HomeMy WebLinkAboutMagellan Advisors LLC; 2021-02-11;City Attorney Approved Version 6/12/18 1
AGREEMENT FOR LONG-TERM COMMUNICATIONS NETWORK PLANNING SERVICES MAGELLAN ADVISORS, LLC
THIS AGREEMENT is made and entered into as of the ______________ day of _________________________, 2021, by and between the CITY OF CARLSBAD, a municipal
corporation, ("City"), and MAGELLAN ADVISORS, LLC, a Denver, CO, ("Contractor"). RECITALS A. City requires the professional services of a consulting firm that is experienced in providing long-term communications network planning services to municipal governments. B. Contractor has the necessary experience in providing professional services and advice related to long-term communications network planning. C. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work. NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein, City and Contractor agree as follows:
1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") that are defined in attached Exhibit "A", which is incorporated by this reference in
accordance with this Agreement’s terms and conditions. 2. STANDARD OF PERFORMANCE
While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of one (1) year from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods or parts thereof. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement.
4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement.
5. COMPENSATION The total fee payable for the Services to be performed during the initial Agreement term will be
ninety-nine thousand nine hundred and sixty dollars ($99,960). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. If the City elects to extend the Agreement, the amount shall not exceed ninety-nine thousand nine hundred and sixty dollars ($99,960) per Agreement year. The City reserves the right to withhold a ten percent (10%) retention until City has accepted the work and/or Services specified in Exhibit "A".
Incremental payments, if applicable, should be made as outlined in attached Exhibit "A".
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
11th
February
City Attorney Approved Version 6/12/18 2
6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and
in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be
considered employees of City for any purposes. The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behalf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City’s election, City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING
Contractor will not subcontract any portion of the Services without prior written approval of City. If Contractor subcontracts any of the Services, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and of the persons either directly or indirectly
employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual relationship between any subcontractor of Contractor and City. Contractor will be responsible for
payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City reserves the right to employ other Contractors in connection with the Services. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys fees arising out of the performance of the work described herein caused by any negligence,
recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable.
The parties expressly agree that any payment, attorney’s fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City’s self-administered workers’ compensation is included as a loss, expense or cost for the purposes of this section, and that this
section will survive the expiration or early termination of this Agreement. 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the services by Contractor or Contractor’s
agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII"; OR with a surplus line insurer on the State of California’s List of Approved Surplus Line Insurers (LASLI) with a rating
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
City Attorney Approved Version 6/12/18 3
in the latest Best’s Key Rating Guide of at least “A:X”; OR an alien non-admitted insurer listed by the National Association of Insurance Commissioners (NAIC) latest quarterly listings report.
10.1 Coverage and Limits. Contractor will maintain the types of coverage and minimum limits indicated below, unless the
Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits of the insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate, Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. The full limits available to the named insured shall also be available and applicable to the City as an additional insured. 10.1.1 Commercial General Liability (CGL) Insurance. Insurance written on an “occurrence” basis, including personal & advertising injury, with limits no less than $2,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this project/location or the general aggregate limit shall be twice the required occurrence limit.
10.1.2 Automobile Liability. (if the use of an automobile is involved for Contractor's work for City). $2,000,000 combined single-limit per accident for bodily injury and property damage.
10.1.3 Workers' Compensation and Employer's Liability. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this.
10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor’s profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion of the work. 10.2 Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City.
10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage.
10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions of this Agreement.
10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase
replacement insurance or pay the premiums that are due on existing policies in order to maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement.
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
City Attorney Approved Version 6/12/18 4
10.5 Submission of Insurance Policies. City reserves the right to require, at any time, complete
and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE
Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended from time-to-time. 12. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit, and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement. 13. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work
product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor’s records.
14. COPYRIGHTS Contractor agrees that all copyrights that arise from the services will be vested in City and
Contractor relinquishes all claims to the copyrights in favor of City. 15. NOTICES The name of the persons who are authorized to give written notice or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. For City For Contractor
Name Maria Callender Name John Honker
Title IT Director Title President/CEO
Department IT Address 999 18th Street, Suite 3000
City of Carlsbad Denver, CO 80202
Address 1635 Faraday Ave Phone No. 786.208.8952
Carlsbad, CA 92008 Email jhonker@magellan-advisors.com
Phone No. 760.602.2454
Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address.
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
City Attorney Approved Version 6/12/18 5
16. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the
requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all categories.
Yes No 17. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Services by Contractor. Contractor will at all times observe and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's services with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose services are required by this Agreement.
18. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment.
19. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will
be used to resolve any questions of fact or interpretation not otherwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be forwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. If the resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be forwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law.
20. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may
terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may terminate this Agreement upon written notice to Contractor. Upon
notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and of the percentage of work that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment of the Agreement.
Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
City Attorney Approved Version 6/12/18 6
under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made.
21. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other
than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty, City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 22. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seq.,
the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of
information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of
which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 23. JURISDICTION AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 24. SUCCESSORS AND ASSIGNS
It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which
shall not be unreasonably withheld. 25. ENTIRE AGREEMENT
This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties.
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
City Attorney Approved Version 6/12/18 7
26. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of
Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement.
CONTRACTOR CITY OF CARLSBAD, a municipal corporation of the State of California
By: By:
(sign here) Assistant City Manager as authorized by the City Manager
(print name/title)
ATTEST:
By:
(sign here) BARBARA ENGLESON
City Clerk
(print name/title)
If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation, Agreement must be signed by one corporate officer from each of the following two groups. Group A Group B Chairman, Secretary, President, or Assistant Secretary, Vice-President CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. APPROVED AS TO FORM:
CELIA A. BREWER, City Attorney
BY: _____________________________ Assistant City Attorney
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
PresidentJohn Honker
Courtney Violette Chief Operating Officer
for
City Attorney Approved Version 6/12/18 8
EXHIBIT “A” SCOPE OF SERVICES
See following pages
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
City of Carlsbad, CA
Proposal for Long-Term Communications Network Planning
Prepared For: Maria Callander
City of Carlsbad
Director of Information Technology
1635 Faraday Avenue
Carlsbad, CA 92008
Prepared By: Jory Wolf
Magellan Advisors
VP of Digital Innovation
O: 818.312.7768
E: Jwolf@magellan-advisors.com
www.magellan-advisors.com
July 20, 2020
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
www.magellan-advisors.com 2020 Magellan Advisors
2
Background
The City of Carlsbad (“Carlsbad”) has successfully negotiated, planned, and is implementing a City-wide fiber-
based communications network, which in its initial phase will provide gigabit internet and transport services
to all its government buildings. Subsequent phases may deliver high speed communications for Smart City
applications including public wi-fi, intelligent transportation, enhanced public safety communications,
intelligent street lighting and many other government innovations. As part of an existing, long-term
agreement, Crown Castle will provide use of its dark fiber to Carlsbad and will operate and maintain the fiber.
Electronics to light the fiber will be acquired, configured and installed by Carlsbad’s value-added reseller,
Logicalis, Inc. Both these agreements were approved by City Council on December 17, 2020. Ongoing
configuration and support of the electronics will be the responsibility of Carlsbad’s Information Technology
Department. The Digital Information Network (“DIN”) is fiber-based and will provide communications of up to
10 Gbps bandwidth for Carlsbad applications, services and Smart City application initiatives; higher speeds
will be attainable by upgrading electronics at the discretion of Carlsbad.
The DIN system will replace the current communications services offered commercially by AT&T, and
implementation, testing and cutover is planned during fourth quarter of calendar 2020.
Magellan Advisors (“Magellan”) has provided technology and telecommunications consulting services to
Carlsbad since 2017. The initial engagement consisted of an IT Assessment and implementation planning.
Following the IT Assessment, Magellan supported the negotiation of an agreement between Crown Castle and
Carlsbad, which secured the use of six strands of fiber Crown Castle for Carlsbad throughout the City in
return for wireless device attachments on Carlsbad streetlight poles. In a subsequent engagement, Magellan
assisted Carlsbad in working with Crown Castle to provide a complete network design of the fiber network.
Once approved, this design, along with supporting Crown Castle recurring pricing, serves as the basis for the
Crown Castle Agreement approved at December Council meeting. Concurrent with the approvals of the two
agreements (Crown Castle with Carlsbad, and Logicalis with Carlsbad), Magellan was selected to act as Project
Manager supporting Information Technology in DIN implementation.
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
www.magellan-advisors.com 2020 Magellan Advisors
3
References
South Bay Cities Council of Governments, CA: Fiber Master Plan and Implementation
Contact: Jacki Bacharach | Executive Director | 310.293.2612 | jacki@southbaycities.org
Magellan Advisors was retained by the South Bay Coalition of Governments to complete a Fiber Master Plan for 15
cities in the South Bay Region. The Fiber Master Plan Study was funded by the Workforce Investment Board through
a workforce development grant and assessed the current state of workforce development and jobs retention in the
region through focus group discussions with cities, businesses and anchor institutions. The Fiber Master Plan laid
the foundation of the development of a fiber broadband infrastructure that will serve the cities in the region for
economic development, workforce development and job retention. The study called for implementation of a regional
network to expand broadband into the communities through a public-private partnership agreement. Magellan
assisted SBCCOG in developing an RFP, selecting a partner, negotiating a contract, and securing funding for the
regional network scheduled to begin operation in August 2020. Our advisors continue to assist the South Bay as
trusted broadband advisors, managing initial deployment throughout network implementation, which will include
the core fiber ring and connecting several dozen sites.
City of Santa Clarita, CA: Fiber Master Plan, Design Engineering, and Public-Private Partnership
Contact: Benny Ives | Technology Services Manager | 661.286.4086 | BIves@santa-clarita.com
The City of Santa Clarita, CA engaged Magellan Advisors to create a fiber master plan that examined community
needs, policies and benefits surrounding the City’s fiber and wireless infrastructure and assets. Magellan assisted
the City in assessing fiber-optic infrastructure through the collection of data, a comprehensive needs assessment,
and analysis of the current availability, reliability, and cost of high-speed internet in the area. The resultant study
provided Santa Clarita’s leadership with a blueprint for viable actions to enhance its broadband future. Among its
recommendations is continued investment in City assets by expanding the current fiber-optic infrastructure to
benefit local businesses and to generate revenue streams for the City of Santa Clarita. The report was approved by
City Council in August 2018 and the City is now implementing the recommendations. Magellan continues to serve
as the City’s broadband advisor and is currently assisting Santa Clarita with the development of a Request for
Proposals (RFP), partnership selection, and contract negotiations to begin construction of the recommended fiber
network. Magellan will also assist with design engineering of a pilot area for the project.
City of Rancho Cucamonga, CA: Fiber Master Plan & Turnkey Implementation Services
Contact: Fred Lyn | Utilities Division Manager | 909-477-2740 | Fred.Lyn@cityofrc.us
Magellan Advisors was retained by the City of Rancho Cucamonga, CA in 2016 to develop a Fiber Master Plan for the
City. The City has consistently shown entrepreneurial spirit in past initiatives (starting electric utility, purchase of
16,000 streetlights from California Edison), and now in the deployment of high-speed, next-generation broadband
services. The plan identified ways for the City to expand their existing fiber network, its extensive traffic assets, and
additional investment to create a backbone network throughout the City’s primary business corridors, and economic
development zones. The network will support additional use by internal departments, community anchors,
partnerships with ISP’s, and the support for Smart City initiatives. Magellan worked with Rancho Cucamonga in
development and solicitation of a RFI for Public Private Partnerships, and developed a roadmap and action plan that
recommended the City/Utility formalize its broadband utility as a division of Rancho Cucamonga Municipal Utilities
(RCMU). Magellan was subsequently contracted to perform full Network Design and Engineering services and full
turnkey implementation services, including all procurement, governance, network standup and testing, data center
design, public policy, marketing and branding, and integration of all ISPs into the network platform. Network
construction is slated to begin Q2 of 2018. Adoption of the Fiber Master Plan has led the City to budget $12 million
to execute the plan over a six-year period.
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
www.magellan-advisors.com 2020 Magellan Advisors
4
Consulting Team
The profiles below highlight the experience of the Magellan team proposed to complete work for Carlsbad.
Jory Wolf: VP of Digital Innovation, Project Executive
Jory joined Magellan after 22 years as CIO of the City if Santa Monica, CA where he
launched Santa Monica City Wi-Fi, which provides free internet services to the public
through a network of 32 hot zones and wireless coverage in most major commercial and
transit corridors throughout the city. He created Santa Monica City Net, a 100-gigabit
broadband initiative to support an environment for local businesses to compete in the
global economy with cutting edge network solutions. Jory has over 35 years of experience
in Information Technology, including broadband, FTTH and Smart City initiatives. Jory and
his teams have received over 50 awards for information technology projects during his
career and in 2012 he received the CIO Lifetime Achievement Award from the Los Angeles
Business Journal. Since joining Magellan Advisors in July 2016, Jory has led teams that have
worked with 50+ projects in broadband master planning feasibility studies, wireless strategic
planning, 5G small cell policies, dig once policies and Smart City.
Joe Carella: Senior Broadband Consultant, PMP
Joe Carella has over 25 years’ experience in technology management, applications
development, enterprise application integration, operations management, and consulting in
the technology space, including the last nine years in fiber construction, broadband
management, digital inclusion and smart cities planning for two metropolitan municipal
governments. Prior to joining Magellan, he had roles as CIO at a financial services firm, as head
of applications at a Wall Street broker / dealer and developing strategic IT and organizational
restructuring plans for a global biotechnology firm. He has successfully applied for over $75
million in federal grants, including $23 million in three Broadband Technology Opportunities
Program (BTOP) grants, which fulfilled all program goals and closed successfully. Joe is a
certified PMP, understands fiber installation and planning, E-Rate and other federal funding
programs, and graduated from NYU with majors in Mathematics and Computer Science.
Joseph Seaman: Senior Consultant
Joseph has over 20 years in the IT services industry providing high level security and consulting
services to such companies as Microsoft, CSX and Saft. He has performed hundreds of security
and networks assessments to public and private institutions with a focus on professionalism,
ethics and quality of service. Mr. Seaman started his technology career in banking by providing
technology support services and progressed through job promotions and strategic
opportunities as a consultant before starting his own practice. He brings a wealth of knowledge
beyond security best practices that includes network design and integration, server
design/integration/optimization, backup and disaster recovery planning, records management
and maintenance, database design and maintenance, application development lifecycle, cloud services and configuration,
government compliance and mobile device integration. Joe is certified in CISSP, CISA, and CTPRP.
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
www.magellan-advisors.com 2020 Magellan Advisors
5
Melanie Downing: Project Management Analyst
Melanie has a background in technical communication and has extensive experience
coordinating, researching, and implementing projects across a variety of fields from defense
contracts to small business plans. Prior to joining Magellan in 2018, she worked in healthcare
management and consulting and was a graduate student at the University of Central Florida
studying technical communication in technology and public policy. In her current role as
Project Management Analyst, she supports Magellan’s West Coast team, assisting more than
twenty local governments across California, Oregon, and Washington with broadband
initiatives. Melanie coordinates project-related data including the development and completion
of scopes of work, timelines, milestones, deliverables, project tasking, and quality control,
helping to ensure the success of our clients’ communities.
Project Organizational Chart
Jory Wolf
Project Executive
Joe Seaman
Sr Technical
Consultant
Melanie Downing
Project Analyst
Joe Carella
Project Manager,
Business Analyst
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
www.magellan-advisors.com 2020 Magellan Advisors
6
Scope of Services
Strategy and Plan for Communications Network
Magellan Advisors (“Magellan”) will develop a long-term strategy and implementation plan for extending the use of
Carlsbad’s fiber-based Digital Information Network (“DIN”). DIN uses Crown Castle dark fiber which under an
agreement, Carlsbad has rights to use. In another agreement, the dark fiber is managed and maintained by Crown
Castle for Carlsbad./ Electronic equipment to light the DIN network is owned, managed, and operated by Carlsbad
IT, with support from VAR Logicalis during the first year of operation. Magellan will also provide policy and guidance
regarding usage agreements, service level agreements, inter-departmental communications, change management,
scheduling of changes and implementation of new network based Smart City technologies.
Task 1 – Analysis by Department, Function
a. Scope of Departmental Analysis - Magellan will work closely with Carlsbad IT and other Carlsbad
departments to:
• Define Requirements – Identify and document all network and Smart City related technology,
implementation, and integration requirements for each department.
• Complete Technical Design – Develop high-level and detailed technical design for implementing
communications and application integration for each department.
• Provide Policy Guidance – Specify key terms of agreement in principle between Information Technology
and other groups, as outlined below.
• Plan Integration into Network Operations Center (NOC), Incident Reporting (Service Now).
b. Potential Consulting for Departments - Magellan may perform detailed analysis for the following Carlsbad
departments, to develop requirements for each department to use Carlsbad’s DIN network:
• Public Works, Transportation Department – Traffic desires to have high speed, reliable connectivity to all
traffic control devices. Carlsbad will be able to leverage this infrastructure in the public right-of-way to
facilitate other Smart City technologies which may include traffic cameras, motion detection cameras,
various sensors, Wi-Fi, or kiosks.
• Public Works, Utilities – Supervisory Control and Data Acquisition (SCADA) network and applications for
SCADA devices. Public Works desires to have fiber connect its citywide SCADA devices for water quality
testing and other purposes.
• Public Works, Utilities – For Municipal Water District (CMWD), Automated Metering Infrastructure (AMI)
and Automated Meter Reading (AMR) for water meters.
• Public Safety, Police Department – Securely access California Law Enforcement Telecommunications
Systems (“CLETS”), providing access to CA law enforcement information. CLETS in turn provides access
to FBI’s Criminal Justice Information Systems (“CJIS”). Operation and management of public safety video
cameras and related system components, police body-worn camera video storage, with secure handoffs
to evidentiary management systems.
• Public Safety, Fire Department – Communications solutions with other fire agencies and Northcom Joint
Powers Authority.
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
www.magellan-advisors.com 2020 Magellan Advisors
7
• Public Works, Street Lights – Intelligent Street Lighting and street lights are also expected to be mounting
points for cameras and sensors.
• Libraries – Explore how technology may benefit libraries, from electronic distribution of e-books, distance
learning, community engagement, public Wi-Fi, etc.
• Parks and Recreation - Explore how telecommunications technologies may benefit parks and recreation,
from reservation services and permit kiosks, cameras and public Wi-Fi.
• Economic Development– Examine needs of Economic Development department.
Task 2 - Plan Development – Based on completion of requirements analysis for each of the named departments,
Magellan will construct a high-level implementation plan with illustrative schedule, equipment specifications, cost
estimates, and tasks to be performed by Carlsbad IT and each department. The Plan will provide a roadmap for
conversion to DIN from existing networks, and implementation of selected Smart City applications.
Project Management & Meetings - Magellan’s project team will meet on a bi-weekly basis with Carlsbad’s project
team to discuss the status of the project, major milestones and deliverables, and ensure alignment on project
goals. We will also be available to the City to present to leadership, including Council, upon completion of the Plan.
*Due to the COVID-19 pandemic, Magellan Advisors will be limiting onsite visits in adherence to CDC guidelines. At
this time, all meetings are being conducted virtually. Magellan’s team will work with Carlsbad’s team to conduct
meetings remotely and will inform the City’s team of any updates to this policy as the situation progresses.
Assumptions
1. Magellan Advisors will provide overall project management and oversight for the project.
2. City of Carlsbad IT will resolve any scheduling or resource points to ensure cooperation of other
departments.
3. Magellan assumes documentation for departmental systems and current network are up-to-date, available
and accurate.
4. Magellan assumes that interfaces to following systems are well-defined and available:
a. Network Operations Center (NOC) systems.
b. ServiceNow incident tracking system.
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
www.magellan-advisors.com 2020 Magellan Advisors 8
Project Timeline
The schedule below is based on projects of a similar nature.
*Project Milestone and Deliverable
Departmental Interviews and Analysis
Task Description Month
1
Month
2
Month
3
Month
4
Month
5
Analysis By Department, Function
Plan Development, Assembly *
Project Management & Meetings
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
www.magellan-advisors.com 2020 Magellan Advisors
9
Cost
The total cost to the City of Carlsbad for the Long-Term Network Planning is $99,960 and includes all work to
be completed by Magellan as stated in this Proposal. Magellan will bill Carlsbad in five (5) equal monthly
payments of $19,992.
Magellan will bill on the first day of the month for the current month’s services. Invoices are payable
on net 30 terms from the date of invoice.
Task Cost
Project Management $12,600
Task 1: Departmental Analysis, Requirements
Public Works – Transportation/Traffic $15,120
Public Works – Utilities/Water/SCADA $10,080
Public Works – Streetlights $6,720
Public Safety – Police (CLETS, Public Safety Cameras, Body Cameras) $16,800
Public Safety – Fire $8,400
Libraries $5,040
Parks & Recreation $5,040
Economic Development/Innovation $5,040
Other $3,360
Total Analysis, Requirements $75,600
Task 2: Plan Development, Assembly $11,760
Total Project Not to Exceed $99,960
Other Terms & Conditions
As defined in final Professional Services Agreement between City of Carlsbad and Magellan Advisors.
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38
DocuSign Envelope ID: 965A7A59-D6E7-4431-8729-9AEEEF4D0A38