Loading...
Res 005-82 1/5/1982 t RESOLUTION NO. RESOLUTION APPROVING CONTRACT WITH BOB 'S COMMUNICATION SERVICE FOR RADIO AND RELATED EQUIPMENT MAIN- TENANCE. BE IT RESOLVED BY THE BOARD OF ALDERMEN OF THE CITY OF WICHITA FALLS , TEXAS, THAT: That certain contract, a copy of which is attached hereto, between the City and Bob Brown, d/b/a Bob' s Communication Service, providing for radio and related equipment maintenance, is hereby approved, and the City Manager is authorized to execute the same for the City of Wichita Falls. Passed and approved this the 5th day of January, 1982 . M A Y O R ATTEST: � r City Clerk 2. STATE OF TEXAS 4 Q KNOW ALL MEN BY THESE PRESENTS COUNTY OF WICHITA � THIS Contract made and entered into this the 1st day of January , 1982 , by and between the City of Wichita Falls . Texas , hereinafter called City , and Bob Brown , d/b/a Bob ' s Communication Service, hereinafter called Contractor , WITNESSETH : For and in consideration of the mutual covenants herein contained, City and Contractor agree as follows : I . TERM This Contract shall be in force and effect for a period of twenty-one (21) months , beginning on the lst day of January, 1982. This contract will be subject to termination at the request of either party by giving thirty (30) days written notice to the other party of its desire to terminate the contract , which notice shall be delivered in person or by certified mail . If no such notice be given, the contract will continue until September 30, 1983, at which time the contract shall terminate . II . SERVICE TO BE RENDERED Contractor shall provide all of the following services , including labor and parts , to the radio communications equipment belonging to the City, as follows : A. Remove , install , or reinstall such equipment from and into motor vehicles . B. Provide preventive maintenance , including installation of replacement parts and tubes , on such equipment which is enumerated in Exhibit A. C. Make all necessary repairs on such equipment enumerated in Exhibit A, including installation of replacement parts and tubes , in order to keep such equipment in proper operating condition . D. Furnish engineering and consulting services in regard to the City ' s radio communications system when requested. E. Provide other special work , not enumerated herein , with regard to the City ' s radio communications system, as requested. Contractor shall adhere to the Federal Communications Commission measurements , maintain FCC logs , and submit FCC applications , when needed. III . SERVICE ROUTINES Preventive Maintenance schedules will be designed for each base station location in conjunction with the various departments and will be performed on a semi-annual basis . Preventive maintenance and repair services on all base station equipment will be performed at the base station locations . Mobile equipment preventive maintenance schedules will be coordinated in advance of scheduled service dates with the various departments and will be performed at least once per year. Operating mobile equipment will receive preventive maintenance and repair services at the Contractor ' s facility , building or vehicle site, whichever is convenient , except that all fire communications equipment will be serviced at the individual stations where units are located, unless the supervisor requests otherwise. All other units or items will be scheduled for maintenance at least once a year. Preventive maintenance service will include a thorough electrical check of each base station or mobile unit and the following minimum checks will be made on each unit and recorded on suitable forms designed by the Contractor : 1 . Modulation deviation and frequency measurements . 2 . Receiver sensitivity. 3. Power output . IV. EQUIPMENT TO BE SERVICED A detailed listing of the City' s radio communication equip- ment is included in Exhibit A. The numbers in Exhibit A are the numbers of each piece of equipment owned by the City at the date this contract is entered into . It is understood and agreed that these numbers may increase -2- or decrease approximately 5'r during each .•ear of the contract . The compensation paid to the contractor will be adjusted based upon the per unit bid , contained in Exhibit A , at the beginning of the next contract year for any increase or decrease in the numbers of the above listed equipment . A stock of replacement parts and tubes shall be carried in such service vehicle which will adequately supply the field technician with normally needed items to properly service and maintain the base stations and mobile equipment in the field. V. MAINTENANCE HOURS Emergency service to base and sub-stations will be rendered as often as needed, twenty-four (24) hours a day , seven (7) days per week for the term of the contract . Mobile emergency service will be performed any time at the request of the supervisor responsible for such units unless a suitable backup vehicle with a servicable radio is available. Routine preventive maintenance service to both base and sub-stations , and mobile units will be accomplished during normal working hours, 8 :00 a.m. to 5 : 00 p .m. , Monday through Friday . VI . REPORTS Contractor agrees to accurately document all communication service . All such reports will be made available , at any reason- able time , to the City for inspection and/or audit . These reports shall contain the following minimum information : 1 . City inventory number, vehicle number of the unit or units serviced, the date such service was performed, and the name of the Technician completing work. 2. A complete listing of replacement tubes and/or other material replaced in the equipment at the time of service . 3. In accordance with FCC regulations , suitable station technical records will be maintained in a logbook at each base station and will include required technical information for both base stations and mobile units operating in conjunction with a particular base station . -3- These records will contain the following minimum information . Additional data required by the Contractor is accepted. a. A record of fact that a suitable procedure has been employed to determine that the carrier frequency of each transmitter is maintained within the tolerance prescribed in the FCC rules . b. A record of fact that suitable procedure has been employed to determine that the plate power input to the final RF stage of each base station or fixed station transmitter does not exceed the maximum figure specified on the current station authorization. c. A record of fact that a suitable procedure has been employed to determine that the modulation of each transmitter does not exceed the limits specified in FCC regulations . VII . REQUIRED TEST EQUIPMENT For all services performed to the communications equipment , the Contractor shall have the minimum available types of test equipment : 1 . A frequency meter employing the required accuracy for frequency measuring the equipment in accordance with FCC requirements . 2. A modulation/deviation meter capable of the required accuracy for measuring deviation of all equipment . 3. A signal generator with regulated and calibrated microvolt output with the stability necessary for accurate sensitivity checks of base station and mobile receiving equipment . 4. An "in-line" type wattmeter capable of measuring output power in watts of all base stations and mobile equipment . 5. A portable Volt-Ohm-Milliammeter to accurately measure equipment operating voltages , currents , and resistance . 6 . A dummy load (antenna) to accurately simulate mobile or base station antenna conditions to facilitate "off the -4- air" equipment testin'. 'III . INSURANCE REQUIREMENTS The Contractor will carry the followin minimum amounts of insurance : Comprehensive General Liabilitv _ Bodily Injury Liability 50 , 000 per person $100 , 000 per occurrence Property Damage Liability $ 50 . 000 per occurrence Automobile Liability Bodily Injury Liability $ 50 ,000 per person $100 , 000 per occurrence Property Damage Liability S 50 , 000 per occurrence Workmen 's Compensation and Employer' s Liability in accordance with the statutory requirements of the State of Texas . IY. PAYMENTS TO CONTRACTOR City shall pay Contractor for services rendered under this contract on the following basis : 1 . For each changeover , removal or installation of radio communications equipment in motor vehicles, City shall pay Contractor as follows : A. Changeover, one vehicle to another (removal and reinstall) $50 . 00 each occurrence B. Removal only from motor vehicle $15. 00 each occurrence C. New installation in vehicle $50. 00 each occurrence 2. Maintenance shall include the labor and parts required to repair equipment which has become defective through normal wear and usage. Maintenance does not include the repair or replacement of equipment for damage caused by accidents , physical abuse or misuse of the equipment , acts of God and fires. Number of Pieces Yearly Cost Equipment Per Unit Of Equipment Per Type of Description Bid Owned by City Equipment Base Stations $161 .28 20 $ 3, 225. 60 Auxiliary Base Stations $ 26. 88 2 $ 53. 76 Antennas and Lines No charge 15 No charge -5- Remote Consoles 5134 . 40 1 S 537 .60 Remote Controls S 50.40 26 S 1 , 310 . -10 Remote Control Extensions S 6 . 72 Is S 120. 96 Recorders S 26 . 88 5 S 13.1 . 40 Alarm Panel S 67 . 20 1 S 67 . 20 Voting Unit S107. 52 1 S 107 . 52 Monitor Amplifiers $ 6 . 72 14 S 94 . 08 Monitor Receivers $ 20. 16 5 S 100. 80 Tone Encoders , Decoders , Pagers , Recorders , Misc. $ 14 . 78 12 S 177. 36 Mobile Radios $ 73 . 92 352 $26 , 019 . 84 Portable Radios $73 . 92 78 $ 5 , 765 . 76 TOTAL $37 , 715 . 28 3. City shall pay Contractor the sum of $3 , 142 . 94 per month for providing preventive maintenance, parts and for making all necessary repairs on equipment enumerated in Exhibit A. 4 . Contractor shall perform engineering and consulting services as requested, at no additional charge . For other special work, as requested, which is not enumerated in this contract , City shall pay Contractor a charge fee of $20 . 00 per hour . Each month Contractor shall furnish the City an itemized statement for payments due him under this contract , and such statements shall be paid by the City within ten (10) days after receipt of such statement . IN WITNESS WHEREOF, City and Contractor have caused these presents to be executed as of the day and year first above written. CITY OF WICHITA FALLS BY : Ci -y nager ATTEST: City Clerk BOB BROWN, D/B/A BOBS COMMUNICATION SERVICE Contractor s° I I I iE c� sn V' rn M (v Q ry r� .J CfT 4? ;-, �4 "t7 tl N O O °O U U O f'- U E-< W ;=:I J•r-+ Ln v � U OU N G 4 •rl O -H r{ c 4--3 •ri s--I �-'{ O U i b6 _ OC -P r i cn cz F7 � r1 O Ln U O r--I •r1 Pi (D O N � O+ ) O H V 0 O a-•( €+ O a--) H r-i N tp U) v rl O O E rl ) O � U Ul W O tq j N CC$ U] (1) J C H P V) U fA U LH �+ 4-1 r- 4Ot N � rHI � • 1-1 0 O � cd U W (7 U] R N U N ri r i r1 r-j N +S i•; .Q "Z:l O rl r- 3-) a~ i-� i-) vl f� Q 10. U a. ::D �D .- :i�' U3 7 Crd 0 Ln M 00 c0 O C o C7 C7 O C7 C CD 9:a O LO co rr1 In I [-- V- [� h L n I 1• C) In i r+ o • 4 •.r r•� Ln N Imo- 00 I V�' rV 00 O M M I ^t M "'t •7 I C.j L.T. to cd a $-4 �4 10 rd o z o 00 F W Ga to F+ �+ O o > ,+ •r-4 •ri a) M N 044 +•)•ri .� r{ M O 00 r--I b0 •r�i }� r-I 41•r1 _ cd h v � d r-I O M N U tll G4 I-� d O W r-I •rI O O v) Ot-i ) r-I -t r--I r-I r--I r--1 N M � aU � 41 M N Ln N M r-1 r--1 a U U) O 41 O 0 V N � U O to to cd O P� � r-I r-I cd 41 Q � O •rI Ncad r-4 V r-1 r-4 rl r-I cd 4-) W U) O O : tit> cd r I O O U r —C) tt cd U O O f�j F+ H H O ri ! U O L]r !L N U � � a Q) r-j be-i r- Cam^. O Q O u U 1; a) C) to +-) 4-4 r I E .s4 U r-+ s. s-. tott to $-+ t; s• s. cd s 4 i~ nO. LZ W H cn A, Q. u E-� G. u M �D [� N M •7 ►P) ri N to Q r-i to �D N M M M M �f V -t Ln Ln U-) M M Q C:) C:) C) e i N N N N M M M M V rt Ln cn c.i