Loading...
HomeMy Public PortalAboutORD15409 BILL NO. 2015-17 SPONSORED BY COUNCILMAN Mihalevich ORDINANCE NO. is--4-09 AN ORDINANCE OF THE CITY OF JEFFERSON, MISSOURI, AUTHORIZING THE MAYOR AND CITY CLERK TO EXECUTE A $297,488.00 AGREEMENT WITH ALEXANDER OPEN SYSTEM (AOS) FOR THE 911 CENTER TELEPHONE UPGRADE PROJECT. WHEREAS, Alexander Open System (AOS) has been selected as the firm best qualified to provide professional services related to the 911 Center Telephone Upgrade project. NOW, THEREFORE, BE IT ENACTED BY THE COUNCIL OF THE CITY OF JEFFERSON, MISSOURI, AS FOLLOWS: Section 1. Alexander Open System (AOS) is hereby approved as the best qualified firm to provide professional services and its proposal is hereby accepted. Funding for this proposal will come from Sales Tax "F" account number 44-990-575014. Section 2. The Mayor and City Clerk are hereby authorized to execute an agreement with Alexander Open System (AOS) for the 911 Center Telephone Upgrade project. Section 3. The agreement shall be substantially the same in form and content as the agreement attached hereto as Exhibit A. Section 4. This Ordinance shall be in full force and effect from and after the date of its passage and approval. Passed: G'1 � � C9-617/� Approved: )-Dl5- OthAti iiiven- 04m,„: —r-:mfr,,,, Presiding Officer. Mayor Carrie Tergin ATTEST--_ - APPROVED AS TO FORM: ii,447 ,yr,, _ ti":442-.-vt/D•.„2;11,-_. ity Clerk;._ City Counselor FINANCE DEPARTMENT PURCHASING DIVISION SUBJECT: Proposal 2779 —911 Center Telephone Upgrade Police Department, Received March 17, 2015 RECOMMENDATION: Staff recommends award of a contract to Alexander Open System (AOS) of Overland Park, Kansas in the amount of$297,488.00 for the purchase of the Guardian NG 9-1-1 Controller and $23,198.93 for maintenance of the system for four additional one year periods. The total cost of the purchase and maintenance for five years is $413,482.65. PROPOSALS RECEIVED: Alexander Open Systems (AOS), Overland Park, KS Modular Communications Systems (ModUcom), North Hollywood, CA A&W Communications, Eolia, MO Intrado Systems Corp., Longmont, CO AT&T, Bedminster, NJ* Embarq Missouri, Inc.. Wentzville, MO* BusCom Inc., St. Louis, MO (recorder only)* *incomplete response FISCAL NOTE: 44-990-575014 - Phone & Radio Upgrades (Sales Tax F) 2014-2015 Budget $400,000.00 Expenses -0- Encumbered -0- Proposal 2779 $297,488.00 Balance $102,512.00 Funds for expenses in subsequent years will be requested in the appropriate budgets. PAST PERFORMANCE: The City has awarded to this firm in the past and the firm has provided the items as specified. Staff feels the firm Will provide the services as specified and offered. • ATTACHMENTS - SUPPORTING DOCUMENTATION J7` �r1 Signature 2(4?.dl /� ,'�(1C r,'�LII'L/�,lld1.� Purchasi ent Chief I Police i S Director, Finance and Information Systems Technology sm+an= 311u Jefferson City Police Department _ • sr to• jrna^lr . Memorandum �rvnssouai noucecs TO: Terry Stephenson FROM: Chief Roger Schroeder SUBJECT: Purchase of 911 Center Phone Upgrade equipment and software DATE: 6-8-2015 After receiving and conducting a comparative analysis of all proposals submitted in response to RFP 2779- 911 Center Telephone Upgrade, the selection committee recommends the purchase of the Solacom Guardian NG 9-1-1 Controller, provided by Alexander Open Systems (AOS). The purchase price for this upgrade is as follows: Year 1: $297,488.00 (Sales Tax F) account code 44-990-575014. Year 2: $ 23,198.93 (General Fund Operating Budget) account code 10-390-547020. Year 3: $ 23,198.93 (General Fund Operating Budget) account code 10-390-547020. Year 4: $ 23,198.93 (General Fund Operating Budget) account code 10-390-547020. Year 5: $ 23,198.93 (General Fund Operating Budget) account code 10-3905-47020. Year 6: $ 23,198.93 (General Fund Operating Budget) account code 10-3905-47020. JCPD Form 206-3 Intra-Office Memorandum RFP 2779 -9-1-1 Center Telephone Upgrade Received - March 17, 2015 Department- Police Alexander Office A & W Intrado Systems a Systems ModUCom Communications Corp At &T Embarq Missouri Evaluation Average Scores Q Overland Park, KS N. Hollywood CA Eolia, MO Longmont, CO Bedminster, NJ Wentzville, MO Responssiveness of the written proposal 5 3.75 3.50 3.00 3.00 3.00 3.00 Vendor's satisfaction of the functional requirements 15 14.25 10.75 8.25 11.00 6.50 5.50 Vendor history/experience 10 8.50 8.25 6.25 8.00 9.25 8.25 Account/project management • services and Support Services 15 14.50 13.25 10.25 9.25 9.75 9.75 Warranty 10 9.50 8.75 5.75 5.00 0.25 0.25 Cost 45 36.04 39.34 45.00 26.46 25.72 26.42 Total Evaluation Points 100 86.54 83.84 78.50 62.71 54.47 53.17 Initial Five Year Cost $489,034.42 $448,099.53 $391,740.67 $666,267.34 $685,247.52 $667,015.87 Negotiated final cost 6 years $413,482.65 (purchase and five yrs maint.) CITY OF JEFFERSON CONTRACT FOR 9-1-1 CENTER TELEPHONE UPGRADE THIS CONTRACT,made and entered into this ) day of July,2015,by and between the City of Jefferson, Missouri, a municipal corporation, hereinafter referred to as "City," and Alexander Open Systems, hereinafter referred to as"Contractor." WITNESSETH: THAT WHEREAS, Contractor agrees to provide equipment and perform services related to Request for Proposal#2779. NOW THEREFORE, the parties to this Contract agree to the following: 1. Scope of Services. Contractor agrees to provide equipment and installation and perform the equipment maintenance services to replace the ANVALI controller located at the Jefferson City Police Department at 401 Monroe Street,Jefferson City,Missouri,with a Stand-Alone ANI/ALI Controller at the City of Jefferson Public Safety Answering Point (PSAP)location,401 Monroe Street,Jefferson City,Missouri,and a Stand-Alone ANI/ALI Controller at the back up location at the Jefferson City Fire Station#3 at 302 Rock Hill Road,Jefferson City, Missouri, interfacing with the current administrative phone system as the City of Jefferson, Missouri. more particularly described in Request for Proposal#2779. The equipment purchased by the City of Jefferson pursuant to this agreement shall be delivered to its proper location and installed by the contractor at the convenience and direction of the City of Jefferson PSAP staff. The City shall not be deemed to have accepted any component or piece of equipment until such time as said equipment has been installed and operating error free for thirty(30)consecutive days in accordance with the specifications. The City shall notify Contractor of completion of installment. Upon completion the work and equipment shall be warrantied for twelve(12)months thereafter.The warranty shall fully cover workmanship, materials. and labor on repairs. Should the City fail to notify contractor in writing of the date of acceptance, the warranty shall be from August 1, 2015—July 31, 2016 2. Contract Period. Maintenance of all equipment shall be covered under a one(1)year warranty maintenance program starting upon the final acceptance of the entire system. The annual renewable maintenance shall be in effect from July 2016 through July_, 201 7. With the consent of both parties, the Contract may be extended for five (5) additional one(1)year periods. 3. 9-1-1 Service. 9-1-1 Service is provided subject to the following: A. 9-1-1 Service is provided solely for the benefit of City. The provision of such service shall not be interpreted, construed, or regarded as being for the benefit of, or creating any Contractor obligation toward or any right of action on behalf of, any third person or other legal entity. B. Contractor does not undertake to answer and forward 9-1-1 calls,but furnishes the use of its facilities to enable City to respond to such calls with City's personnel on City's premises. C. The rates charged for 9-1-1 Service do not contemplate the inspection or constant monitoring of facilities by Contractor to discover errors,defects and malfunctions in the service, nor does Contractor undertake such responsibility. City shall make such operational tests of its own equipment as are required. in the judgment of City. to determine whether its equipment is l' '..enr:t,•l Vdi 4 I'VN t 4 t\'fk.1t•I.1*11 FS %I,-ckn.I.'r-,It.-n Sk.t.•m..'ll I• 'f,I.•,a,.,.• Agn—ii.•nt nl..l functioning properly for its use. City shall promptly notify Contractor if it discovers or has reason to believe, after making operational tests on its own equipment, that the facilities of service being provided by Contractor are not functioning properly. Contractor's liability for any loss or damage arising from errors,interruptions,defects,failures,or malfunctions of the 9-1-1 Service, or any part thereof. including any and all equipment and data processing systems associated with the service or any part thereof, shall not exceed an amount equal to the pro rata charges for the service affected during the period of time the 911 Service was fully or partially inoperative. 4. Manner and Time for Completion. Contractor agrees with the City to furnish all supervision, labor, tools, equipment. materials and supplies necessary to perform, and to perform,said work at Contractor's own expense in accordance with the contract documents and any applicable City ordinances and state and federal laws,within sixty(60)calendar days from the date Contractor is ordered to proceed,which order shall be issued by the Chief of Police within ten(10)days after the date Contract is dully executed. 5. Authorization. By executing this Contract,the representative signing on behalf of City specifically represents and affirms that lie has been duly authorized by the appropriate governing body of City to execute this Contract and to commit City for the payment of the monies required,and that such authorization has been granted in accordance with all applicable laws, including any Missouri contracting law provisions applicable to counties. Further, City's representative agrees to furnish to Contractor, upon request, copies of all documents evidencing the granting of such authority. 6. Non-Disclosure Agreement. Upon execution of this Contract, City and Contractor agree to execute a 9-1-1 Non-Disclosure Agreement to be mutually agreed upon. i. Prevailing Wages. To the extent that the work performed by Contractor is subject to prevailing wage law, Contractor shall pay a wage of no less than the"prevailing hourly rate of wages" for work of a similar character in this locality, as established by Department of Labor and Industrial Relations of the State of Missouri, and as established by the Federal Employment Standards of the Department of Labor. Contractor acknowledges that Contractor knows the prevailing hourly rate of wages for this project because Contractor has obtained the prevailing hourly rate of wages from the contents of Annual Wage Order No. 21 in which the rate of wages is set forth. Contractor further agrees that Contractor will keep an accurate record showing the names and occupations of all workmen employed in connection with the work to be performed under the terms of this Contract. The record shall show the actual wages paid to the workmen in connection with the work to be performed under the terms of this Contract. A copy of the record shall be delivered to the Chief of Police each week. In accordance with Section 290.250, RSMo, Contractor shall forfeit to the City One Hundred Dollars ($100.00) for each workman employed, for each calendar day or portion thereof that the workman is paid less than the stipulated rates for any work done under this Contract, by the Contractor or any subcontractor under the Contractor. 8. Insurance. Contractor shall procure and maintain at its own expense during the life of this Contract: A. Workmen's Compensation Insurance for all of its employees to be engaged in work under this Contract. I. •-,sit co,t I h•.t 4'VN.t rNTIi\.'I FA 11•� .\h•\YIt,I.r .1..•11,%-1.-In 'll I t'-it.•r•I'.•1.•I.h-w L ptva l.•-\evh..•inow %I,.I B. Contractor's Public Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo, and Contractor's Property Damage Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and$300,000 for any one person in a single accident or occurrence. C. Automobile Liability Insurance in an amount not less than $2,000,000 for all claims arising out of a single accident or occurrence and$300,000 for any one person in a single accident or occurrence. D. Owner's Protective Liability Insurance. Contractor shall also obtain at its own expense and deliver to the City an Owner's Protective Liability Insurance Policy naming the City of Jefferson as the insured, in an amount not less than$2,000,000 for all claims arising out of a single accident or occurrence and $300,000 for any one person in a single accident or occurrence, except for those claims governed by the provisions of the Missouri Workmen's Compensation Law, Chapter 287, RSMo. No policy will be accepted which excludes liability for damage to underground structures or by reason of blasting, explosion or collapse. E. Subcontracts. In case any or all of this work is sublet, Contractor shall require the Subcontractor to procure and maintain all insurance required in Subparagraphs(a),(b), and (c)hereof and in like amounts. F. Scone of Insurance and Special Hazard. The insurance required under Sub-paragraphs(b)and (c)hereof shall provide adequate protection for Contractor and its subcontractors,respectively, against damage claims which may arise from operations under this Contract. whether such operations be by the insured or by anyone directly or indirectly employed by it, and also against any special hazards which may be encountered in the performance of this Contract. NOTE: Paragraph (f) is construed to require the procurement of Contractor's protective insurance (or contingent public liability and contingent property damage policies)by a general contractor whose subcontractor has employees working on the project, unless the general public liability and property damage policy(or rider attached thereto)of the general contractor provides adequate protection against claims arising from operations by anyone directly or indirectly employed by Contractor. 9. Contractor's Responsibility for Subcontractors. It is further agreed that Contractor shall be as fully responsible to the City for the acts and omissions of its subcontractors,and of persons either directly or indirectly employed by them,as Contractor is for the acts and omissions of persons it directly employs. Contractor shall cause appropriate provisions to be inserted in all subcontracts relating to this work, to bind all subcontractors to Contractor by all the terms herein set forth, insofar as applicable to the work of subcontractors and to give Contractor the same power regarding termination of any subcontract as the City may exercise over Contractor under any provisions of this Contract. Nothing contained in this Contract shall create any contractual relations between any subcontractor and the City or between any subcontractors. 10. Termination. The City reserves the right to terminate this Contract by giving at least five (b) days prior written notice to Contractor, without prejudice to any other rights or remedies of the City should Contractor be adjudged a bankrupt, or if Contractor should make a general assignment for the benefit of its creditors, or if a receiver should be appointed for Contractor or for any of its property,or if Contractor should persistently or repeatedly refuse or fail to supply enough properly skilled workmen or proper material,or if Contractor should refuse or fail to make prompt payment to any person supplying labor or materials for the work under the Contract, or persistently disregard instructions of the City or fail to observe or perform any provisions of the Contract and Contractor fails to cure the condition that is the basis for the threatened termination within 20 business days following receipt of written notice detailing the nature of the failure from the City. I' ,4' %ir:u•t I do-<t 1I'1•:`-4)VIII N T FILLS Alovmoh-r I Iiim II I,.•nwr'1 M-I-h-me Upurtuh.-..31111n.mt%%10,1 11. City's Right to Proceed. In the event this Contract is terminated pursuant to paragraph 12,then the City may take over the work and prosecute the same to completion, by contract or otherwise, and Contractor and its sureties shall be liable to the City for any costs over the amount of this Contract thereby occasioned by the City. In any such case the City may take possession of, and utilize in completing the work, such materials, appliances and structures as may be on the work site that City has paid for and are necessary for completion of the work. The foregoing provisions are in addition to, and not in limitation of, the rights of the City under any other provisions of the Contract, city ordinances, and state and federal laws. 12. Payment for Labor and Materials. Contractor agrees and binds itself to pay for all labor done, and for all the materials used in the construction of the work to be completed pursuant to this Contract. Contractor shall furnish to the City a bond to insure the payment of all materials and labor used in the performance of this Contract. 13. Sales Tax Exemption. Effective August 28, 1994,Section 144.062,RSMo allows contractors and subcontractors to purchase materials for tax exempt projects with project-specific exemption certificates approved by the Department of Revenue. The City will supply a certificate to the contractor for this project after approval is obtained from the Department of Revenue. 14. Payment. The City hereby agrees to pay Contractor the work done pursuant to this Contract according to the payment schedule set forth in the Contract Documents upon acceptance of said work by the Chief of Police and in accordance with the rates and/or amounts stated in the bid of Contractor dated March 16, 2015, which are by reference made a part hereof. No partial payment to Contractor shall operate as approval or acceptance of work done or materials furnished hereunder. The total amount of this Contract shall not exceed Two Hundred Ninety-Seven Thousand Four Hundred Eight-Eight Dollars($29-1,488.00). Beginning with Year two(2)through year six (6), the annual renewable maintenance fee shall be Twenty-Three Thousand One Hundred Ninety- Eight Dollars and Ninety-Three Cents ($23,198.93) 15. Rates. The equipment and 911 Service will be provided at the rates stated in Contractor's proposal. 16. Contract Documents. The Contract documents shall consist of the following: a. This Contract f. Terms and Conditions of Sale b. Addenda g. Special Provisions(if any) C. Information for Bidders h. Technical Specifications d. Notice to Bidders I. Drawings and/or sketches e. Signed Copy of Bid This Contract and the other documents enumerated in this paragraph, form the Contract between the parties. These documents are as frilly a part of the Contract as if attached hereto or repeated herein. I' t mtrrrt F11—t OPEN 4 0 rVI•li.\r•I•I'll I•;S .\Ir•\awler-r1.•n S%-wm..'rl 1�.•nwr f•hq h at•l IrCrtrlr�.\L�r in•nr a1•I 17. Nondiscrimination. Contractor agrees in the performance of this Contract not to discriminate on the ground or because of race, creed, color, national origin or ancestry,sex, religion, handicap, age,or political opinion or affiliation, against any employee of Contractor or applicant for employment and shall include a similar provisi on in all subcontracts let or awarded hereunder. 19. Illeeal Immigration. Prior to commencement of the work: a. Contractor shall, by sworn affidavit and provision of documentation, affirm its enrollment and participation in a federal work authorization program with respect to the employees working in connection with the contracted services. b. Contractor shall sign an affidavit affirming that it does not knowingly employ any person who is an unauthorized alien in connection with the contracted services. C. If contractor is a sole proprietorship,partnership,or limited partnership,contractor shall provide proof of citizenship or lawful presence of the owner prior to issuance of the Notice to Proceed. 20. Notices. All notices required to be in writing may be given by first class mail addressed to the Chief of Police, City of Jefferson, 320 East McCarty, Jefferson City, Missouri 65101, and Contractor at Alexander Open Systems, 12980 Foster Street,Suite 300, Overland Park,Kansas, 66213. The date of delivery of any notice shall be the second full day after the day of its mailing. 21. Jurisdiction. This Contract and every question arising hereunder shall be interpreted according to the laws and statutes of the State of Missouri. IN WITNESS WHEREOF, the parties hereto have set their hands and seals on the day and year first above written. CITY OF JEFFERSON, MISSOURI AL qR OPEN SYSTEMS cVAX_'9_: Mayor U President ATT vvT: A ATTEST: tj City Clerk Title. APPROVED AS TO FORIbI: y Counselor IJ•.tn,rmIFth,t'IEN,'utint.wr FILES.\I.zamL-r up.n.Fv,.m. vIIt'mn,r T.Igihmn l;FecuL C.\�,.�n.ni x"d CITY OF JEFFERSON AMENDMENT AND RENEWAL TO CONTRACT FOR 911 CENTER TELEPHONE MAINTENANCE WHEREAS,the City of Jefferson,Missouri,a municipal corporation,with offices at 320 East McCarty,Jefferson City,Missouri,65101,hereinafter designated "City,"entered into a Contract with Alexander Open Systems,now known as Solacom Technologies,with offices at 1048 Hartland Drive,Lawrence,Kansas,66049,hereinafter referred to as "Contractor,"on July 8,2015;and WHEREAS,the Contract was for equipment maintenance services for the ANI/ALI controller located at the Jefferson City Police Department;and WHEREAS,both parties wish to extend the agreement for the first of five additional one-year 2'enewal periods as stipulated in Paragraph 2 of the agreement dated July 8,2015;and WHEREAS,both parties wish the contract term to commence on November 15,2016;and NOW,THEREFORE,be it agreed by the parties that the agreement is hereby renewed for the first of the five additional one-year periods to end November 14,2017. IN TESTIMONY WHEREOF,the parties have hereunto set their hands and seals this 5<ZJ day of J*w*e,2017. CITY OF JEFFERSON,MISSOURI SOLACOM TECHNOLOGIES tfaZ't&^aaxn layor ATTEST:ATTEST: -dity Clerk Title: APPROVED AS TO FORM: CITY OF JEFFERSON RENEWAL TO CONTRACT FOR 911 CENTER TELEPHONE MAINTENANCE WHEREAS, the City of Jefferson, Missouri, a municipal corporation, with offices at 320 East McCarty, Jefferson City, Missouri, 65101, hereinafter designated "City," entered into a Contract with Alexander Open Systems, now known as Solacom Technologies, with offices at 80 Jean-Proulx Gatineau QC J8Z 1W1 Canada, hereinafter referred to as "Contractor," on July 8, 2015 and amended and renewed on July 3, 2017 and November 21. 2017; and WHEREAS, the Contract was for equipment maintenance services for the ANI/ALI controller located at the Jefferson City Police Department; and WHEREAS, both parties wish to extend the agreement for the second of five additional one-year renewal periods as stipulated in Paragraph 2 of the agreement dated July 8, 2015; and NOW, THEREFORE, be it agreed by the parties that the agreement is hereby renewed for the second of the five additional one-year periods to end November 14, 2019. CITY OF JEFFERSON, MISSOURI SOLACOM TECHNOLOGIES 04)-0 —1—iLlay4,,, Mayor r�'�itle:Chief Operating Officer Date: ' Date:Octber 29,2011 ATTEST: ATTEST: Ci y Clerk _, Tjtle: Chief Fi cial Officer APPROVED AS TO FORM: IOW 0111°Cit- Coon. •lor