HomeMy WebLinkAboutResolution - 2022-R0100 - PSA 16423 with Sciens Consulting 2.22.22Resolution No. 2022-RO100
Item No. 7.26
February 22, 2022
RESOLUTION
BE IT RESOLVED BY THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute for and
on behalf of the City of Lubbock, a Professional Services Agreement, Contract No. 16423, as
per TIPS USA Contract 2200601, for Consulting Services for a Radio System Needs
Assessment, by and between the City of Lubbock and Sciens, LLC. of McKinney, Texas, and
related documents. Said Contract is attached hereto and incorporated in this resolution as if
fully set forth herein and shall be included in the minutes of the City Council.
Passed by the City Council on February 22, 2022
DANIEL M. POP , MAYOR
ATTEST:
Rebe ca Garza, City Secreta
APPROVED AS TO CONTENT:
f-
LAA DLL4 -le'Ll
Erik Rejino, Assistant City Manager
APPROVED AS TO FORM:
Rya Br;
e, Assistant City Attorney
RES.Contract No. 16423, PSA-Sciens LLC
2.11.22
Resolution No. 2022-RO100
PROFESSIONAL SERVICES AGREEMENT
STATE OF TEXAS §
COUNTY OF LUBBOCK §
This Professional Service Agreement ("Agreement") Contract No. 16423 is entered into this 22nd
day of February , , is by and between the City of Lubbock (the "City"), a Texas home rule
municipal corporation, and Sciens LLC (the" Consultant"), a Texas corporation.
WITNESSETH
WHEREAS, The City desires to contract with the Consultant to provide consultant services for a
Radio System Assessment, (the "Services") and as part of the assessment, the Consultant will evaluate
the Land -Mobile Radio (LMR) system, (the "Activities"); and
WHEREAS, the proposal from Sciens, LLC, Contract 200601 IPS - USA Contract No. 200601 -
Consulting and Other Related Services. The purchasing cooperative is an administrative agency created in
accordance with Section 791.001 of the Texas Government Code and used to obtain the benefits and
efficiencies that can accrue to members of a cooperative, to comply with state bidding requirements, and
to identify qualified vendors of commodities, goods, and services.
WHEREAS, the Consultant has a professional staff experienced and is qualified to provide
professional Consulting services related to Activities, and will provide the services, as defined below, for
the price provided herein, said price stipulated by the City and the Consultant to be a fair and reasonable
price; and
WHEREAS, the City desires to contract with the Consultant to provide professional services
related to the Activities, and Consultant desires to provide the Services related to same.
NOW THEREFORE, for and in consideration of the terms, covenants and conditions set forth in
this Agreement, the City and the Consultant hereby agree as follows:
ARTICLE I. TERM
The term of this Agreement commences on the Effective Date and continues without interruption
for a term of six (6) weeks. If the Consultant determines that additional time is required to complete the
Services, the Chief of Information, may, but is not obligated to, in his or her discretion, execute an
agreement to grant up to an additional two (2) weeks of time so long as the amount of the consideration
Page 1 of 11
does not increase. An amendment to this Agreement resulting in an increase in the amount of the
consideration must be approved by the City acting through its governing body.
ARTICLE H. SERVICES AND COMPENSATION
A. The Consultant shall conduct all activities, and within such timeframes, as set forth on Exhibit
"A", attached hereto (the "Services").
B. The Consultant shall receive as consideration to be paid for the performance of the Services,
an amount not to exceed $99,660, as set forth in Exhibit "A".
ARTICLE M. TERMINATION
A. General. The City may terminate this Agreement, for any reason or convenience, upon thirty
(30) days written notice to the Consultant. In the event this Agreement is so terminated, the City shall
only pay the Consultant for services actually performed by the Consultant up to the date the Consultant is
deemed to have received notice of termination, as provided herein.
B. Termination and Remedies. In the event the Consultant breaches any term and/or provision of
this Agreement, the City shall be entitled to exercise any right or remedy available to it by this
Agreement, at law, equity, or otherwise, including without limitation, termination of this Agreement and
assertion of an action for damages and/or injunctive relief. The exercise of any right or remedy shall not
preclude the concurrent or subsequent exercise of any right or remedy and all rights and remedies shall be
cumulative.
ARTICLE IV. NON - ARBITRATION
Each Party reserves the right to exercise any right or remedy available to it by law, contract,
equity, or otherwise, including without limitation, the right to seek any and all forms of relief in a court of
competent jurisdiction. Further, the City shall not be subject to any arbitration process prior to exercising
its unrestricted right to seek judicial remedy. The remedies set forth herein are cumulative and not
exclusive, and may be exercised concurrently. To the extent of any conflict between this provision and
another provision in, or related to, this Agreement, this provision shall control.
ARTICLE V. REPRESENTATIONS AND WARRANTIES
A. Existence. The Consultant is a corporation duly organized, validly existing, and in good
standing under the laws of the State of Texas and is qualified to carry on its business in the State of Texas.
Page 2 of 11
B. Corporate Power. The Consultant has the corporate power to enter into and perform this
Agreement and all other activities contemplated hereby.
C. Authorization. Execution, delivery, and performance of this Agreement and the activities
contemplated hereby have been duly and validly authorized by all the requisite corporate action on the
part of the Consultant. This Agreement constitutes legal, valid, and binding obligations of the Consultant
and is enforceable in accordance with the terms thereof.
D. Consultant. The Consultant maintains a professional staff and employs, as needed, other
qualified specialists experienced in providing the Services, and is familiar with all laws, rules, and
regulations, both state and federal, including, without limitation the applicable laws, regarding the
Activities contemplated hereby.
E. Performance. The Consultant will and shall conduct all activities contemplated by this
Agreement in accordance with the standard of care, skill and diligence normally provided by a
professional person in performance of similar professional services, and comply with all applicable laws,
rules, and regulations, both state and federal, relating to professional services, as contemplated hereby.
F. Use of Copyrighted Material. The Consultant warrants that any materials provided by the
Consultant for use by City pursuant to this Agreement shall not contain any proprietary material owned
by any other party that is protected under the Copyright Act or any other law, statute, rule, order,
regulation, ordinance or contractual obligation relating to the use or reproduction of materials. The
Consultant shall be solely responsible for ensuring that any materials provided by the Consultant pursuant
to this Agreement satisfy this requirement and the Consultant agrees to indemnify and hold City harmless
from all liability or loss caused to City or to which City is exposed on account of the Consultant's failure
to perform this duty.
ARTICLE VI. SCOPE OF WORK
The Consultant shall accomplish the following: Professional Services related to the Services, as
provided in Exhibit "A", attached hereto and made a part hereof.
ARTICLE VII. INDEPENDENT CONTRACTOR STATUS
The Consultant and the City agree that the Consultant shall perform the duties under this
Agreement as an independent contractor and shall be considered as independent contractor under this
Agreement and/or in its activities hereunder for all purposes. The Consultant has the sole discretion to
determine the manner in which the Services are to be performed. During the performance of the Services
under this Agreement, the Consultant and the Consultant's employees and/or sub -consultants, will not be
Page 3 of 11
considered, for any purpose, employees or agents of the City within the meaning or the application of any
federal, state or local law or regulation, including without limitation, laws, rules or regulations regarding
or related to unemployment insurance, old age benefits, workers compensation, labor, personal injury or
taxes of any kind.
ARTICLE VIII. INSURANCE
The Consultant shall procure and carry, at its sole cost and expense through the life of this
Agreement, except as otherwise provided herein, insurance protection as hereinafter specified, in form
and substance satisfactory to the City, carried with an insurance company authorized to transact business
in the state of Texas, covering all aspects and risks of loss of all operations in connection with this
Agreement, including without limitation, the indemnity obligations set forth herein. The Consultant shall
obtain and maintain in full force and effect during the term of this Agreement, and shall cause each
approved subcontractor or sub -consultant of the Consultant to obtain and maintain in full force and effect
during the term of this Agreement, commercial general liability, professional liability and automobile
liability coverage for non -owned and hired vehicles with insurance carriers admitted to do business in the
state of Texas. The insurance companies must carry a Best's Rating of A-VII or better. Except for
Professional Liability, the policies will be written on an occurrence basis, subject to the following
minimum limits of liability:
Commercial General Liability:
Per Occurrence Single Limit: $1,000,000
General Aggregate Limit: $2,000,000
Professional Liability:
Combined Single Limit: $2,000,000
Automobile Liability:
Combined Single Limit for any auto: $1,000,000 Per Occurrence
Employer's Liability:
Per Occurrence Single Limit: $1,000,000
Worker's Compensation
Per Occurrence Single Limit: $500,000
The Consultant shall further cause any approved subcontractor or sub -consultant to procure and
carry, during the term of this Agreement, the insurance coverage required of Consultant herein, including
without limitation, Professional Liability coverage, protecting the City against losses caused by the
professional negligence of the approved subcontractor or sub -consultant. The City shall be listed as a
primary and noncontributory additional insured with respect to the Automobile Liability and Commercial
Page 4 of 11
General Liability and shall be granted a waiver of subrogation under those policies. The Consultant shall
provide a Certificate of Insurance to the City as evidence of coverage.
The Certificate shall provide 30 day's notice of cancellation. A copy of the additional insured
endorsement and waiver of subrogation attached to the policy shall be included in the Certificate. The
Consultant shall elect to obtain worker's compensation coverage pursuant to Section 406.002 of the Texas
Labor Code. Further, the Consultant shall maintain said coverage throughout the term of this Agreement
and shall comply with all provisions of Title 5 of the Texas Labor Code to ensure that the Consultant
maintains said coverage. The Consultant may maintain Occupational Accident and Disability Insurance in
lieu of Worker's Compensation. In either event, the policy must be endorsed to include a waiver of
subrogation in favor of the City. If at any time during the life of the Agreement or any extension hereof,
the Consultant fails to maintain the required insurance in full force and effect, the Consultant shall be in
breach hereof and all work under the Agreement shall be discontinued immediately.
Notwithstanding anything contained herein to the contrary, the professional liability policy shall
be maintained at the Consultant's sole cost and expense. The retroactive date shall be no later than the
commencement of the performance of this Agreement and the discovery period (possibly through tail
coverage) shall be no less than 10 years after the completion of the Services provided for in this
Agreement. The provisions of this Article VIII shall survive the termination or expiration of this
Agreement.
ARTICLE IX. EMPLOYMENT OF AGENTS/RETAINING OF CONSULTANTS
The Consultant may employ or retain consultants, contractors, or third parties (any of which are
referred to herein as "Sub -consultant"), to perform certain duties of Consultant under this Agreement,
provided that the City approves the retaining of Sub -consultants. The Consultant is at all times
responsible to the City to perform the Services as provided in this Agreement and the Consultant is in no
event relieved of any obligation under this Agreement upon retainage of any approved Sub -consultant.
Any agent and/or Sub -consultant retained and/or employed by the Consultant shall be required by the
Consultant to carry, for the protection and benefit of the City and the Consultant and naming said third
parties as additional insureds, insurance as described above required to be carried by the Consultant in
this Agreement.
The Consultant represents that such services are either under applicable value thresholds or are
otherwise exempt from notice and/or bid requirements under Texas Law.
Page 5 of 11
ARTICLE X. CONFIDENTIALITY
The Consultant shall retain all information received from or concerning the City and the City's
business in strictest confidence and shall not reveal such information to third parties without prior written
consent of the City, unless otherwise required by law.
ARTICLE XI. INDEMNITY
THE CONSULTANT SHALL INDEMNIFY AND SAVE HARMLESS THE CITY OF
LUBBOCK AND ITS ELECTED OFFICIALS, OFFICERS, AGENTS, AND EMPLOYEES FROM
ALL SUITS, ACTIONS, LOSSES, DAMAGES, CLAIMS, OR LIABILITY OF ANY KIND,
CHARACTER, TYPE, OR DESCRIPTION, INCLUDING WITHOUT LIMITING THE GENERALITY
OF THE FOREGOING, ALL EXPENSES OF LITIGATION, COURT COSTS, AND ATTORNEY'S
FEES, FOR INJURY OR DEATH TO ANY PERSON, OR INJURY TO ANY PROPERTY, RECEIVED
OR SUSTAINED BY ANY PERSON OR PERSONS OR PROPERTY, TO THE EXTENT ARISING
OUT OF, RELATED TO OR OCCASIONED BY, THE NEGLIGENT ACTS OF THE CONSULTANT,
ITS AGENTS, EMPLOYEES, AND/OR SUBCONSULTANTS, RELATED TO THE
PERFORMANCE, OPERATIONS OR OMISSIONS UNDER THIS AGREEMENT AND/OR THE USE
OR OCCUPATION OF CITY OWNED PROPERTY. THE INDEMNITY OBLIGATION PROVIDED
HEREIN SHALL SURVIVE THE EXPIRATION OR TERMINATION OF THIS AGREEMENT.
ARTICLE XII. COMPLIANCE WITH APPLICABLE LAWS
The Consultant shall comply with all applicable federal, state and local laws, statutes, ordinances,
rules and regulations relating, in any way, manner or form, to the activities under this Agreement, and any
amendments thereto.
ARTICLE XIH. NOTICE
A. General. Whenever notice from the Consultant to the City or the City to the Consultant is
required or permitted by this Agreement and no other method of notice is provided, such notice shall be
given by (1) actual delivery of the written notice to the other party by hand (in which case such notice
shall be effective upon delivery); (2) facsimile (in which case such notice shall be effective upon
delivery); or (3) by depositing the written notice in the United States mail, properly addressed to the other
party at the address provided in this article, registered or certified mail, return receipt requested, in which
case such notice shall be effective on the third business day after such notice is so deposited.
Page 6 of 11
B. Consultant's Address. The Consultant's address and numbers for the purposes of notice are:
Sciens LLC.
ATTN: Ernest Pages
Partner, Sciens LLC
Telephone: (469) 854-2218
Email: epages@sciens.com
C. City's Address. The City's address and numbers for the purposes of notice are:
James Brown
Chief Information Officer
City of Lubbock
P.O. Box 2000
1314 Avenue K
Lubbock, Texas 79457
Telephone: 806-775-23 72
D. Change of Address. Either party may change its address or numbers for purposes of notice by
giving written notice to the other party as provided herein, referring specifically to this Agreement, and
setting forth such new address or numbers. The address or numbers shall become effective on the 15th
day after such notice is effective.
ARTICLE XIV. CITY -PROVIDED DATA AND RESPONSIBILITIES
Provision of Data. The City shall furnish the Consultant non -confidential studies, reports and
other available data in the possession of the City pertinent to the Consultant's Services, so long as the
City is entitled to rely on such studies, reports and other data for the performance of the Consultant's
Services under this Agreement (the "Provided Data"). The Consultant shall be entitled to use and rely, so
long as such reliance is reasonable, upon all such Provided Data.
ARTICLE XV. IVUSCELLANEOUS
A. Captions. The captions for the articles and sections in this Agreement are inserted in this
Agreement strictly for the parties' convenience in identifying the provisions to this Agreement and shall
not be given any effect in construing this Agreement.
B. Audit. The Consultant shall provide access to its corporate books and records to the City. The
City may audit, at its expense and during normal business hours, the Consultant's books and records with
respect to this Agreement between the Consultant and the City. All information obtained in an audit will
be treated as confidential information and shall not be disclosed.
Page 7 of 11
C. Records. The Consultant shall maintain records that are necessary to substantiate the services
provided by the Consultant.
D. Assignability. The Consultant may not assign this Agreement without the prior written
approval of the City.
E. Successor and Assigns. This Agreement binds and inures to the benefit of the City and the
Consultant, and in the case of the City, its respective successors, legal representatives, and assigns, and in
the case of the Consultant, its permitted successors and assigns.
F. Construction and Venue.
THIS AGREEMENT SHALL BE GOVERNED BY AND CONSTRUED IN ACCORDANCE WITH
THE LAWS OF THE STATE OF TEXAS. THIS AGREEMENT IS PERFORMABLE IN LUBBOCK
COUNTY, TEXAS. THE PARTIES HERETO HEREBY IRREVOCABLY CONSENT TO THE SOLE
AND EXCLUSIVE JURISDICTION AND VENUE OF THE COURTS OF COMPETENT
JURISDICTION OF THE STATE OF TEXAS, COUNTY OF LUBBOCK, FOR THE PURPOSES OF
ALL LEGAL PROCEEDINGS ARISING OUT OF OR RELATING TO THIS AGREEMENT OR THE
ACTIONS THAT ARE CONTEMPLATED HEREBY.
G. Severability. If any provision of this Agreement is ever held to be invalid or ineffective by any
court of competent jurisdiction with respect to any person or circumstance, the remainder of this
Agreement and the application of such provision to persons and/or circumstances other than those with
respect to which it is held invalid or ineffective shall not be affected thereby.
H. Amendment. No amendment, modification, or alteration of the terms of this Agreement shall
be binding unless such amendment, modification, or alteration is in writing, dated subsequent to this
Agreement, and duly authorized and executed by the Consultant and the City.
I. Entire Agreement. This Agreement, including Exhibits "A" through `B" attached hereto,
contains the entire agreement between the City and the Consultant, and there are no other written or oral
promises, conditions, warranties, or representations relating to or affecting the matters contemplated
herein.
J. No Joint Enterprise. Nothing contained herein shall be construed to imply a joint venture, joint
enterprise, partnership or principal — agent relationship between the Consultant and the City.
K. Documents Owned by City. Any and all documents, drawings and specifications prepared by
Consultant as part of the Services hereunder, shall become the property of the City when the Consultant
Page 8 of 11
has been compensated as set forth in Article II, above. The Consultant shall make copies of any and all
work products for its files.
L. Notice of Waiver. A waiver by either the City or the Consultant of a breach of this Agreement
must be in writing and duly authorized to be effective. In the event either party shall execute and deliver
such waiver, such waiver shall not affect the waiving parry's rights with respect to any other or
subsequent breach.
M. Third Party Activities. Nothing in this Agreement shall be construed to provide any rights or
benefits whatsoever to any party other than the City and the Consultant.
N. Non -Appropriation. All funds for payment by the City under this Agreement are subject to the
availability of an annual appropriation for this purpose by the City. In the event of non -appropriation of
funds by the City Council of the City of Lubbock for the services provided under the Agreement, the City
will terminate the Agreement, without termination charge or other liability, on the last day of the then -
current fiscal year or when the appropriation made for the then -current year for the services covered by
this Agreement is spent, whichever event occurs first (the "Non -Appropriation Date"). If at any time
funds are not appropriated for the continuance of this Agreement, cancellation shall be accepted by the
Consultant on thirty (30) days prior written notice, but failure to give such notice shall be of no effect and
the City shall not be obligated under this Agreement beyond the Non -Appropriation Date.
P. No Boycott of Israel. Pursuant to Section 2271.002 of the Texas Government Code, a) This
section applies only to a contract that: (1) is between a governmental entity and a company with 10 or
more full-time employees; and (2) has a value of $100,000 or more that is to be paid wholly or partly
from public funds of the governmental entity. (b) A governmental entity may not enter into a contract
with a company for goods or services unless the contract contains a written verification from the company
that it: (1) does not boycott Israel; and (2) will not boycott Israel during the term of the contract.
Q. Texas Government Code 2274. By entering into this Agreement, Contractor verifies that: (1) it
does not, and will not for the duration of the contract, have a practice, policy, guidance, or directive
that discriminates against a firearm entity or firearm trade association or (2) the verification required by
Section 2274.002 of the Texas Government Code does not apply to the contract. If Contractor is a
company with 10 or more full-time employees and if this Agreement has a value of at least $100,000 or
more, Contractor verifies that, pursuant to Texas Government Code Chapter 2274, it. does not have a
practice, policy, guidance, or directive that discriminates against a firearm entity or firearm trade
association; and will not discriminate during the term of the contract against a firearm entity or firearm
trade association.
Page 9 of 11
R. Contractor represents and warrants that: (1) it does not, and will not for the duration of the
contract, boycott energy companies or (2) the verification required by Section 2274.002 of the Texas
Government Code does not apply to the contract. If Contractor is a company with 10 or more full-time
employees and if this Agreement has a value of at least $100,000 or more, Contractor verifies that,
pursuant to Texas Government Code Chapter 2274, it does not boycott energy companies; and will not
boycott energy companies during the term of the Agreement. This verification is not required for an
agreement where a governmental entity determines that these requirements are inconsistent with the
governmental entity's constitutional or statutory duties related to the issuance, incurrence, or management
of debt obligations or the deposit, custody, management, borrowing, or investment of funds.
S. Texas Public Information Act. The requirements of Subchapter J, Chapter 552, Government
Code, may apply to this contract and the contractor or vendor agrees that the contract can be terminated if
the contractor or vendor knowingly or intentionally fails to comply with a requirement of that subchapter.
To the extent Subchapter J, Chapter 552, Government Code applies to this agreement, Contractor agrees
to: (1) preserve all contracting information related to the contract as provided by the records retention
requirements applicable to the governmental body for the duration of the contract; (2) promptly provide to
the governmental body any contracting information related to the contract that is in the custody or
possession of the entity on request of the governmental body; and (3) on completion of the contract,
either: (A) provide at no cost to the governmental body all contracting information related to the contract
that is in the custody or possession of the entity; or (B) preserve the contracting information related to the
contract as provided by the records retention requirements applicable to the governmental body.
T. Professional Responsibility. All architectural or engineering services to be performed shall be
done with the professional skill and care ordinarily provided by competent architects or engineers
practicing under the same or similar circumstances and professional license.
REMAINDER OF PAGE LEFT BLANK INTENTIONALLY
Page 10 of 11
EXECUTED as of the Effective Date hereof.
ATTEST:
D a J�c
R e ca Garza, City Sec eta
APPROVED AS TO CONTENT:
James Brown, Chief Information Officer
APPROVED AS TO FORM:
CITY OF LU B CK
DANIEL M. POPE, MAYOR
Sciens, LLC.
By:
Ernest Pages, Partner
Page 11 of 11
Exhibit A
sciens
10 February 2022
James Brown
Chief Information Officer
City of Lubbock
P.O. Box 2000
Lubbock, TX 79457
Dear James,
We appreciate the opportunity to provide the City of Lubbock with our proposal to assist with the
assessment for Land -Mobile Radio (LMR) system. We have developed a proposal that we believe
addresses your interests and concerns.
Sciens has extensive experience working with governments to determine the best technological trajectory
in terms of practicality, efficiency, and leveraging of existing investments. We are confident that, as with
previous work we have done with the City of Lubbock, you would find our experienced and qualified staff
not only meets your requirements, but also exceeds them. In our many years of experience in technology
review, planning, and implementation in the government sector, we have prided ourselves in our ability
to effectively integrate into client organizations and provide positive and thoughtfully developed
recommendations and support.
Once you have had a chance to review our proposal, we would appreciate the opportunity to discuss any
questions you might have. Please feel free to contact me at (469) 854-2218. We lookforward to continuing
to partner with the City of Lubbock.
Respectfully submitted,
cv-t A - po-U
Ernest Pages, Partner
Sciens LLC
5900 South Lake Forest Drive I McKinney, Texas 75070 1 (469) 854-2218
www.sciens.com
Table of Contents
QUALIFICATIONAND EXPERIENCE.........................................................................................................................1
ABOUTSCIENS..............................................................................................................................................................1
PROJECTTEAM..............................................................................................................................................................2
TECHNICALAPPROACH..........................................................................................................................................4
OBJECTIVE....................................................................................................................................................................4
OUR UNDERSTANDING OF CITY OF LUBBOCK NEEDS.............................................................................................................4
OURAPPROACH............................................................................................................................................................4
Task1— Discovery ................................................................................................................................................5
Task 2 — Needs Assessment Report ......................................................................................................................5
COSTPROPOSAL.................................................................................................................................................... 6
PROJECTCOST DETAIL....................................................................................................................................................6
TIMELINE& AVAILABILITY................................................................................................................................................6
BILLING........................................................................................................................................................................6
sciens Page ii
C O N S U 1 I t N G
City of Lubbock
About Sciens
Management Consulting Services Proposal for a
Radio System Needs Assessment
Sciens LLC is an information technology (IT) management consultancy headquartered in McKinney, Texas
and with offices in Boston, Massachusetts. The firm has clients throughout Texas, the United States and
Canada. With decades of experience in Information Technology with municipalities, we pride ourselves in
our ability to integrate into client organizations and provide positive and thoughtfully developed
recommendations.
The company was formed in 1989 to support the Information technology consulting needs of local
government and has retained the same management since inception.
Sciens' staff is composed of advanced degreed, experienced industry professionals. Our staff consists of
management, business and engineering specialists who understand how to integrate the proper use of
Information technology through work processes analysis. We stay current in the latest industry trends
through participation in the Information Systems Audit and Control Association (ISACA), the Information
Technology Service Management Forum (ITSMF), the Institute of Industrial Engineers (IIE), the Institute of
Electrical and Electronic Engineers (IEEE), the International City/County Management Association.
Our style is open, collaborative and consultative. We drive change within our client organizations to help
them achieve their vision, employing knowledge and experience in leading management practices and
techniques.
sciens Page 1
City of Lubbock Management Consulting Services Proposal for a
Radio System Needs Assessment
Project Team
The project team organizational chart is shown below.
City of Lubbock
Project Manager
Ernest Pages
Sciens Engagement Manager
Dominic Tusa
Radio Engineer
Tusa Consulting
Sciens project team member roles are described below.
Ernest Pages Project Management 1.
Engagement
Manager 2.
3.
1 4.
5.
Discovery 1.
j 2.
Needs Assessment 3.
4.
5.
City of Lubbock
Project Team Members
Manages the project, ensuring project goals
are being met, including budget and schedule
Interacts with client stakeholders to refine
requirements
Communicates project progress and
challenges to the client
Provides quality control of all deliverables
Coordinates deliverables review with the
client.
Leads analysis of the business and technical
environment.
Participates in interviews with Stakeholders
Coordinates with Tusa on recommendations
development
Coordinates with Tusa in developing
budgetary cost estimates
Develops Assessment document
1h sciens
Page 2
City of Lubbock
Management Consulting Services Proposal for a
Radio System Needs Assessment
Dominic Tusa Discovery 1. Leads technical teams in review of
infrastructure, radio interference.
2. Drives user interviews.
Needs Assessment 3. Works with technical teams to develop initial
recommendations and budgetary cost
t _ estimates.
Summaries of the backgrounds of the Sciens team members are provided below.
Ernest Pages has over thirty-two years of experience in information/communications technology design
and has been involved with numerous government and Fortune 500 companies assisting them in strategic
planning and implementing systems. Ernest has managed the Information Technology operations for
government and fortune 500 companies. He has designed and procured systems and support services for
state and local governments, as well as international governments. Ernest is a certified Microsoft Systems
Engineering (MCSE), Governance of Enterprise IT (CGEIT). And Certified Information Systems Auditor
(CISA). Ernest earned a Bachelor of Science in Mechanical Engineering, master's in business (MBA) and a
Master of Science in Industrial Engineering (MSIE) from the University of Miami
Dominic F. Tusa is Principal Consultant for Tusa Consulting Services, a radio -consulting firm established in
January 1991, specializing in the design and implementation of public safety communication systems.
Drawing from a professional career span of 28 years involving virtually every aspect of public and private
radio communications (HF-SSB, analog and digital voice FM radio systems, private microwave, multiplex,
and telephony signaling systems), Mr. Tusa has a documented record of successful, high performance
radio solutions.
Team members referenced above will support the project efforts as described; additional staff resources
may also be assigned specific, supporting tasks to complete or assist in the preparation of deliverables as
required.
sciens
Page 3
C O N S U L T I N G
City of Lubbock
Objective
Management Consulting Services Proposal for a
Radio System Needs Assessment
The project work plan for the consulting engagement, including information about each major task is
described below.
Our Understanding of City of Lubbock Needs
The City of Lubbock, Texas utilizes an L3Harris Project-25 trunked radio system for its public safety
communication needs. The City's radio system consists of seven tower sites in a VHF/UHF configuration.
Further, the system utilizes simulcast transmit and voted -receiver technology which conserves scarce VHF
channel resources and provides for superior in -building coverage potentials as compared to traditional
multi -site non -voted solutions. Yet, City radio users have observed coverage and reliability issues that are
well outside the norm for simulcast configurations. In some instances, VHF radio systems can be degraded
by interference being received by distant, FCC -licensed radio systems. Or coverage deficiencies can be
caused by high electrical noise levels at tower sites. These sorts of anomalies are not easily recognized by
users or even some radio maintenance facilities but are the realm of experienced radio
engineers/consultants.
Our Approach
Sciens/Tusa has successfully deployed new P25 VHF/UHF radio technology over many years and has an
enviable record of solving coverage and reliability deficiencies found in radio systems fielded by others.
The following proposal describes the various processes that we have used to resolve reliability problems
for others -- and we are ready to roll up our sleeves and do the same for Lubbock.
Task 1
Discovery
Deliverables:
• Project Management Kickoff
• Review of Radio System Configuration
• Interference Assessment
• Review of Physical and Operational
Conditions.
Task 2
Needs Assessment Report
Deliverables:
• Documented Findings
• Recommendations
• Budgetary cost estimates
• User Interviews
Sciens Needs Assessment Methodology
sciens Page 4
C O N S U I T I N G
City of Lubbock Management Consulting Services Proposal for a
Radio System Needs Assessment
Task 1— Discovery
The focus for this phase of the project is on examining current functionality that need to be maintained
or updated. Specifically, this task involves the following activities:
1. Inspection — We conduct a high-level inspection of the City's Harris trunked radio system radio
sites and dispatch center(s) to observe the physical and operational condition of equipment,
shelters, towers/water tanks and antennas, lightning protection grounding, interconnection
systems, backup power, age of batteries and/or generators, etc. We will evaluate sites for
workmanship deficiencies and, through inspection of service records determine if reliability issues
exist and require corrective action.
2. Investigation — During the investigation stage, we will focus on multiple aspects of your radio
system configuration, including its equipment and allied microwave connectivity elements. For
those experiencing coverage deficiencies, we would first determine if outside interference is the
source of the issue. Whenever a radio system is experiencing interference and/or abnormally high
levels of electrical noise, coverage is adversely affected.
3. Interviews — While noise measurements are taking place, we would interview stakeholders to
better understand their experiences with the system and identify times when problems tend to
be occurring. Stakeholder interviews allow us to determine what aspects of the radio system may
require attention and what mitigation solutions could be applicable. To best prepare stakeholders
for their respective interview sessions, we will develop an online, cloud hosted "Radio System
Questionnaire". The online questionnaire would be circulated to all departments and agencies to
provide feedback/focus as to the problems they are experiencing. After questionnaires are
collected within an agreed -upon response period, we would request the City initiate scheduling
user agency on -site interviews. We can then conduct a more thorough understanding of issues
and present potential short-term solutions. We would prefer to conduct 1-hour interviews on -site
in a central staging area, but we understand the sensitivity surrounding COVID and, where
necessary, can do the sessions virtually using online services such as Zoom.
Task 2 — Needs Assessment Report
Sciens will analyze the finances, risks, and values as well as radio coverage capabilities, distill the
information and results collected, and present a set of recommendations for next steps. If, for
example, elements of the microwave backhaul system were found to be nearing end -of life status, we
would provide replacement alternatives. Or, if the Harris radio system is lagging in software release
status, we would describe a viable enhancement program. In the case of outside interference, we
would craft a plan to resolve the same. Our report deliverable will also include budgetary estimates
for each recommendation so the City of Lubbock can make an informed decision on a path forward.
sciens Page S
CONSUta
City of Lubbock Management Consulting Services Proposal for a
Radio System Needs Assessment
Project Cost Detail
The total project costs for Tasks 1 and 2 are shown in the Project Cost Detail below. Based on the scope
of work description, deliverables, and our proposed method for conducting the services, our not to exceed
cost for Task 1- $63,760 and Task 2 - $35,900 for a total not to exceed project cost of $99,660.
Task Discovery
1a Inspection
lb Investigation
Ic Interviews
Task Needs Assessment
2a Needs Assessment Report
2b Presentation
Timeline & Availability
56
$13,280
$3,200
$16,480
48
$11,280
$0
$11,280
120
$28,800
$7,200
$36,000
224
$53,360
$10,400
$63,760
92
$21,860
$0
$21,860
48
$11,640
$2,400
$14,040
140
$33,500
$2,400
$35,900
364
$86,860
$12,800
$99,660
It is expected that the project will require 4-6 weeks to complete. We can be on -site for Tasks la/lb the
week of 2/22/22.
Billing
Sciens proposes that project billings be structured as milestone payments based on the completion of
each Work Element of the project as represented in the Project Cost Detail, above.
Purchasing Cooperative
Sciens Consulting's services can be purchased through the following Purchasing Cooperative:
TIPS -USA. We have two contract numbers: 200601 for Consulting and Other Related Services; and 200105
for Technology Solutions Products and Services. More information can be found at:
https://www.tips-usa. com/yendorP rofile.cfm? Record ID=70CB96CA6605A6B B13 BOFFD8B F237334
61 sciens
Page 6