the use of information provided in the Proposal, or from damages under any
contract awarded as a result of this RFP. Any confidential information, or information
protected by copyright, patent, or trademark, included in Proposal submitted by any individual
or firm should be clearly noted as such.
Upon evaluation of qualifications and proposals, the City of Lodi may select an individual or
firm to furnish, install, and implement to full operational status a Highway Advisory Radio
System for the City of Lodi. Upon selection, the City of Lodi may enter into negotiations with
selected individual or firm for determination of contract terms and pricing.
I. ADMINISTRATIVE INFORMATION (continued)
Failure to respond to any requirements outlined in this Request for Proposal, or failure to
enclose copies of any required documents, may disqualify the proposal. Vendors declining to
submit a proposal in response to this request should so advise the Purchasing Officer, in
writing, to preclude exclusion from future proposal requests.
The City of Lodi reserves the right to reject any or all proposals.
2. Pre -Proposal Conference
No pre -proposal conference will be held.
3. Proposal Format
Proposals shall be submitted in accordance with these instructions to receive
consideration. Unnecessarily elaborate brochures or other presentations beyond those
sufficient to present a complete and effective response to this solicitation are not
desired and may be construed as an indication of the offeror's lack of cost
consciousness. Elaborate artwork, expensive paper and bindings, and expensive
visual and other presentation aids are neither necessary nor wanted. Unnecessary
volume in proposals shall be considered in the evaluation of the offeror's cost
effectiveness.
Unless otherwise called for, two (2) copies of the Proposal, typewritten, shall be
submitted.
Proposal shall include a full description of the system, advantages and disadvantages
of the system, its capabilities, ease of use, warranties, availability of repair parts, and
availability and duration of technical support.
Proposal shall also include a total cost of equipment, installation, configuration,
programming and implementation, and a firm cost of equipment maintenance
agreement for a period of ten years.
Enclosed with the proposal, the offeror shall provide a list of three (3) public agency
references with whom the company has installed a HAR system within the past two
years. Reference list shall include agency name, contact name, and telephone
number.
4. Interpretation
If any person contemplating the submittal of a proposal is in doubt as to the proposal
procedures, such proposer should contact the Project Manager for clarification. Any
interpretation or correction of this RFP will be made only by addendum sent to those
who have received this RFP. The City of Lodi will not be responsible for any other
explanation or interpretations of the RFP.
I. ADMINISTRATIVE INFORMATION (continued)
5. Withdrawal of Proposal
Any proposer may withdraw a proposal by written request at any time prior to the
scheduled closing time for receipt of proposals. No proposer may withdraw a proposal
after the time and date set for the opening thereof.
6. Multiple Proposals
No person, firm, or corporation shall be allowed to file or be interested in submitting
multiple proposals for the same work or services unless alternative proposals are
requested.
7. Addendum
Any addendum issued during this RFP process shall be indicated in the RFP response,
and shall be made a part of any agreement made between the City of Lodi and the
selected contractor.
8. Opening of Proposals
All proposals, regardless of any irregularities or informalities will by opened and only
the name of the proposer (individual, firm, or corporation) shall be read into the public
record at the time and place set forth in the Request for Proposals. Late (delivered)
proposals will not be accepted.
Proposers or their authorized representatives may be present at the opening of the
responses to the RFP.
9. Disputes
In case of discrepancy between words and figures, words shall prevail during the
evaluation; provided, however, that the City reserves the right to construe any proposal
according to its true intent where it contains a patent mistake.
10. Decision to Reiect
The City reserves the right to reject any or all proposals for any reason, or for no
reason, to re -advertise for proposals, or to cancel a proposal listing and elect to perform
the project or work itself. The City reserves the right to reject as non-responsive any
proposal which is incomplete, modified, unsigned, or illegible or which is not otherwise
submitted in accordance with the requirements of this Request for Proposal.
11. Scope of Services
Proposer shall be deemed an independent contractor and not an agent, subcontractor
or employee of the City. Proposer shall not enter into a subcontract agreement without
the City's prior consent.
I. ADMINISTRATIVE INFORMATION (continued)
12. Invoicing and Verification of Costs
Invoices submitted by selected contractor shall include sufficient detail to provide
verification of the invoiced amount, and shall include all applicable supporting
documentation.
Properly documented invoices shall be submitted to
City of Lodi
Attn: Kirk Evans, Assistant to the City Manager
P O Box 3006
Lodi CA 95241
IL SPECIAL CONDITIONS
Certification of Design Documents
When applicable, all designs and construction drawings, specifications, reports and
related design or construction documents or any other documents under the Project
shall, if required by federal or California law or regulation, be certified by a registered
professional engineer licensed to practice with the State of California.
2. Force Majeure
Performance of the agreement by each party shall be pursued with due diligence in all
requirements hereof; however, neither party shall be liable for any delay or
nonperformance due to causes not reasonably within its control. In the event of any
delay resulting from such causes the time for performance and payment hereunder
shall be extended for a period of time reasonably necessary to overcome the effect of
such delays. In the event of any delay or nonperformance caused by such
uncontrollable forces, the party affected shall promptly notify the other in writing of the
nature, cause, date of commencement thereof and the anticipated extent of such
delay, and shall indicate whether it is anticipated that the completion dates would be
affected thereby.
3. Insurance
The selected contractor must provide a certificate of insurance in a form acceptable to
the City Risk Manager prior to entering into any agreement made pursuant to this RFP.
The contractor shall maintain such insurance as will cover and include the entire
obligation assumed in the agreement as well as such insurance as will protect the
contractor from claims and liability under Worker's Compensation Acts, personal
liability, property damage, and all other claims for damages, including personal injury,
and death, which may arise from operations under the agreement.
II. SPECIAL CONDITIONS (continued)
4. Ownership
All drawings, plans, reports, specifications, calculations and other documents prepared
by the contractor under the agreement and not previously patented or copyrighted shall
become the property of the City. In addition, any advertising, logos, graphics or other
similar items developed at the City's expense shall become property of the City. At
City's request through the Project Manager, such documents or items shall be delivered
to the City upon completion of contractor's services under the agreement, and the
contractor agrees not to retain for any other use copies thereof. All non -final drafts,
notes and working documents prepared by the contractor during the term of the
agreement shall be retained by the contractor for the exclusive use of the City for a
period of three years, and shall be available to the City for review and copying upon 48
hours written notice.
b. Records and Audits
Contractor shall maintain accurate and complete records specifically relating to the
Services provided under the agreement. Contractor shall also keep records and books
of account showing all charges, disbursements, or expenses made or incurred by
Contractor in the performance of the service described herein. Records shall be
created which are relevant in verifying that contractor is complying with its obligations
hereunder. City shall have the right to inspect and audit the books, records, and other
items relating to the Agreement. Contractor shall provide security and retain such
records and items for a period of three years from date of final payment under the
agreement
6. Scheduling:
Contractor shall develop and maintain a detailed schedule for the work required under
the agreement. Contractor shall submit progress data as required by the Project
Manager which shall include the percentage complete and actual start date and actual
finish date for all activities worked on by Contractor under the agreement as required by
the Project Manager.
7. Subcontracting:
Should any proposer contemplate subcontracting any part of the work or services under
the Scope of Project, it shall submit with its proposal a description of the work or
service to be done under such subcontracts together with the name of the proposed
subcontractors who shall perform any part of the Project.
8. Taxes:
Except where specifically provided, the proposal cost shall include all federal, state,
and local sales, use, excise, transportation, privilege, payroll, occupational, and other
taxes applicable to service, materials or equipment furnished under the agreement. The
contractor agrees to indemnify and save City harmless from and against any liability for
any such taxes, or payroll premiums and contributions.
II. SPECIAL CONDITIONS (continued)
9. Prevailing Wage Rates:
Proposers are hereby notified that provisions of the Labor Code of the State of Califor-
nia regarding prevailing wages shall be applicable to the work to be performed under
any contract made subsequent to this Request for Proposals. Pursuant to Labor Code
Section 1773, the general prevailing wage rates have been determined by the Director
of the California Department of Industrial Relations and appear in the California
Prevailing Wage Rates, copies of which are on file with the City Clerk and are available
to interested parties upon request. Future effective wage rates which have been
predetermined and are on file with the California Department of Industrial Relations are
referenced but are not printed in such publication.
Proposers are advised that if they intend to use a craft or classification not shown on
the general wage determination, they may be required to pay the wage rate of that craft
or classification most clearly related to it as shown in the general determinations.
Selected contractor shall have the responsibility to comply with applicable provisions of
Section 1775.5 of the Labor Code for all apprentice occupations. In the event
Contractor willfully fails to comply with the applicable provisions of Section 1775.5,
Contractor shall forfeit as a civil penalty the sum of $50.00 for each calendar day of
non-compliance, which � money may be withheld be the City pursuant to the provisions
of Labor Code Section 1775.5.
10. Protest Procedures:
The Federal Transit Administration (FTA) requires that the following protest procedures
exist should any proposer find it necessary to protest selection of the Contractor:
A proposer wishing to file a protest with FTA should consult FTA Circular 4220.113 for
details on FTA's bid protest procedures. Circular 4220.113 reinforces FTA's policy of
limiting involvement in the affairs and activities of the City. The City is responsible for
the settlement of all contractual and administrative issues arising out of procurements
entered into in support of an FTA grant, and only in certain specific situations is it
appropriate for FTA officials to become involved in those situations or to substitute their
judgment for that of the City in the controversies.
FTA will only review protests regarding the alleged failure of the City to have written
protest procedures or alleged failure to follow such procedures. Alleged violations of a
specific federal requirement that provides an applicable complaint procedure shall be
submitted and processed in accordance with that federal regulation. Alleged violations
on other grounds are under the jurisdiction of the appropriate state or local
administrative or judicial authorities.
SPECIAL CONDITIONS (continued)
Circular 4220.16 is available for review at the City's Transportation Managers office.
A copy can be obtained from FTA at the following address:
Federal Transit Administration
Region IX
201 Mission Street, Suite 2210
San Francisco CA 94015
The City shall not be responsible for any protests not filed in a timely manner with FTA.
1.0 CITY OF LODI PROTEST PROCEDURES
General Conditions
The City's review of any protest will be limited to violations of state or local laws
or regulations, violations of the City's purchasing procedures, violations of the
City's protest procedures, or City's failure to review a complaint or protest.
Protests based on restrictive or severely defective specifications, or
improprieties in any type of solicitations that are apparent prior to bid opening or
closing date for proposals, must be received by the City within a reasonable
time in advance of schedulpd bid opening but no later than five (5) days after
receipt of the RFP or IFB by the proposer or bidder. All other protests must be
received by the City within five (5) days of the action on which the protest is
based.
The initial protest filed with the City shall be in writing and shall:
1. Include the name, address and telephone number of the protester, and
the name of a contact person.
2. Identify the number, date and description of the solicitation.
3. Contain a statement of the grounds for protest and any supporting
documentation. The grounds for the protest must be supported to the
fullest extent feasible. Additional materials in support of an initial protest
will be considered only if filed within the time limits specified.
4. Indicate the ruling or relief desired from the City.
A protest may be considered, even if the initial filing is late, under the following
circumstances:
1. Good cause based on compelling reasons which are beyond the
protesters control, whereby the lateness is due to the fault of the City in
the handling of the protest submission.
2. The City determines the protest raised significant issues to a
procurement practice or procedure.
3. The City is directed by FTA to either consider or reconsider a protest.
4. A court or competent jurisdiction requests, expects or otherwise
expresses interest in the City's decision.
SPECIAL CONDITIONS (continued)
No formal briefs or other technical forms of pleading or motion are required, but
a protest and other submissions should be concise, logically arranged, clear and
legible.
Any additional information requested or required by the City from the protester,
or interested parties shall be submitted as expeditiously as possible, but in no
case later than five (5) days after the receipt of such request unless specifically
excepted by the City.
CONFIDENTIALITY
Materials submitted by a protester will not be withheld from any interested party
outside of the City or from any Government agency which may be involved in
the protest, except to the extent that the withholding of information is permitted
or required by law or regulation. If the protester considers that the protest
contains proprietary materials which should be withheld, a statement advising of
this fact may be affixed to the front page of the protest document and the
alleged proprietary information must be so identified wherever it appears.
FURNISHING OF INFORMATION ON PROTESTS
The City shall, upon request, snake availabie to any interested party, information
bearing on the substance of the protest, including:
1. Any other documents that pertain to the protest, including
correspondence with the bidders, and
2. A statement by the City explaining its actions and the reasons for them.
A conference on the merits of the protest with members of the City's Protest
Review Panel (defined below) may be held at the request -Of the protester. The
request for a conference should be made in a timely manner so as not to
interfere with the resolution of the protest and not later that twenty (20) days
after the initial protest was filed. Such conference, if held, shall be held in the
City of Lodi, California.
WITHHOLDING OF AWARD
When a protest has been filed before the opening of bids, the City will not open
bids prior to the resolution of the protest. When a protest has been filed after
the opening of the bids but before the contract award, the City will not make an
award for five days following its decision on the protest. When a protest has
been filed after the award but prior to execution of the contract, the City will not
proceed with the execution of the contract prior to resolution of the protest.
Exceptions to the above may occur if the City determines that:
1. The items to be procured are urgently required, or
2. Delivery or performance will be unduly delayed by failure to either make
the award promptly or to continue with the procurement, or
10
SPECIAL CONDITIONS (continued)
3. Failure to make prompt award or to continue with the procurement will
otherwise cause undue hardship to the City or other local, state or
federal governments.
If FTA funds are involved, the City will notify FTA prior to making any award
based on the above exceptions.
PROTEST REVIEW - LEVEL ONE
Upon receipt of a protest, the Transportation Manager will appoint an ad hoc
Protest Review Panel to review all relevant materials associated with the
protest. The panel will be comprised of two representatives of the City
appointed by the Transportation Manager. The Panel shall determine the
validity of the protest and what actions will be taken.
The panel will be directed to prepare a report within fifteen (15) days. The
Panel will notify the protester and any interested parties of their findings and
actions and of the procedures for requesting reconsideration. The report shall
include the following as relevant:
1. Copies of all relevant docusa� Its
2. A copy of the Request for Proposals or Invitation for Bid, including
pertinent provisions of the specifications.
3. A copy of the abstract of bids.
PROTEST REVIEW - LEVEL TWO
Reconsideration of a decision by the City may be requested by the protester or
any interested party. The request for reconsideration shall contain a detailed
statement of the factual and legal grounds upon which reversal or modification
is deemed warranted, specifying any errors of law or fact made.
The request for reconsideration of the City Protest Review Panel's decision shall
be filed no later than ten (10) days after the Panel issues its written report, and
shall be filed with the Transportation Manager.
Upon receipt of the request for reconsideration, the City Manager shall schedule
an informal administrative hearing with the protester and the City Protest Review
Panel. The hearing shall be held not later than fifteen (15) days after the receipt
of the request for reconsideration. The Transportation Manager shall issue, in
writing, the City's final determination of the reconsidered protest within five (5)
days of the administrative hearing. The appellant process ends with the
Transportation Manager's decision; however, the aggrieved party has those
remedies afforded by the state courts.
The City may refuse to decide any protest where the matter involved is the
subject of litigation before a court of competent jurisdiction.
11
SPECIAL CONDITIONS (continued)
11. Changes:
The agreement shall not be assigned or transferred without the written consent of City.
No changes or variations of any kind are authorized without a written and signed
amendment to the agreement. The proposed work or services shall be diligently
prosecuted in accordance with the Project schedule negotiated by the Contractor and
Project Manager. The schedule may be subject to extensions or reductions as may
occur from time to time during the course of the Work which shall be effectuated by
change orders duly executed by the Project Manager.
12. Standard of Performance:
1.0 The selected contractor shall be required to unconditionally warrant that it shall
use sound and professional principles and practices in accordance with the highest
degree of skill and care as those observed by national firms of established good
reputation as well as the current normally accepted industry standards, in the
performance of services required herein. The performance of the contractor's
personnel shall also reflect their best professional knowledge, skill and judgment.
2.0 If any failure to meet the foregoing warranty appears during the term of the
agreement the City may terminate the agreement anu require reinibursement of all
expenses necessary to replace or restore such services.
13. Warranties/Guarantees
1.0 Seller warrants equipment to be free from defects in material and workmanship,
and that it will perform in accordance with the requirements of this Request for Proposal
and the proposal submitted by the offeror. In addition to any or all guarantees
mentioned elsewhere herein, or included in seller's proposal, the seller shall replace, at
no cost to the City, any equipment or components that contain defects due to faulty
material, workmanship or design, within a period of one year after the equipment has
been accepted by the City.
2.0 In the event of failure to obtain a Federal Communications Commission (FCC)
License to legally operate a HAIR system within the designated Lodi area, seller shall
remove equipment at no cost to the City, and shall reimburse the City for the full
amount of the contract.
14. Indemnitv
The selected contractor hereby agrees to protect, indemnify, defend and hold harmless
City, its officers, agents, and employees from any and all demands, claims or liability of
any nature, including wrongful death, caused by or arising out of the Consultant's, its
officers', agents' or employees' negligent acts, errors, or omissions, or willful
misconduct, or conduct for which the law may impose strict liability on the Proposer in
the performance or nonperformance of the agreement.
12
SPECIAL CONDITIONS (continued)
15. Interest of Proposer
At all times the contractor shall be deemed to be an independent contractor and the
proposer shall not be authorized to bind City to any contract or other obligation. Under
the agreement, the contractor shall certify that no one who has or will have any
financial interest under the agreement is an officer or employee of City.
16. Entire Agreement:
The agreement between City and the selected contractor will constitute the entire
agreement of the parties hereto, and will supersede any previous agreement or
understandings. The agreement may not be modified except in writing and executed by
both parties.
17. Governing Law:
The laws of the State of California shall govern this RFP process and the agreement.
All services provided to City shall comply with all policies, rules and regulations which
may be in effect during the term of the agreement, as well as all federal, California and
local statutes, ordinances, and regulations.
13