HomeMy WebLinkAboutAgenda Report - November 3, 1993 (56)r OF
CITY OF L.ODi
COUNCIL COMMUNICATION
AGENDA TITLE: Radio Maintenance Specifications
MEETING DATE: November 3, 1993
PREPARED BY: Assistant City Manager
RECOHMENDED ACTION: That the City Council approve the attached
specifications for maintenance and repair services
for all City -owned radio communications equipment and
authorize the Purchasing Agent to request proposals
for such work on Tuesday, November 30, 1993.
BACKGROUND: Each City department is now contracting individually
for maintenance and repair services for radio
communications equipment. During discussions at the
Town Hall meetings regarding purchasing of radio
equipment for Dial -A -Ride, Council directed staff to
prepare bid specifications for radio maintenance.
In order to avoid re -inventing the wheel, we requested a copy of specifications
used by San Joaquin County for radio maintenance. This was modified to pertain
to the City of Lodi. A draft of that document was sent to Department Heads, to
McGee Communications, Motorola Communications and Frank Alegre for comment.
The comments of those firms and individuals were then incorporated into the
document before you.
One thing unique about these specifications is a pre-bid conference at which
time potential bidders may visit the site, ask questions relative to the
specifications, and clarify any ambiguities.
FUNDING: General Fund.
Respectfully submitted,
ry L. Glenn
sistant City Manager
JLG/vc
APPROVED _ �C J In
THOAAS A. PETERSON recycled paper
City Manager
JGRADI07/TXTA.OIV GC -1
RADIO MAINTENANCE SERVICE SECTION 1
AND REPAIR NOTICE INVITING BIDS
CITY OF LORI, CALIFORNIA
Sealed proposals will be received by the Purchasing Officer, Lodi City Hall,
221 W. Pine Street, Lodi, CA 95240 (P.O. Box 3006, Lodi, California
95241-1910), until 11:00 A.M. on Tuesday, November 30, 1993. At that
time, the proposals will be publicly opensd and read in the Public Works
Conference Room, First Floor, Lodi City Hall, for the following described
work.
The work consists of on-site maintenance and repair service, provided under
terms of maintenance service agreement, for all City of Lodi radio communi-
cations equipment located in various City facilities, including mobile and
portable units.
Each bid shall be in accordance with this notice and specifications on file
with and available from the Purchasing Officer, City of Lodi, telephone
(209) 333-6777. No bid will be considered unless it is submitted on a
proposal form furnished by the City of Lodi.
A pre-bid conference will be held on Monday, November 15, 1993, at 2:00 P.M.
in the Administration Conference Room, Second Floor, City Hall, 221 West Pine
Street, Lodi, CA. All persons or representatives of companies intending to
submit a proposal in response to this invitation to bid should attend.
The City of Lodi hereby notifies all bidders that it will affirmatively
insure that in any contract entered into pursuant to this advertisement,
minority business enterprises will be afforded full opportunity to submit
bids in response to this invitation and will not be discriminated against on
the grounds of race, color, sex or national origin in consideration for an
award.
The City of Lodi reserves the right to reject any or all bids and to waive
any informality in the completion of such forms, and to award to the lowest
responsible bidder.
Reference is hereby made to said specifications for further details, which
specifications and this notice shall be considered part of any contract made
pursuant thereto.
Joel E. Harris
Purchasing Officer
City of Lodi
1-1
RADIO MAINTENANCE SERVICE
AND REPAIR
GENERAL REQUIREMENTS
SECTION 2
INFORMATION TO BIDDERS
A. It is the responsibility or each person or company submitting
a bid to be fully informed as to the requirements and speci-
fications contained in and made a part of this invitation to
bid.
B. A pre-bid conference will be held on Monday, November 15,
1993, at 2:00 o'clock P.M., in the Administration Conference
Room, Second Floor, City Hall, 221 West Pine Street, Lodi, CA.
All persons or representatives of companies planning to submit
a proposal in response to this invitation to bid should be in
attendance.
BID OPENING
A. The Purchasing Officer will receive sealed bids in his office,
City Hail, 221 West Pine Street, Lodi, California 95240 (P.O.
Box 3006, Lodi, California 95241-1910) until
11:00 a.m., Tuesday, November 30, 1993.
At that time, in the Public Works Conference Room, First
Floor, City Hall, 221 West Pine Street, Lodi, California,
bids will be publicly opened and read. Bidders or their
authorized representatives are invited to be present.
PROPOSAL FORM
A. Prospective bidders are furnished with one proposal form in-
cluded with the specifications.
B. The proposal must be signed with the full name and address of
the bidder, by an authorized representative of the company.
C. The proposal shall be submitted as directed in the "Notice
Inviting Bids" under sealed cover plainly marked
Proposal - Radio Maintenance
Bid Opening November 30, 1993
Pr000sals which are not properly marked may be disregarded.
2-1
EVALUATION OF BIDS
Bids submitted by qualified bidders will be evaluated on the basis
of proposed total price for performance of the required radio
maintenance service and repair. To qualify for evaluation, bidders
must meet criteria indicated in "Specifications for Radio Mainte-
nance Service and Repair", including, but not limited to Paragraphs
"A" and "B" of Page 1 of the "Specifications" enclosed herewith
and made part of this bid.
ACCEPTANCE OR REJECTION OF PROPOSALS
A. The purchaser reserves the right to accept other than the
lowest bid or to reject any or all bids.
B. Bids may be rejected if they show any alteration of proposal
form, additions not called for, or alternative bids not prop-
erly documented. Erasures or irregularities of any kind may
also be cause for rejection.
AWARD OF BID
A. The award of the bid, if it be awarded, will be to the lowest
responsible bidder whose bid proposal complies with all the
requirements herein described.
B. Where alternative bids are received, the City Council reserves
the right to select the bid most advantageous to the City.
The award, if made, will be made within sixty days after
opening of the bids.
C. In case of tie bids, the tie will be resolved by a coin toss,
conducted by the City Purchasing Officer. Tie bidders will be
notified and may be present.
PRICES
All quoted prices shall be current and shall be held firm for at
least sixty days after date of bid opening. If awarded the bid,
bidder agrees to hold quoted prices firm for the term of the agree-
ment.
2-2
INVOICES
Im
Invoicing procedure shall be determined as specified in Section 4,
Specifications, Page 4-9, Paragraph II, Invoicing Procedure,
attached hereto.
PAYMENTS
Full payment by the purchaser shall not release service provider
of the responsibility to fully carry out all obligations of this
bid, nor be construed by provider as acceptance of the service
hereunder by the City of Lodi.
PURCHASES
This transaction will be covered by City of Lodi purchase order,
and all terms included in Notice to Bidders, Information to
Bidders, Proposal and Specifications shall be binding.
WARRANTIES
Bidder guarantees that all repair parts and replacement equipment
used in performance of work described herein shall be free from de-
fects in material and workmanship, shall have been manufactured in
a good workmanlike manner using high quality materials in conform-
ity with the best standard manufacturing practices, and shall
fully conform to original equipment manufacturer's specifications.
2-3
ft
RADIO MAINTENANCE SERVICE
AND REPAIR
CITY OF LODI, CALIFORNIA
From: (Name of Bidder)
To the Lodi City Council
Lodi City Hall
221 west Pine Street (95240)
P.O. Box 3006
Lodi, CA 95241-1910
SECTION 3
BID PROPOSAL
The undersigned, as bidder, declares to have carefully examined the Notice
Inviting Bids, Information to Bidders, Specifications for Radio Maintenance
Service and Repair, and Schedule of Equipment, and by thorough examination
thereof and by virtue of attendance at pre-bid conference held at 2:00 p.m.
on Monday, November 15, 1993, fully understands the requirements of this bid
and of the work required for the satisfactory performance of the City's
Radio Maintenance Service and Repair program, and submits this schedule of
,,.ices for the items of the bid.
If awarded the bid, the undersigned agrees to furnish all labor, material
and equipment necessary to satisfactorily perform said work for this project,
excepting those items supplied by the City of Lodi, in strict accordance with
the Specifications, end will receive in payments therefor the following
monthly unit and total prices, to wit:
3-1
RADIO MAINTENANCE SERVICE
AND REPAIR
BID PROPOSAL
PAGE 2
SUBTOTAL, PAGE 3-2 . . . $
(PLEASE CARRY THIS SUBTOTAL TO TOP OF PAGE 3-3)
3-2
PROPOSAL
BID
MONTHLY
SERVICE AMOUNT
ITEM
QUANTITY
EQUIPMENT DESCRIPTION
PER UNIT
EXTENSION
----
I
--------
1
-------------------------------
MICOR BASE STATION
--------
$
---------
$
1
C54RCB REPEATER
$
$
3
1
C55RCB6105T REPEATER
$
S
4
2
CENTRACOM CONSOLE
$
$
5
1
COMPARATOR
S
$-
6
1
D35MQA5GB4
$
$
7
8
D44KXA MOBILE
$
$
8
2
DESK SET (PUBLIC WORKS)
$
$
9
8
DESK SET L1236
$
$
10
1
DESK SET LTC 1 SERIES
$
$
11
1
DESKTRAC CONTROL SYSTEM
$
$
12
2
E08ENC ENCODER
$
$
13
2
FARADAY INTERCOM
$
$
14
30
FED/WTS/UNITROL
$
$
15
6
H25JBF51B2AN
$
S
16
12
H44SAJ SABER PORTABLE
$
E
17
20
H44SSU PORTABLE
$
$
18
5
HT 440 PORTABLE
$
$
19
2
HT 50 PORTABLE
$
;
20
11
HT 600 PORTABLE
$
3
21
8
HT 10 PORTABLE
$
$
22
3
HT 1000 PORTABLE
$
$
23
3
MAXAR MOBILE
$
24
1
MAXAR 80 MOBILE
$
$
25
2
MAXTRAC 300 BASE
$
$-
26
25
MAXTRAC 300 MOBILE
$
$
21
13
MAXTRAC 800 MOBILE
$
$
28
3
MBM34SSA MOBILE
$
$
29
61
MINITOR PAGER
$
S
30
2
MITREK MOBILE
$
$
SUBTOTAL, PAGE 3-2 . . . $
(PLEASE CARRY THIS SUBTOTAL TO TOP OF PAGE 3-3)
3-2
RADIO MAINTENANCE
SERVICE
BID PROPOSAL
AND
REPAIR
PAGE 3
SUBTOTAL FROM PAGE 3-2 . . . . . .
. . . . $
31
4
MOSTAR CONTROL
S $
32
40
MOSTAR MOBILE
$ $
33
16
MT1000 PORTABLE
$ $
34
1
MTX PORTABLE
$ $
35
3
MVA CONVERTACOM
$ $-
36
1
MX300 CONSOLE
$ $
37
1
N1352 CONVERTACOM
$ $
38'
2
RADIUS M100 MOBILE
$ $
39
1
MOTOROLA REPEATER (ELECTRIC UTIL)
$ $-
40
1
SABER 1 PORTABLE
$ $
41
11
SPECTRA MOBILE
$ $
42
1
GE STANDBY BASE RA10401
$ $
43
14
STX PORTABLE
$ $
44
2
SYNTOR X CONTROL
$ $
45
6
SYNTOR X MOBILE
$ $
46
28
T44SRA MOBILE
$ $
47
2
T44SRA WITH SIREN
$ $
48
2
V90123A CCTV CAMERA
$ $
49
1
VOICE REPORTER
$ $
50
3
VOTING RECEIVER MODEL CO3RTB31088
_
$ $
51
1
XM288HB MONITOR
$ $
TOTAL MONTHLY CHARGES . . . . . . . . . . . S
APPROXIMATE DOLLAR VALUE OF MOTOROLA REPAIR PARTS ON HAND
AS OF DECEMBER 31, 1993 (AS REQUESTED BY SECTION 4,
"SPECIFICATIONS", PAGE 4-10, PARAGRAPH C-2) . . . $
3-3
RADIO MAINTENANCE SERVICE
AND REPAIR
BID PROPOSAL
PAGE 4
The undersigned has checked carefully all the above figures and under-
stands that the City and its officers and employees will not be respon-
sible for any errors or omissions on the part of the undersigned in
completing this bid.
In any case where discrepancy in extensions may occur, the Bidder agrees
that the unit price shall be taken as the correct figure.
The undersigned, as bidder, hereby declares that the•only persons or
firms interested in the proposal as principal or principals is or are
named herein and that no other persons or firms than herein mentioned
have any interest in this proposal, that this proposal is made without
connection with any other person, company or parties making a bid or
proposal; and that it is in all respects fair and in good faith, without
collusion or fraud.
This bid may be withdrawn by the written request of an authorized
representative of the bidding company at any time prior to the scheduled
time for the opening of bids or prior to any authorized postponement
thereof.
The undersigned hereby designates as the office to which such notice of
acceptance may be mailed or delivered:
Name of Company
Address
City, State, Zip
Authorized Signature
Name
Title
Telephone No.
FAX Number
Dated
3-4
RADIO MAINTENANCE SERVICE SECTION4
AND REPAIR SPECIFICATIONS
I. SPECIFICATIONS_FOR _RADIO MAINTENANCE SERVICE AND REPAIR
The maintenance service will include on-site maintenance for all City of Lodi radio
communications equipment. The on-site maintenance will be provided at each radio
communication site and all City facilities.
A. Contractor must show proof of acceptance by governmental entities in performing radio
maintenance by:
1. Having been actively engaged in the installation, maintenance and repair of mobile
radio equipment in the past five years;
2. Currently servicing and maintaining at least 25 base and 300 mobile radio and/or
portable radios.
B. Contractor shall have enough technicians in permanent employment to insure that
sufficient technicians are available to fulfill the requirements of these specifications and
to provide additional manpower, as required, to meet emergency maintenance require-
ments and equipment installations.
C. Contractor shall furnish all services, parts, material and labor to repair equipment which
has become defective through normal wear and usage. The equipment maintained will
include that supplied by manufacturers such as Motorola and General Electric. A list of
equipment presently on hand is shown in Exhibit A.
4-1
Contractor will provide an all-inclusive maintenance service for all radio equipment for
all City departments. Duplexer, combiners, isolators, and circulators are included in base
station maintenance rates at no additional charge. Battery and antenna replacement is
included. Parts and materials used shall be in accordance with equipment manufacturer's
recommendations and approved by the City.
D. Contractor shall have the right to subcontract in whole or in Fart the work called for
under this bid subject to the following conditions:
1. Contractor shall not be relieved of any liability and shall be fully responsible for
the performance of any and all subcontractors.
2. Contractor shall notify the City of all subcontractors and they may not be changed
without prior authorization of the City.
E. Removal and reinstallation of existing equipment will be included in this contract. New
equipment purchased will be installed at an additional charge to the City. Installation of
new systems will be at additional charge to the City and will be negotiated or bid with
the new system purchase.
F. Services shall be in accordance with manufacturer's standard commercial practices, and
will he performed at a location agreeable to the City of Lodi.
4-2
G. Maintenance does not include the repair or replacement of equipment which has otherwise
become defective, including, but not limited to major damage caused by accidents,
physical abuse or misuse of the equipment, civil insurrection, fire, floods, epidemic,
quarantine restrictions, strikes, embargoes, unusually severe weather conditions and acts
of God. Minor breakage or damage is included in this contract.
In any case, the damage must be beyond the control and without fault or negligence of
the Contractor.
H. All equipment shall be maintained at no less than equal to the maintenance specifications
recommended by the manufacturer for the items on the equipment schedule. Technical
information on hand in the City pertaining to the items on the equipment schedule shall
be made available to the Contractor. This information shall remain the property of the
City and shall be returned at the termination of the contract.
1. Technical information, including programming software, required in addition to that
supplied by the City shall be obtained by the Contractor. Such additional information
obtained shall be turned over to the City at the termination of the contract. The City will
purchase the manuals obtained by the Contractor when the contract is terminated. The
City's purchase price for the manuals shall be one-half the price paid for them by the
Contractor. If the Contractor cannot furnish proof of the purchase price, the price of each
manual shall be deemed to be five dollars.
4-3
J. The Contractor shall furnish the City a maintenance schedule for each item on the
equipment schedule comprising the following:
Proposed preventative maintenance, equipment down -times, number of personnel involved
in providing service, and estimated man-hours required. The schedule shall be submitted
within 90 days of contract execution.
K. The City of Lodi reserves the right to add, delete, or change equipment on the equipment
schedule as required and directed by the City's designated representative(s). Additions
or deletions may be single items or include complete facilities. For additions or changes,
the monthly cost of maintenance shall be determined on the same basis as the prices
currently in effect for existing items. Such additions, deletions or changes, shall become
effective immediately for service but charges shall coincide with the beginning of the next
billing period.
Further, at the beginning of each period beginning with Period Two, equipment deletions
from the pre:eding year shall be removed from the equipment schedules. If the City
removes a major system, that system will be removed at the beginning of the first month
following the removal.
L. All maintenance performed according to the approved schedule shall exclude the cost of
expendable supplies such as paper, cards, ribbons, etc., which shall be furnished by the
City. The Contractor shall maintain a stock of service parts and components in an
adequate amount to insure prompt maintenance and repair. The cost of the inventory of
spare parts shall be the Contractor's responsibility.
4-4
M. All parts and sub -assemblies proposed to be replaced by the Contractor shall be replaced
as recommended by the manufacturer of the equipment; however, substitutions may be
proposed by the Contractor and shall be subject to approval by the City's designated
representative(s). Iten>.c proposed for substitution shall be reviewed by the City's
representative(s) for compliance with manufacturer's specifications and field performance
standards.
N. It is expected that all equipment will be available for maintenance Monday through
Friday, 8:00 a.m. to 5:00 p.m., excluding City holidays. Equipment removed from
service for routine maintenance and found to require unusual down-time or extensive
repair shall be reported immediately to the department's designated representative(s).
O. The Contractor shall report equipment shoving excessive periods of down-time, excessive
preventative maintenance and high malfunction ratios. The City's representative shall
evaluate the information submitted and determine whether or not the equipment shall be
replaced at City's expense or continued to be maintained at the Contractor's expense.
P. Contractor shall, at its sole cost and expense, furnish all facilities and equipment which
may be required for furnishing services pursuant to this bid. Contractor's work within
City facilities shall be confined to the area occupied by the operating equipment during
its normal use, except as authorized by the City's designated representative(s).
4-5
r
Q. EMERGENCY SERVICE
In addition to regularly scheduled preventative maintenance or otter routine maintenance
necessary to comply with provisions of this contract, the Contractor shall provide
emergency service three hundred sixty-five (365) days per year, twenty-four (24) hours
pe; day as follows:
1) One service techniciar shall be made available for emergency service at any time
during the contract period and shall respond as directed by the department's
designated reprmntative(s).
2) Should an emergency occur during normal working hours, the Contractor's
technicians shall be directed by the City's designated representative under priority
or requirements as determined by him/her, to service or repair such equipment
required for emergency situations and/or normal operations.
3) An alternate technician shall be named in case the "on-call" technician is not
available.
4) The means of contracting the emergency service technician shall be designated
by the Contractor (e.g., telephone, radio, etc.).
Base stations, repeaters, Communications Center equipment, and Police and Fire vehicles
require 24 hour emergency service.
R. The maintenance and repair service is intended to be a comprehensive service that
includes all parts and labor and will eliminate extra charges for minor breakage and
damage. Howe•;er, major repairs to equipment necessitated by operator misuse,
intentional damage by other than successful bidder's personnel or damage caused by
4-6
actions beyond the control of the Contractor or City, shall be repaired when authorized
by the City's designated representative(s). Work performed shall be in accordance with
the preceding section concerning reporting work performed. The cost of the parts and
labor shall be extra and shall be according to the rate schedule submitted by the successful
bidder.
S. Such equipment repair shall be invoiced separately from the equipment service and repairs
conducted as regularly scheduled maintenance.
T. Modification of equipment shall not be made by the Contractor unless specifically
approved by the City's designated representative(s).
U. It shall be the responsibility of the Contractor to Amply with all agency requirements for
licensing and permits required for the legal operation of the City's systems. Prior to the
execution of any contract, the successful bidder shall possess valid licenses and permits.
Any applications required to maintain valid licenses and permits now or in the future shall
be the responsibility of the Contractor.
V. The Contractor shall assign a contract representative to coordinate the performance of the
contract with the City's representative(s). The City's designated representative(s) shall
be responsible for scheduling, installations, modifications, equipment rernovals and
requests for service concerning all items of the City system,. Information required by the
Contractor's contract representative concerning service or scheduling shall be directed
only to the City's designated representative(s).
4-7
W. Any requests for service received by the Contractor's contract representative from
other than the City's designated representative shall immediately be referred to the City's
designated representative who shall approve or obtain approval for the request prior to
authorizing the Contractor to perform the work requested.
X. Each item of equipment listed on the equipment schedule which is installed, removed.
repaired, relocated or serviced in any way shall be recorded on a service order. Each
service order shall provide the following:
1) Vehicle number, equipment location, or ID number
2) Type of equipment
3) Model number
4) Serial number
5) Date of service
6) Complete description of work performed, including time required, parts used and
cost.
Y. The original service order form providing full detail of work performed that is to be
retained by the City in an FCC Me will not be forwarded to the City, but will be retained
by the Contractor at its service center. The original service order, or copy, will be made
available for City review on request.
Z. Any work performed as a requirement of any City activity shall be so noted in the service
report.
4-8
AA. Training of the Contractor's personnel shall be the Contractor's responsibility and shall
be additionally provided as required by the 'systems" demands. The City shall provide
information to the Contractor about planned modifications, improvements, or additions
to the 'systems" which would require additional Contractor training effort.
II. INVOICING PROCEDURE
The invoicing procedure to be used by the Contractor shall be submitted to the City's Finance
Director for review and approval at least 10 days from the award of the contract. Invoices will
be submitted in duplicate.
III. RESPONSE / REPAIR TIME
Upon receipt of notice of outage or malfunction, the Contractor shall initiate repairs or
adjustments as required to place the equipment in normal working condition. Response time is
defined as the allotted time from receipt of trouble call to arrival at equipment site by authorized
service personnel. The following response time will apply on occasion of interruption or
interference preventing the use of or transmission through the equipment maintained.
A. Twenty-four (24) hour cove. • c,% one-hour response, will be provided on base stations,
repeater, dispatch consoles, key command vehicles, and police and fire vehicles, 365 days
per year.
4-9
B. The remaining equipment will be covered on a normal five day (Monday through Friday),
40 hour work week. Response will be within four hours.
C. Contractor must have continued access to exact replacement parts for the communications
equipment to be maintained.
1) The Contractor shall have in stock the majority of necessary parts at all times to
prevent unnecessary delay in the repair of equipment due to lack of parts.
2) An approximate dollar value of Motorola repair parts to be on hand at time of
award must be submitted as part of the bid.
3) Down-time of more than five (5) days for parts is unacceptable and may b^ cause
for cancellation of contract.
4-10
IV. MAINTENANCE STANDARDS
A. All equipment shall be maintained to manufacturer's specifications.
B. Exact manufacturer's replacement parts shall be used in the repair of radio equipment to
the maximum extent practical. When other than manufacturer's parts are used, they shall
be of equal quality and technical ratings.
C. Preventative maintenance shall be performed annually on non -fixed equipment (mobiles
and portables), and semi-annually on fixed equipment, and shall include as a minimum
the following:
1) Physical inspection of equipment, housing, antennas, control heads, microphones,
and cables. Adjustments or corrections shall be made as required.
2) Any oil, water, dust and foreign substances shall be removed from the equipment.
3) Measurement of transmit power output and adjustment to rated output as
necessary.
4) Measurement of the reflected power of the transmitter antenna system and any
required correction or recommendation for necessary work.
5) Measurement and any necessary adjustment of frequency and modulation, as often
as required by the FCC.
b) Measurement and any necessary adjustment of receiver sensitivity.
7) Measurement and any necessary adjustment of CTCSS system.
8) Any other corrective action necessary to bring equipment to manufacturer's
specifications.
4-11
D. Fixed station antennas and transmission lines shall be maintained as necessary, upon the
approval of the City's designated representative. The cost for replacement parts and
material shall be paid by the Contractor.
E. Power output of all transmitters shall be maintained within 10% of the Manufacturer's
Rated Output Power unless otherwise directed by the City of Lodi or restricted by the
Federal Communications Commission.
V. INSTALLATION STANDARDS
A. Housings shall be securely mounted in such a manner as to prevent the equipment from
coming loose due to vibration.
B. All cables shall be neatly arranged and taped or tied, where necessary, and positioned in
a manner to protect them from damage.
C. The antenna system shall be properly matched and tuned to provide optimum power
output from the antenna.
D. The finishcd installation shall be checked physically and technically and all corrective
work shall be done at the Contractor's sole expense.
E. The City of Lodi shall give Contractor or its subcontractors at least two days' notice when
requesting installation work unless emergency conditions, e.g., a vehicle accident, exist.
4-1?
F. Inasmuch as system integrity is vital in a complex communication system, the City
reserves the right to assess the qualifications of persons called upon to perform installation
work on equipment included in this contract.
VI. PROGRAMMING
A. Reprogramming of equipment shall be part of the services provided such as adding a new
frequency to all units, or modifying quick -call capabilities.
B. The programming costs for new communications equipment is not included in this
contract. These charges will be included as time and material.
i r u UMAj
Contractor will have under its employ and will provide the following system support personnel
and services on a no -charge basis:
A. Field Technical Representative: FTR responsibility shall include providing technical
assistance to local technicians assigned to the service of the equipment under this contract
for system support.
B. Engineering Services: In cases of system coverage, multi -system frequency compatibility,
system expansion, or new system requirements, systems engineer assistance shall be
provided.
4-13
C. in case of interference and where a spectropurity analysis is required, Contractor will
have available test equipment necessary to make this test and will make recommendations
for resolution.
D. As required, Contractor will assist the City of Lodi in securing new FCC licenses.
E. Contractor agrees to provide an 'SOS' parts requirement procedure which provides an
expedient response to repair action request on high priority and/or critical communication
equipment covered by this proposal.
F. Contractor shall work with telephone company personnel Lo identify location of any
malfunctions of leased lines. Malfunctions in the radio system shall be repaired by the
Radio Maintenance Contractor.
G. Contractor shall work with other equipment maintenance contractors who are under
contract with the City for maintenance of equipment which is interconnected, interfaced,
or associated with the City's radio systems. Some examples of such contractors would
be computer maintenance, recorder maintenance, alarm maintenance, etc.
4-14
c
SCHEDULE OF EOUIPMENI
October 26, 1993
EQUIPMENT
VESM191UN ELECTRIC
PUB.WRKS.
POLICE
FIRE
PARKS/HUTCH.ST.
DIAL -A -RIDE
MICOR BASE STATION
1
C54RCO REPEATER
1
C55RCB6105TREPEATER
1
CENTRACOM CONSOLE
2
COMPARATOR
1
........................................................................................................................................................................................................
D3SMQASGB4
1
D44KX.6. MOBILE
S
DESK SET (PUBLIC WORKS)
2
DESK SET L1236
8
DESK SET LTC 1 SERIES
1
................................................................................................................................................................................................................
DESKTRAC CONTROL SYSTEM
1
EDSENC ENCODER
2
FARADAY INTERCOM
2
FED/V rS/UNnROL
30
H25JBFS I B2AN
6
................................................................................................................................................................................................................
H44SAJ SABER PORTABLE
12
H44SSU PORTABLE
20
HT 440 PORTABLE S
HT 30 PORTABLE
2
HT 600 PORTABLE 2
2
4
3
................................................................................................................................................................................................................
HT 10 PORTABLE
4 4
HT 1000 PORTABLE 3
MAXAR MOBILE 3
MAXAR 80 MOBILE
1
MAXTRAC 300 BASE 2
.................................................................................................................................................................................................................
MAXTRAC 300 MOBILE 23
2
MAXTRAC SW MOBILE
13
MEM34SSA MOBILE
3
MINTTOR PAGER 7
54
MI TREK MOBILE 2
.............................................................................
MOSTAR CONTROL
........ .....................
3
......................................................................................................
1
MOSTAR MOBILE
40
MT1000 PORTABLE
IS
I
MTX PORTABLE
1
MVA CONVERTACOM
3
.................................................................................................._....._.....................................................................................................
MX300 CONSOLE
1
N1352 CONVERTACOM
1
RADIUS M100 MOBILE
2
MOTOROLA REPEATER i
SABER 1 PORTABLE
i
..............................................................................................................................................................................................................
SPECTRA MOBILE
1
10
..
GE STANDBY BASE RA 10401
1
STX PORTABLE
14
SYNTOR X CONTROL
2
SYNTOR X MOBILE
6
................................................................................................................................................................................................................
T44SRA MOBILE
26
T44SRA W/ SIREN
2
V90123A CCTV CAMERA
2
VOICE REPORTER 1
VOTING RECEIVER CO3RTR3108B
3
XM28SHB MONITOR
EXHIBIT A