HomeMy WebLinkAboutAgenda Report - May 15, 2013 C-08AGENDA ITEM Cool
(1)CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Service
Agreement with VetSource Mobility of Clarksville, Tennessee, for Purchase and
Installation of 15 Mobile Data Computers ($83,670)
MEETING DATE: May 15, 2013
PREPARED BY: Mark Helms, Chief of Police
RECOMMENDED ACTION: Adopt resolution authorizing city manager to execute professional
service agreement with VetSource Mobility of Clarksville,
Tennessee, for purchase and installation of 15 mobile data
computers ($83,670).
BACKGROUND INFORMATION: The Lodi Police Department began the installation process of Data
- - -911 Mobile Data Computers (MDCs)-in-2004-and completed the --
project in 2007. Since that time, the Data 911 MDCs have become
obsolete and unreliable. Replacement parts are difficult to find, requiring the purchase of costly
refurbished equipment.
Replacing the current MDCs with new equipment will greatly assist police officers in their daily duties, as
well as enhance officer safety. The proposed replacement MDCs are Windows compatible which will
assist in the field report writing and enhance department data collection abilities. In addition, the
equipment includes a portable Tuffbook laptop computer that can be removed from the vehicle for use by
officers to write reports while conducting interviews and investigating cases. Our current MDCs are not
portable and require officers to hand write case notes, then return to the vehicle to create their reports.
One of the most important features provided by the new MDCs will be the GPS tracking feature. The
GPS will provide dispatch with the exact location of the police vehicle at any time. Should an officer need
assistance and be unable to communicate, the GPS provides the location immediately.
We currently have 31 patrol vehicles in the fleet that are in need of MDC replacement. The purchase of
15 MDCs utilizing available grant funding will provide updated technology to approximately half of the
fleet. The goal is to purchase the remaining replacement MDCs over the next 12 months by including the
replacement cost of new patrol vehicles and with future grant funding.
FISCAL IMPACT: Funding for 15 replacement MDCs will be through grant funds.
FUNDING AVAILABLE: $73,400 from State COPS Grant (Account 2351001)
$10,270 from 2011 JAG Grant (Account 2340205)
JordanAyeys�ty City M ager/Internal Services Director
Mark Helms, Chief of Pol
APPROVED:
Bartlam, City Manager
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2013, by and between the CITY
OF LODI, a municipal corporation (hereinafter "CITY'), and VETSOURCE MOBILITY of
Clarksville, Tennessee (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for the purchase of
15 mobile data computers (hereinafter "Project") as set forth in the Scope of Services
attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide
such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
11
counted against CONTRACTOR's contract performance period. Also, any delays due to
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
City acknowledges and consents to Contractor's intent to subcontract a portion of
the work under this Agreement to Lehr Auto Electric (hereinafter "Subcontractor").
Notwithstanding, Contractor shall remain fully responsible for performance of the entire
scope of work required under this Agreement.
r�
Contractor shall indemnify and hold City harmless with respect to the activities of
Subcontractor in the same manner and to the same degree as if Subcontractor was the
employee of Contractor.
Contractor shall be solely liable and responsible for all payments or other
compensation payable to Subcontractor and its officers, employees, agents, and
successors in interest arising through services performed under this Agreement.
Contractor's obligation to pay Subcontractor is an independent obligation from City's
obligation to pay Contractor.
Contractor shall obtain certificates of insurance which establish that
Subcontractor maintains insurance in conformity with the requirements set forth in
Exhibit C to this Agreement, and also maintains garage keeper's insurance coverage in
an amount of not less than $1,000,000 each occurrence. Contractor shall ensure
delivery of all such insurance certificates to City's Risk Manager and obtain the approval
thereof, prior to Subcontractor performing any work for Contractor under this Agreement.
Section 2.6 Term
The term of this Agreement commences on May 27, 2013 and terminates upon
the completion of the Scope of Services or on June 30, 2014, whichever occurs first.
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
3
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 Indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees), arising out of performance of the services to be performed
under this Agreement, provided that any such claim, damage, loss, or expense is
2
caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor
employed directly by CONTRACTOR, anyone directly or indirectly employed by any of
them, or anyone for whose acts they may be liable, except those injuries or damages
arising out of the active negligence of the City of Lodi or its officers or agents.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY: City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Patsy Tucker
5
To CONTRACTOR: VetSource Mobility
1960 Madison Street, Suite J-315
Clarksville, TN 37043
Attn: Matthew Hinton
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential' or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
G
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
7
Section 4.18 Severability
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit apply to this contract. In the event of a conflict between the terms of this
contract or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
8
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
RANDI JOHL
City Clerk
CITY OF LODI, a municipal corporation
KONRADT BARTLAM, City Manager
APPROVED AS TO FORM: VETSOURCE MOBILITY
D. STEPHEN SCHWABAUER, City Attorney
JANICE D. MAGDICH, Deputy City Attorney
By: By: _
Name:
Title:
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Funding Source:2351001 & 2340201
(Business Unit & Account No.)
Doc ID:LPD 13-13
CA:rev.01.2012
7
EXHIBIT A
SCOPE OF SERVICES
VetSource Mobility
1960 Madison St., Ste. J-315
Clarksville, TN 37043
Purchase of 15 Mobile Data Computers, software, misc. hardware for mounting.
Includes installation of all devices, removal of old equipment and shipping.
SERVICE DISABLED
veiso, 6*-rae VETERAN -OWNED
m c3 E3 i L_ ii .-r 'Y SMALL BUSINESS
1960 Madison Street Suite J 315
Clarksville, TIN 37043 FED TAX ID: 27-1110215
Phone 931-266-4242 DUNS: 8322585.08
Fax 931-919-1219 CAGE: 57`$T4
suRpgrt0vetsourcemobility.co
DATE: March 12, 2013
Quote # V031213.COLPD53-15Q
Customer PO# .
Prepared By: Matthew Hinton
Bill To; City of Lodi Police Department Ship To: City of Lodi Police Department
Steve Carillo Steve Carillo
22.1 W. Pine St. 221 W. Pine St..
Lodi, CA 95241. Lodi, CA 95241
209-333-5548
Comments orSpecial
Instructions! SHIPPING Is
TBD
. .
Win 7 . Intel Core i5 -3320M 2.60GHz, vPro, 14.0 HD Touch,
500GB(7200rpm), 4GB, Intel WiFl a/b/g/n, Bluetooth, Dual
is
DSM-53BUSRGGD
Pass (UpperWWAN/ Lower.WLAN), Verizon 4G LTE,
$ 3,299.00
Emissive Backlit Keyboard, Multi -drive, Tbughbook.
Preferred
15
DSM-PSPP SY
Toughbook Protection Plus, No -Fault Accident
800.00
6
.
Forgiveness, 5 Yr Warranty
Microsoft Office 2013 English Local Government OPEN I
$ 297.00
15 _DSM-MSOFF13
Liciense No Level
15
DSM-MSOFFINS
Load Microsoft Office Software
$ .50.0
Gamber-Johnson DOCKING STATION KIT - includes
15
DS . M-GJ53KIT
Dock for CF -63 with DUAL RF and LIND EXTERNAL
$ 1,639.00
Power Supply, Screen Support
.
Mounting equipment: lower base, upper pole, support and
$ 316.00
is
P SM-GRODIrnount
motion device.
Antenna Plus AP -Navigator 4x - GP$l cellular phone Wj-
DSM-GPSWHT
Fi "Hockey Puck'ardenna,'THREADED BOLT- WHITE -
$ 390:00
15
USB- Compatible wt Panasonic Gamber Johnson Docking
Stations
15
DSM-LODlinstall
Crown Victoria installation & removal of:ofd equipment
$ 1,699.00
15
DSWPSBRNZ
lnifd Imaging, Asset Tagging, &.8hipping
$ 60.00
SUBTOTAL
...........
0.00%
TAX RATE
-tanrni at Quote:
Payment is to be made by Check, Credit Card (3%.Cony. Fee); or approved Financing Options. SALES TAX
Integration services on computer hardware may.require partial orcomplete prepayment SHIPPING & INS
9
r
TOTAL
Aox. 36 Month FMV Lease Option (Subject to Creiflt)
ti
Payment address: 1960 Madison St. Suite J 315 Clarksville, Tennessee 37043
If credit temns are approved, (14010 or NeI20), buyer agrees to 1.61A fee If payment duo date Is missed. L5f
A fl with It plOase contact Thank you for your business. - If you are ever anything less than completely s ils ad your experience, nt ct the managing
6
-Gue '0
bprester@vetsourcemobiiq
partners of Wasource mobility Scott soi-26r>4242 ext jo2, sgies@vetsourcemobility.com,
or Bill Presler ext 101, ii5�,rom:
EXHIBIT C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this contract,
insurance coverage as listed below. These insurance policies shall protect the Contractor and any subcontractor
performing work covered by this contract from claims for damages for personal injury, including accidental death, as
well as from claims for property damages, which may arise from Contractor's operations under this contract, whether
such operations be by Contractor or by any subcontractor or by anyone directly or indirectly employed by either of
them, and the amount of such insurance shall be as follows:
COMPREHENSIVE GENERAL LIABILITY 2. GARAGE KEEPERS LIABILITY
$1,000,000 Ea. Occurrence $1,000,000 - Ea. Occurrence
$2,000,000 Aggregate
NOTE: Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a
claims period following termination of coverage which is at least consistent with the claims period or statutes of
limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.).
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine
Street, Lodi, California, 95241-1910; (2) The insurance certificate must state, on its face or as an endorsement, a
description of therp oiect that it is insuring.
A copy of the certificate of insurance with the following endorsements, which may be blanket endorsements, shall be
furnished to the City:
(a) Additional Insured Endorsement
Such insurance as is afforded by this policy shall also apply to the City of Lodi, its elected and appointed
Boards, Commissions, Officers, Agents, Employees, and Volunteers as additional insureds.
(This endorsement shall be on a form furnished to the City and shall be included with Contractor's policies.)
(b) Primary Insurance Endorsement
Such insurance as is afforded by the endorsement for the Additional Insureds shall apply as primary insurance.
Any other insurance maintained by the City of Lodi or its officers and employees shall be excess only and not
contributing with the insurance afforded by this endorsement.
(c) Completed Operations Endorsement
A certificate of insurance with a Completed Operations Endorsement, CG 20 37 07 04, will be provided to the
City of Lodi during construction and for three years after acceptance.
(d) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall
not operate to increase the limit of the company's liability.
(e) Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice
of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
Compensation Insurance The Contractor shall take out and maintain during the life of this contract, Worker's
Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any work is
sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the
latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any
class of employees engaged in hazardous work under this contract at the site of the project is not protected under the
Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide
insurance for the protection of said employees. A waiver of subrogation is required for workers compensation
insurance. This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 W. Pine St., Lodi, CA
95240.
NOTE: No contract agreement will be signed nor will any work begin on a project until the proper insurance certificate
is received by the City.
RESOLUTION NO. 2013-89
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT
FOR PURCHASE AND INSTALLATION OF 15 MOBILE DATA COMPUTERS
WITH VETSOURCE MOBILITY, OF CLARKSVILLE, TENNESSEE, AND
FURTHER APPROPRIATING FUNDS
WHEREAS, Lodi Police Department originally purchased Mobile Data Computers for
patrol units over a period of three years from 2004 through 2007; and
WHEREAS, the majority of current Mobile Data Computers are more than eight years
old and are unreliable and in need of replacement to remain current with technology available
for police services and safety; and the Police Department has been informed that repairs to the
computers and parts will become obsolete in the near future; and
WHEREAS, the unreliability of the Mobile Data Computers and the inevitable failure to
repair the equipment creates not only an obstacle for day-to-day operations in serving the
community but a concern for the safety of officers in the field as well as the citizens served; and
WHEREAS, it is recommended that 15 replacement Mobile Data Computers be
purchased from VetSource Mobility and installed in police vehicles in the total amount of
$83,67.0___to. _replace _.approximately__ one-half of Lodi __PoliceDepartment's existingMobile Data
Computers.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council hereby approves the
purchase and installation 15 Mobile Data Computers by VetSource Mobility in the amount of
$83,670; and
BE IT FURTHER RESOLVED that the City Manager is hereby authorized to execute the
Professional Services Agreement with VetSource Mobility on behalf of the City; and
BE IT FURTHER RESOLVED that funds in the amount of $83,670 be appropriated from
State COPS Grant ($73,400) and 2010 JAG Grant ($10,270) for this purchase and installation.
Dated: May 15, 2013
------------------
------------------
I hereby certify that Resolution No. 2013-89 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held May 15, 2013, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Katzakian, Mounce, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — Johnson
ABSTAIN: COUNCIL MEMBERS — Nof(N=L
City Clerk
2013-89