HomeMy WebLinkAbout2000-280of
I->
E-3
40
�4�-A4
_ !moiIW[�::Al�(YIONS 1�[Jr-J,1RN\ Xr1t0NAL9 k\\qC.
COMMUNICATIONS INTERNATIONAL INC.
RENEWAL OF CURRENT MAINTENANCE + CONTRACT
Indian River Board of County Commissjolters, Vero Beach, Fl
County Radio System Manager, Suzanne Runge
Dear County Radio System Manager, Suzanne Runge
As per Section 7 of the current 8011 MHz backbone maintenance contract, Communications full Inc.
would like to extend the current contract for the year beginning October 1,1999,
As referenced in Section 7 of contract Clk%i"I. contract extensions can be extended each year.
Increases are based on Consumer price index (Cpl) from May to May. Below is the CPI equation for the
next year extension.
1999 May
_Q1
166.2 1.020884 x $141,366.00 = S144,318.24
1998 May
CPI
162.8
2000 May -
-- P1
171,3 = 1.03(1686x$1.14,318.24=S148,746.84
1999 May
CPI
166.2
Rates for ser«ces provided by this contract such as i,nstadlations, removals and equipment inoditications
remain at the current pricing guidebries. Labor rates (demand services) Wive been increased to $65,00 per
hour.
If manufacturer pans become unavailable, items will be removed from contract by serial number.
Included are your current unit counts and serial numbers as shown in our records and the system Manager
database. If any changes are required please notify your Customer Service Manager at 1.898-275-4244 or
fax 561-567-2292.
Please sign and return tris forin no later than September 6, 2000 to extend your current maintenance
Contract Without interruption..
Interruptions occAtrring in continuing nwintentnce will result in equipment requiring bench evaluation
prior to being added to current contract.
Without notice of cancellation your contract will renew at rate and counts as included herein.
Thank you for allowing us to continue to provide your conrrnunic-Ations needs.
Sincerely, i
- Rate Angpos 55 1999 boon
]udy Landgrav -
Customer So 'cc gcr ""'' i
Communications 'd Inc. - Low
Accepted and approved, a a°"
i
Signed. gated 09-19-200{7 �rW
PriutedName. Fran ii: 'Adams Title: Chairman a.rr
4450 US highway 1 - Vern Beach, Florida 32967 • Telephone: (561) 569-5355 - [=ax: (561) 567-2297
of
e
Indian River County GPA Simulcast System
Maintenance Costs for Backbone
Effective October 1, 2000
South Site
15 Channels Mastr III Stations ($106.00 each) $1590.00
i Receiver Multicoupler with Tower Top Amp $ 100.00
I IEA Alarm System $ 50.00
1 Simulcast Common Transmit Equipment $ 210.00
2 Mastr III Mutual Aid Channels ($85.00 each) $ 170.00
1 Intraplex Multiplexer ($20.00 each) $$ 20.00
Total for Site per month $2,140.00
Simulcast Control Point
15 Channel Vertical GETC Control Point
with Vertical Digital Voter, Digital Dispatch
Interface, GPS Time Sync, Audio
Distribution Rack ($90.00 per channel) $1350,00
5 Intraplex Multiplexers ($20,00 each) $ 100.00
1 IEA Alarm System $ 50.00
l Test and Alignment Rack $ 200.00
1 Site Controller with Down Links $ 250.00
1 DC Power System $ 250.00
Total for Site per nmonth $2,200.00
North Site
15 Mastr III Stations ($106.00 each) $1590.00
1 Receiver Multicoupler with 'rower Top Amp $ 100.00
1 IEA Alarm System $ 50,00
1 Simulcast Common Transmit Equipment $ 210.00
2 Mastr III Mutual Aid Channels ($85.00 each) $ 170.00
2 Intraplex Multiplexer ($20.00 each) $ 40.00
1 DC Power Supply System $ 200.00
Total for Site per month $2,360.00
•o
Fellsmeare Site
5 Mastr III Stations ($106.00 each)
1 Site Controller with Downlinks
1 Test and Alarm Unit
I Receiver Multicoupler with Tower Tap Amp
I Intraplex Multiplexer
I DC Power Supply System
Total for Site per month
Dispatch Eg_txiument
9 Maestro NT Dispatch Consoles ($120.00 each)
1 1MC/CEC Switch
+ Jessica with Terminal
• DVIU
+ MOM System
• System Manager
• Remote System Manager x 2 ($65..each)
1 Netclock - GPS
6 Intraplex Multiplexers ($20.00 each)
5 Zetron Model 25 Encoders ($22.00 each)
5 Orion Remote Back-up Radios ($19.50 each)
Total for site per month
Hobart Site
15 Mastr III Back-up Stations ($33.00 each)
I Receiver Multicoupler with Tower Top Amp
I Intraplex MultipleAer
1 Med 4 Station
1 Med 8 Station
I VHF Intercity Station
1 VHF Mutual Aid Station
I V1ff County Paging System Station
I VHF EM/Fire Page Station
Total for Site per mouth
$ 530.00
$ 250.00
$ 30.00
$ 100.00
$ 20.00
$ 200:00
$1,130.00
$1080.00
$ 600.00
$ 300.00
$ 254.00
$ 80.00
$ 235.00
$ 130.00
$ 36.00
$ 120.00
$ 110.00
$ 97.50
$3,038.50
$ 495.00
$ 1.04.00
$ 20.00
$ 32.50
$ 32.50
$ 27.50
$ 27.50
$ '88.50
$ 88.50
$ 912.00
of
f
•
4D
Per Month Costs
South Tower Site
$
2,140.00
Control Point
$
2,200.00
North site
$
2,360.00
Fellsmere Site
$
1,130.00
Dispatch Equipment
$
3,038.50
Hobart Site
$
912.00
Monthly Total $
11,780.50
1999 CPI (1.020884)
1999 CFI Total $
12,026.52
Excluded Items
Batteries for DC Power 'Systems
Antennas and Coaxial Lines
Tower Labor
I..ighteniing and Acts of God
Fiber System
Tower Lighting
Yearly Total $ 141,366.00
1999 CPI Total $ 144,318.24
Monthly Total
1999 CPI {1.024884} $ 12,026.52
2000 CPI (1.030686) $ 12,395.57
Yearly Total
2000 CPI Total $ 148,746.84
4•
n
40
Indian River County
Maintenance Contract
iL
LO CATION INT'Ll.INC
4450 US Highway I
Vero Beach, BL 32967
561-569-5355 888 -Ask -401
Fax: 561-567-2292
(Local service center — 888-275-4244;
4D
II
io
0
OhMUNI ATION INT L, I +I✓
AGREEMENT
'Phis agreement made and entered into this I" day of October, 200 by and between Indian
River County Board Qf County Commissioners 'Vero Beach, Florida hereinafter referred
o as "County" and Communications Intern tional Inc. a Florida Corporation, lierginafter
referred to as_"_CII".
WITNESSETH
Whereas, The Con nty desires to contract with CII to provide maintenance and other services for
the communications systems throughout the County.
This contract supersedes any 1 all prior maintenance contracts between Conuttunications
International, Inc. and the County.
Whereas, the parties hereby desire to enter into this agreement to set forth, in writing, their
respective rights, duties and obligations hereunder.
Now, therefore, in consideration of the premises, mutual promises, and conditions contained
herein, it is mutually agreed between the parties as follows:
SECTION 1: TERMS:
This agreement shall commence on October 1, 2000, and terminate on September 30, 2001;
provided, however, that the terms of this agreement may be extended, on an annual basis, by
mutual agreement of the parties in writing, for a one (1) -year period. In the event that either
party desires to exercise this option to extend the agreement, one shall notify the other in writing
at least ninety (90) days prior to the date of termination of the terms then current.
2
of
i
40
40
Any extension of this agreement shall be under the same terms and conditions as the initial
agreement terms, compensation to CII shall be modified under the terms and procedures set
forth in attached "Exhibit A" Section VII; and which is incorporated herein by this reference.
SECTION 2: SCOPE OF SERVICE:
CII hereby agrees to perform all services identified in the "Exhibit A" as well as the optional
services as requested on "Exhibit B" and incorporated herein by this reference and to include all
backbone RF equipment listed. "Exhibit B" is to include a list from the customer of LID's and
serial numbers of equipment to be maintained.
SECTION 3: COMPENSATION:
In full consideration of the services rendered hereunder by CII, the County agrees to pay CII
those sums as set forth by "Exhibit B". Payment shall be made pursuant to the invoicing
provisions set forth in IX of"Exhibit A".
SECTION 4: INDEMNIFICATIONS-
C1I hereby agrees that it shall indemnify and save harmless the County from any and all
liability, claims, damages, expenses, including attorney's fees, proceedings, and causes of action
of every kind and nature, including losses incurred or suffered in consequences either of bodily
injury to any person or damage to any property, arising out of or connected with any act or
omission of CII, its agents, employees, or any of its subcontractors, in connection with or
pursuant to this agreement. CII further agrees that it shall, at its own expense, defend any and
all claims, suits, or proceedings, which may be brought against the County in connection with
CII. This includes, such acts or omissions of any of its employees, agents or subcontractors, and
shall satisfy, pay and discharge any and all judgments that may be entered against the County in
any such action or proceeding.
3
s!
40
CU
•
SECTIONS: INCORPORATION BY REFERENCE
All terms and provisions of "Exhibit A", "Exhibit B" and "`Exhibit. C"; et al not inconsistent with
the specific terms of provisions set forth herein, are hereby incorporated by this reference and
made part of this agreement.
SECTION 6: BACKGROUND INVESTIGATION:
Law Enforcement operations are particularly sensitive due to the nature of the work and require
special handling to ensure the security of information and safety of officers involved.
Consequently all CII employees, subcontractor employees or agents shall be expected to comply
with the following:
A) Employee shall be required to undergo a background investigation prior to
acceptance on the Project. The County may reserve the right to reject any employee
or Contractor agent if it is determined that the Contractor or any of its employees
have been convicted of a felony or misdemeanor involving "moral turpitude" or has
been released or discharged under, other than honorable conditions, from any of the
Armed Forces of the United States,
B) At the Contractor's expense, the fingerprints of the contractor and its employees
must be made available to the County during the term of this agreement.
C) Background investigations shall be conducted on an ongoing basis on the Contractor
and its employees who perform this Agreement.
SECTION 7: TERMINATION OF AGREEMENT:
Either party reserves the right to terminate the agreement for breach of contract. Contract may
be canceled with sixty (60) days written notice if documentation indicates failure to perform as
specified. Notice is to include specific violations and what attempts were made to correct the
violations.
4
40
SECTION S: LITIGATIQN:
Venue regarding litigation involving this agreement shall be in Indian River County, the and the
laws of Florida shall prevail in any contract interpretation.
SECTION 9: INSURANCE
CII will provide County with proof of insurance within 10 days of the date of contract signing.
EXHIBIT A
SPECIFICATIONS
I. SITE OF WORK:
Fixed equipment maintenance shall occur at the site of the equipment installation where located
in the Indian River County, Versa Beach, Florida. Mobile and portable equipment will be
repaired at the agreed upon repair facility.
II. SERVICE:
Service shall be defined as repairs to all equipment specified herein as a result of normal
operational failures.
The communications equipment covered by this contract will not be limited to any brand of
manufacturer's equipment. It shall cover full maintenance of all communications type
equipment identified herein that is owned and purchased and listed for maintenance coverage on
attached "Exhibit B".
CII shall not be liable for costs incurred for repair and/or replacement of equipment that
becomes inoperative due to negligence on the part of the user, liquid intrusion, lightning damage,
user installations, user removals, and/or acts of God. Any component parts replaced because of
abuse on the part of the user can be returned to the County for examinations.
Cil shall not be liable for costs incurred for correcting and/or repairing backbone damage and/or
data corruption caused by improper operations or failure of associated systems. Associated
systems are defined as any equipment used in the operations of the Radio System that is not
directly maintained by CIL
CII shall not be liable for costs incurred by maintenance that is being performed on associated
systems that cause damage and/or failure of backbone operations.
Cts
III. CONTRAC'T'OR FACILITES:
I
CII shall also maintain properly equipped mobile service units capable of diagnostics and
repairs. Maintenance and repair work from the mobile service units will normally be limited to
fixed equipment, but shall be capable of services to mobile units in field locations when deemed
necessary.
IV. ADDITION'S AND DELETIONS:
The quantity of units to be maintained/serviced may be added to or subtracted from the contract
while the contract is in force. New units purchased in any given budget year may be added to the
contract in the month following the expiration date of the manufacturer's warranty.
All units added to or removed from service in a particular month, will be added to or dropped
from charges to the user the following month. A letter of authorization will be required to add to
or delete from the "Exhibit B". All units are to be identified with LID#, serial number, and
property number.
V. INSTALLATION AND REMOVALS:
All installations and removals of equipment will be made in accordance with good engineering
practices, as specified by the original equipment manufacturer. All installations and removals
will be accomplished at CII provided facilities during normal business operating; hours.
Exceptions to aforementioned hours to installation or removal of fixed equipment, aircraft units,
disabled vehicles, or units deemed as special need by the County.
VI. COSTING AND HOURS OF SERVICE:
Maintenance pricing is to be based on:
A) Preventative maintenance/repair work to be accomplished during the hours of
8:00 a.m. to 5:00 p.m. Monday through Friday (excluding holidays). Repair or
maintenance may be accomplished at other times as deemed necessary by CII and
agreed to by the County.
7
00
40
AD
40
B) All fixed equipment considered to be necessary to maintain public safety and
listed on "Exhibit B" with twenty-four (24) hour coverage, will be maintained
twenty-four (24) hours a day, seven (7) days a week.
c) Repair work shall be performed as required and will take precedence over normal
equipment preventative maintenance (preventative maintenance on backbone site
excluded).
D) preventative maintenance and repair work will normally be accomplished at the
C11 facility, with the exception of fixed equipment, which will be
maintained/repaired at various locations throughout the County. Other exceptions
would be any user equipment on "Exhibit B" having on site maintenance/repair
included.
E) Demand services rates based on current contract terms are normal office hours,
Monday through Friday 8:04 a.m. to 5:00 p.m. $65.00 per hour (excluding
holidays). After hours and holidays $97.50 per hour. (Certain restrictions apply).
r) Repairs, installations, or removals on non-essential equipment performed after
normal operating hours to be billed at fixed hourly rates or quoted pre -negotiated
rates. All non-essential maintenance and repairs to be contingent on CII
scheduling and CII personnel availability.
G) Costs of preventative maintenance and repair work shall include all parts, labor,
and travel required. 'rhe following are not included as part of the
maintenance/service contract: antennas, tower work, coax, installations, removals,
or batteries.
8
of
ti
4D
40
13) Repair of a trouble condition that has been declared of a critical nature shall not
have work interrupted by the end of the designated business day of 5:00pm.
VII, CONTRACT EXTENSION OR CANCELATION:
This shall be a one (1) year contract with a four (4) year renewal option upon: mutual consent of
the County and CH in writing, ninety (90) days prior to each one (1) year expiration date. If no
documentation is received from the County prior to the renewal date, the contract will
automatically renew for the next one (1) year period. The basis for this extension will be the
consumer price index (CPI) for all urban consumers of the Bureau of Labor Statistics most
recent publication prior to contract renewal. The adjustment factor used to create price
adjustments up or down for each unit price proposed is as follows:
2000 May CPI 171.3 - 1,030685 x Totals
1999 May CPI 165.2
VIII. EMERGENCY SERVICES:
During a natural disaster, civil disturbance, or other county declared emergency, CII will be
required to respond within two (2) hours after notification (nature of emergency permitting) by
the Emergency Management Department and in accordance with ESF directives. Cost of service
will be at the fixed after hours rate.
IX. INVOICING:
CII invoices forwarded to the County Radio Manager will indicate a transaction number,
person -performing work, and summary of work performed. Invoices will indicate, (as available)
equipment types, serial numbers, property numbers, and all charges identified. Invoices shall be
submitted to the County Radio Manager in a timely basis for billable services and on a monthly
basis for the amounts listed on "Schedule B". The County shall submit payment within thirty
(30) days of receipt of invoices. Any disputed invoices shall be addressed in writing to CII
immediately upon receipt of invoice(s) in question.
Billing Contact Name: Gingi Manluna$_
9
40
X. DEFINITION €3F WORD:
CII shall repair, maintain, service, and perform preventative maintenance on all units as are
listed on the "Exhibit B" as necessary and required to meet requirements of the County and
factory specifications.
For those pieces of communications equipment necessary to support public safety and listed on
"Exhibit B" as being maintained twenty-four (24) hours a day, CII guarantees a two (2) hour
response time for covered equipment, from the time a request is received from authorized
personnel.
CH takes responsibility for diagnosing system problems and taking corrective action. CII will
be a "one call" point of contact to provide all services required to support the Town -wide RF
system.
CII will provide to the County Radio Manager a monthly report detailing repairs and
maintenance performed on the primary system equipment over the previous thirty- (30) days.
CII will also provide to the County a copy of the preventative maintenance schedule, which will
be performed on the primary system equipment.
Equipment not listed on "Exhibit B" can be maintained or repaired at the current demand service
rates as listed in VI: Costing and Hours of Service, paragraph E. Repairs not limited to
manufacturer or models. All demand services limited to parts availability and manufacturer
support.
E
!j
This agreement entered by the fvliowing representatives of each agency as stated:
Communications International, Inc,
St
natur
%�i .%i . 2'A 4 4 1.1L44ex L r
`I itle
// o- r1 Y L r -L, '
Printed Sign tune and Title
Date
Indian Diver County
Board of County Commissioners
a QL�
Signature
Chairman
Fran B. Adams, Chairman
Printed Signature and Title
September 19, 2000
Date BCC Approved
ATTEST:
CLERK CIRCUIT. COURT
By: r
-y
DATE: