M&C Review


COUNCIL ACTION:  Approved on 3/20/2018 

DATE: 3/20/2018 REFERENCE NO.: **C-28624 LOG NAME: 36EOC TECHNOLOGY UPGRADES
CODE: C TYPE: CONSENT PUBLIC HEARING: NO
SUBJECT:  

Authorize Execution of a Contract with Audio Visual Innovation, Inc., for Technology Upgrades Using General Services Administration Contract GS-35F-0275S for an Amount Up to $165,123.00 for the Fire Department (COUNCIL DISTRICT 9)


RECOMMENDATION:

It is recommended that the City Council authorize execution of a Contract with Audio Visual Innovation, Inc., for technology upgrades using General Services Administration Contract GS-35F-0275S for an amount up to $165,123.00 for the Fire Department.

 
DISCUSSION:

The Fire Department, Office of Emergency Management, would like to purchase technology upgrades for the Joint Emergency Operations Center (JEOC). The current Creston units that control the audio/visual (A/V) equipment in the JEOC and each breakout room constantly have issues due to normal aging. The current units will be replaced with new Crestron units. Additionally, this purchase includes installation of larger displays in the JEOC Executive Conference Room. These upgrades will improve overall A/V operations and situational awareness necessary for real-life scenarios, presentations, special events meetings, trainings, and exercises.

Audio Visual Innovations, Inc., (AVI), a wholly owned subsidiary of AVI-SPL, is sole source based on its proprietary source code developed specifically for the JEOC A/V equipment during the initial installation in 2010. Additionally, AVI holds the current service contract for the A/V systems. If the City allows another vendor to provide the upgrades all warranties under the current service contract would be void.  Furthermore, the City would pay additional costs for the numerous hours it would take another company to develop its own source codes, which even then may not result in proper function of the A/V equipment.

The JEOC technology upgrades will be funded by 2015 Urban Area Security Initiative Grant Funds (Office of Emergency Management Planning Project), which were approved by City Council on December 1, 2015, Mayor and Council Communication (M&C C-27544). The Grant is a reimbursable grant and matching funds are not required. Indirect costs are not applicable.

COOPERATIVE PURCHASE - State law provides that a local government purchasing an item under a Cooperative Purchasing Agreement satisfies state laws requiring that the local government seek competitive bids for purchase of the item. General Services Administration Contract No. GS-35F-0275S has been competitively bid to increase and simplify the purchasing power of local government entities.  

An Administrative change order or increase may be made by the City Manager in the amount of $41,280.75 and does not require specific City Council approval as long as sufficient funds have been appropriated.

M/WBE OFFICE - A waiver of the goal for MBE/SBE subcontracting is not required for Cooperative Purchasing Agreement since it satisfies the local government requirements.

The Office of Emergency Management is located in Council District 9, but serves all Council Districts.

 
FISCAL INFORMATION/CERTIFICATION:

The Director of Finance certifies that funds are available in the current operating budget, as appropriated, of the Grants Operating Federal Fund and that prior to an expenditure being incurred, the Fire Department has the responsibility to validate the availability of funds. This is a reimbursement grant.
        

TO
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

FROM
    Fund Department
ID
Account Project
ID
Program Activity Budget
Year
Reference #
(Chartfield 2)
Amount

Submitted for City Manager's Office by:
Valerie Washington (6199)
Originating Department Head:
Rudy Jackson (6801)
Additional Information Contact:
Rudy Jackson (6801)
Maribel Martinez (6173)

 
 
ATTACHMENTS
  Form 1295 Certificate Executed with notary.pdf
  Room Total ECR.pdf
  Room Total TP Control.pdf