HomeMy WebLinkAboutAgenda Report - August 20, 2014 C-13AGENDA ITEM C 43
(1)CITY OF LODI
COUNCIL COMMUNICATION
TM
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services
Agreement with Kratos Public Safety & Security Solutions, Inc., of San Diego, for
Repairs and Maintenance of City Security Doors, Gates and Access Control
($75,000)
MEETING DATE: August 20, 2014
PREPARED BY: Public Works Director
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional
Services Agreement with Kratos Public Safety & Security Solutions, Inc.,
of San Diego, for repairs and maintenance of City security doors, gates
and access control, in the amount of $75,000.
BACKGROUND INFORMATION: Kratos Public Safety & Security Solutions, Inc. (Kratos), formerly
Ingersoll Rand, has installed and maintained the key access
systems for the Police Department, Municipal Service Center, White
Slough Water Pollution Control Facility, Surface Water Treatment Plant, Library and Lodi Transit Station.
Kratos has been designated as the sole supplier of these systems in past Council actions, to keep all
systems consistent and allow for interoperability.
The Professional Services Agreement will cover on call repairs and maintenance for all City facility
security doors, gates and access control for a period of five years. All work will be billed on an hourly
rate plus materials, with a markup rate dependent on the material. All costs will be approved by the City
prior to any work being completed.
Staff recommends that the City Manager be authorized to execute the Professional Services Agreement
with an amount not to exceed $75,000 for the five-year period.
FISCAL IMPACT: Excess costs may be incurred if the City uses a different maintenance
provider of security systems. Another provider may not service another
company's equipment which may require replacement of serviceable
equipment.
FUNDING AVAILABLE: Operating Accounts: Facilities (103511.7331), Police (101033.7323),
Transit (125055.7334), White Slough (170403.7331), Electric Utility
(160601.733 Wastewater (170401.7323) and Water (180451.7323).
Jordan -Ayers
Deputy City Manager/Interni, Services Director
,41A 1Z
F. Wally ndelin
Public Works Director
Prepared by Rebecca Areida-Yadav, Management Analyst
FWS/RAY/pmf
APPROVED:
K: \W P\C 0 U N C I L\2014\Kratos. doc
City Manager
7/31/2014
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on
, 2014,
by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and
KRATOS PUBLIC SAFETY & SECURITY SOLUTIONS, INC. (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 On -Call Repairs
and Maintenance of City Security Doors, Gates and Access Control (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
1
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
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on September 1, 2014 and terminates
upon the completion of the Scope of Services or on August 30, 2019, whichever occurs
first.
z
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
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.
3
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 and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is 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, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
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.
4
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: Rebecca Areida-Yadav, Management Analyst
To CONTRACTOR: Kratos Public Safety & Security Solutions, Inc.
4820 Eastgate Mall, Ste. 200
San Diego, CA 92121
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
5
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.
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.
6
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 Inte ration 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.
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.
iA
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 D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JENNIFER M. ROBISON
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
By:
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
KRATOS PUBLIC SAFETY & SECURITY
By:
Name:
Title:
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source:
(Business Unit & Account No.)
Doc ID:WP\ProjectsjPSAs\2014\Kratos
CA:Rev.07.2014
8
KRt,60TOS
PUBLIC SAFETY & SECURITY SOLUTIONS, INC.
July 16, 2014
Rebecca Areida-Yadav
Management Analyst
Public Works Department
City of Lodi
(209) 333-6706
Dear Mrs. Yadav,
Exhibit A/B
4820 Eastgate Mall Ste. 200
San Diego, CA, 92121
Main: (858) 812-7300
Fax: (858) 858-7301
www.kratospss.com
On behalf of Kratos Public Safety & Security Solutions, Inc. (Kratos), I am pleased to present
the below Time and Material Hourly rate for the City of Lodi for on call repairs and maintenance
for security doors, gates, and Access Control.
The Kratos hourly rate for the first year of this agreement is $130.00 per hour, with a 3%
escalation for each additional year. All work will be quoted based on this rate to include any
applicable material and travel cost to be approved by the City of Lodi prior to any work being
performed
Again I would like to thank you for this opportunity and I look forward to working with you.
Regards,
Ryan Morning
NOT TO EXCEED $75,000 FOR FIVE-YEAR TERM OF AGREEMENT
Exhibit C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Contractors operations under
this Agreement, 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
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Bodily Injury— Per Person;
$1,000,000 Bodily Injury— Per Accident;
$1,000,000 Property Damage — Per Accident; or
$1,000,000 Combined Single Limits
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00
01 12 90, or a later version of this form, or an equivalent form providing equivalent liability coverage.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
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.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or equivalent form) 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 named insureds.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 0413.
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, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of therp oiect that it is insuring_
Page 11 of 2 pages I Risk: rev.03.2014
Insurance Requirements for Contractor (continued)
(c) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
(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 West Pine St., Lodi,
CA 95240.
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement insurance.
(g) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (1s) day of the month following the City's notice. Notwithstanding and other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(h) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
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 tatter'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 Agreement 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 without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages I Risk: rev.03.2014
Exhibit D
Services — Federal Clauses
(under $100,000)
The following clauses are included with the City of Lodi Professional Service Agreement.
1. Access to Records
The following access to records requirements apply to this Contract:
Where the Purchaser is not a State but a local government and is the FTA Recipient or a
subgrantee of the FTA Recipient in accordance with 49 C.F.R. 18.36(i), the Contractor agrees
to provide the Purchaser, the FTA Administrator, the Comptroller General of the United States
or any of their authorized representatives access to any books, documents, papers and records
of the Contractor which are directly pertinent to this contract for the purposes of making audits,
examinations, excerpts and transcriptions. Contractor also agrees, pursuant to 49 C.F.R.
633.17 to provide the FTA Administrator or his authorized representatives including any PMO
Contractor access to Contractor's records and construction sites pertaining to a major capital
project, defined at 49 U.S.C. 5302(a)1, which is receiving federal financial assistance through
the programs described at 49 U.S.C. 5307, 5309 or 5311.
Where the Purchaser is a State and is the FTA Recipient or a subgrantee of the FTA Recipient
in accordance with 49 C.F.R. 633.17, Contractor agrees to provide the Purchaser, the FTA
Administrator or his authorized representatives, including any PMO Contractor, access to the
Contractor's records and construction sites pertaining to a major capital project, defined at 49
U.S.C. 5302(a)1, which is receiving federal financial assistance through the programs
described at 49 U.S.C. 5307, 5309 or 5311. By definition, a major capital project excludes
contracts of less than the simplified acquisition threshold currently set at $100,000.
III. Where the Purchaser enters into a negotiated contract for other than a small purchase or
under the simplified acquisition threshold and is an institution of higher education, a hospital or
other non-profit organization and is the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 C.F.R. 19.48, Contractor agrees to provide the Purchaser, FTA
Administrator, the Comptroller General of the United States or any of their duly authorized
representatives with access to any books, documents, papers and record of the Contractor
which are directly pertinent to this contract for the purposes of making audits, examinations,
excerpts and transcriptions.
IV. Where any Purchaser which is the FTA Recipient or a subgrantee of the FTA Recipient in
accordance with 49 U.S.C. 5325(a) enters into a contract for a capital project or improvement
(defined at 49 U.S.C. 5302(a)1) through other than competitive bidding, the Contractor shall
make available records related to the contract to the Purchaser, the Secretary of Transportation
and the Comptroller General or any authorized officer or employee of any of them for the
purposes of conducting an audit and inspection.
V. The Contractor agrees to permit any of the foregoing parties to reproduce by any means
whatsoever or to copy excerpts and transcriptions as reasonably needed.
VI. The Contractor agrees to maintain all books, records, accounts and reports required under this
contract for a period of not less than three years after the date of termination or expiration of
this contract, except in the event of litigation or settlement of claims arising from the
performance of this contract, in which case Contractor agrees to maintain same until the
Purchaser, the FTA Administrator, the Comptroller General, or any of their duly authorized
representatives, have disposed of all such litigation, appeals, claims or exceptions related
thereto. Reference 49 CFR 18.36(i)(11).
VII. FTA does not require the inclusion of these requirements in subcontracts.
2. Federal Changes
CONTRACTOR shall at all times comply with all applicable FTA regulations, policies, procedures and
directives, including without limitation those listed directly or by reference in the Department of
Transportation, Federal Transit Administration, Master Agreement (FTA MA (20) dated October 1, 2013),
between Purchaser and FTA, as they may be amended or promulgated from time to time during the term
of this contract. CONTRACTOR's failure to so comply shall constitute a material breach of this contract.
No Government Obligation to Third Parties
CITY OF LODI and CONTRACTOR acknowledge and agree that, not withstanding any
concurrence by the Federal Government in or approval of the solicitation or award of the
underlying contract, absent the express written consent by the Federal Government, the
Federal Government is not a party to this contract and shall not be subject to any obligations or
liabilities to CITY OF LODI , CONTRACTOR, or any other party (whether or not a party to that
contract) pertaining to any matter resulting from the underlying contract.
Il. The CONTRACTOR agrees to include the above clause in each subcontract financed in whole
or in part with Federal assistance provided by FTA. It is further agreed that the clause shall not
be modified, except to identify the SUBCONTRACTOR who will be subject to its provisions.
4. Program Fraud and False or Fraudulent Statements or Related Acts.
The CONTRACTOR acknowledges that the provisions of the Program Fraud Civil Remedies
Act of 1986, as amended, 31 U.S.C. § 3801 et seq . and U.S. DOT regulations, "Program Fraud
Civil Remedies," 49 C.F.R. Part 31, apply to its actions pertaining to this Project. Upon
execution of the underlying contract, the CONTRACTOR certifies or affirms the truthfulness and
accuracy of any statement it has made, it makes, it may make, or causes to be made,
pertaining to the underlying contract or the FTA assisted project for which this contract work is
being performed. In addition to other penalties that may be applicable, the CONTRACTOR
further acknowledges that if it makes, or causes to be made, a false, fictitious, or fraudulent
claim, statement, submission, or certification, the Federal Government reserves the right to
impose the penalties of the Program Fraud Civil Remedies Act of 1986 on the CONTRACTOR
to the extent the Federal Government deems appropriate.
If. The CONTRACTOR also acknowledges that if it makes, or causes to be made, a false,
fictitious, or fraudulent claim, statement, submission, or certification to the Federal Government
under a contract connected with a project that is financed in whole or in part with Federal
assistance originally awarded by FTA under the authority of 49 U.S.C. § 5307, the Government
reserves the right to impose the penalties of 18 U.S.C. § 1001 and 49 U.S.C. § 5307(n)(1) on
the CONTRACTOR, to the extent the Federal Government deems appropriate.
III. The CONTRACTOR agrees to include the above two clauses in each subcontract financed in
whole or in part with Federal assistance provided by FTA. It is further agreed that the clauses
shall not be modified, except to identify the SUBCONTRACTOR who will be subject to the
provisions.
5. Civil Rights
The following requirements apply to the underlying contract:
Nondiscrimination - In accordance with Title VI of the Civil Rights Act, as amended, 42 U.S.C. §
2000d, section 303 of the Age Discrimination Act of 1975, as amended, 42 U.S.C. § 6102,
section 202 of the Americans with Disabilities Act of 1990, 42 U.S.C. § 12132, and Federal
transit law at 49 U.S.C. § 5332, the CONTRACTOR agrees that it will not discriminate against
any employee or applicant for employment because of race, color, creed, national origin, sex,
age, or disability. In addition, the CONTRACTOR agrees to comply with applicable Federal
implementing regulations and other implementing requirements FTA may issue.
Il. Equal Employment Opportunity - The following equal employment opportunity requirements
apply to the underlying contract:
2
Race, Color, Creed, National Origin, Sex - In accordance with Title VII of the Civil Rights Act, as
amended, 42 U.S.C. § 2000e, and Federal transit laws at 49 U.S.C. § 5332, the
CONTRACTOR agrees to comply with all applicable equal employment opportunity
requirements of U.S. Department of Labor (U.S. DOL) regulations, "Office of Federal Contract
Compliance Programs, Equal Employment Opportunity, Department of Labor," 41 C.F.R. Parts
60 et seq ., (which implement Executive Order No. 11246, "Equal Employment Opportunity," as
amended by Executive Order No. 11375, "Amending Executive Order 11246 Relating to Equal
Employment Opportunity," 42 U.S.C. § 2000e note), and with any applicable Federal statutes,
executive orders, regulations, and Federal policies that may in the future affect construction
activities undertaken in the course of the Project. The CONTRACTOR agrees to take
affirmative action to ensure that applicants are employed, and that employees are treated
during employment, without regard to their race, color, creed, national origin, sex, or age. Such
action shall include, but not be limited to, the following: employment, upgrading, demotion or
transfer, recruitment or recruitment advertising, layoff or termination; rates of pay or other forms
of compensation; and selection for training, including apprenticeship. In addition, the
CONTRACTOR agrees to comply with any implementing requirements FTA may issue.
Acme - In accordance with section 4 of the Age Discrimination in Employment Act of 1967, as
amended, 29 U.S.C. § 623 and Federal transit law at 49 U.S.C. § 5332, the CONTRACTOR
agrees to refrain from discrimination against present and prospective employees for reason of
age. In addition, the CONTRACTOR agrees to comply with any implementing requirements
FTA may issue.
Disabilities - In accordance with section 102 of the Americans with Disabilities Act, as
amended, 42 U.S.C. § 12112, the CONTRACTOR agrees that it will comply with the
requirements of U.S. Equal Employment Opportunity Commission, "Regulations to Implement
the Equal Employment Provisions of the Americans with Disabilities Act," 29 C.F.R. Part 1630,
pertaining to employment of persons with disabilities. In addition, the CONTRACTOR agrees to
comply with any implementing requirements FTA may issue.
III. The CONTRACTOR also agrees to include these requirements in each subcontract financed in
whole or in part with Federal assistance provided by FTA, modified only if necessary to identify the
affected parties.
Disadvantaged Business Enterprise (DBE)
Citv of Lodi Assurance
The CITY OF LODI shall not discriminate on the basis of race, color, national origin, or sex in the award
and performance of any U.S. Department of Transportation (DOT) assisted contract or in the
administration of its Disadvantaged Business Enterprise (DBE) program or the requirements of 49 CFR
part 26.
The CITY OF LODI will take all necessary and reasonable steps under 49 CFR Part 26 to ensure
nondiscrimination in the award and administration of DOT -assisted contracts.
It is the policy of the CITY OF LODI to ensure nondiscrimination in the award and administration of DOT -
assisted contracts and to create a level playing field on which DBEs can compete fairly for contracts and
subcontracts relating to the CITY OF LODI construction, procurement and professional services activities.
Contractor Assurance
Pursuant to 49 CFR Part 26, the CONTRACTOR is required to make the following assurance in its
agreement with the CITY OF LODI and to include this assurance in any agreements it makes with
subcontractors in the performance of this contract:
"The Contractor or Subcontractor shall not discriminate on the basis of race, color, national origin
or sex in the performance of this contract. The Contractor shall carry out applicable requirements
of 49 CFR Part 26 in the award and administration of DOT assisted contracts. Failure of the
Contractor or Subcontractor to carry out these requirements is a material breach of contract,
3
which may result in the termination of contract by the CITY OF LODI, or any such remedy the
CITY OF LODI may deem appropriate."
The City's DBE Program, as required by 49 CFR Part 26, as approved by DOT, is incorporated by
reference in this section.
Implementation of this DBE Program is a legal obligation and failure to carry out its terms shall be treated
as a violation of this contract. Upon notification of failure to carry out its approved program, the DOT
and/or the Federal Transit Administration (FTA) may impose sanctions as provided for under Part 26 and
may, in appropriate cases, refer the matter for enforcement under 18 U.S.C. 1001 and/or the Program
Fraud Civil Remedies Act of 1986 (31 U.S.C. 3801 et seq).
7. Prompt Payment
Prompt Progress Payment to Subcontractors
Attention is directed to the provisions in Federal Regulations (49 CFR 26.29) concerning
payment to subcontractors. The contractor shall make prompt and regular incremental
acceptances of portions, as determined by the CITY OF LODI of the contract work and pay
retainage to the prime contractor based on these acceptances.
Prompt Payment of Payment of Withheld Funds to Subcontractors
The contractor shall return all monies withheld in retention from all subcontractors within thirty
(30) days after receiving payment for work satisfactorily completed and accepted including
incremental acceptances of portions of the contract work by the CITY OF LODI. Federal
Regulation (49 CFR 26.29) requires that any delay or postponement of payment over 30 day
may take place only for good cause and with the CITY OF LODI's prior written approval. Any
violation of this provision shall subject the violating contractor or subcontractor to the penalties,
sanctions, and other remedies specified in Section 7108.5 of the California Business and
Professions Code.
This requirement shall not be construed to limit or impair any contractual, administrative, or
judicial remedies, otherwise available to the contractor or subcontractor in the event of: a dispute
involving late payment or nonpayment by the contractor; deficient subcontractor performance;
and/or noncompliance by a subcontractor. This provision applies to both DBE and non -DBE
subcontractors
Incorporation of FTA 4220.11F Terms
The preceding provisions include, in part, certain Standard Terms and Conditions required by DOT,
whether or not expressly set forth in the preceding contract provisions. All contractual provisions required
by DOT, as set forth in FTA Circular 4220.1 F, are hereby incorporated by reference. Anything to the
contrary herein notwithstanding, all FTA -mandated terms shall be deemed to control in the event of a
conflict with other provisions contained in this Agreement. The CONTRACTOR shall not perform any act,
fail to perform any act, or refuse to comply with any CITY OF LODI request, which would cause CITY OF
LODI to be in violation of the FTA terms and conditions.
9. Termination
Upon written notice, CONTRACTOR agrees that the Federal Government may suspend or terminate all
or part of the Federal financial assistance provided herein if CONTRACTOR has violated the terms of the
Grant Agreement or Cooperative Agreement, or if the Federal Government determines that the purposes
of the statute authorizing the Project would not be adequately served by the continuation of Federal
financial assistance for the Project. Any failure to make reasonable progress on the Project or other
violation of the Grant Agreement or Cooperative Agreement that endangers substantial performance of
the Project shall provide sufficient grounds for the Federal Government to terminate the Grant Agreement
or Cooperative Agreement. Termination of any Federal financial assistance for the Project will not
invalidate obligations properly incurred by CONTRACTOR before the termination date, to the extent those
obligations cannot be canceled. If, however, the Federal Government determines that CONTRACTOR
has willfully misused Federal assistance funds by failing to make adequate progress, failing to make
M
reasonable and appropriate use of the Project real property, facilities, or equipment, or has failed to
comply with the terms of the Grant Agreement or Cooperative Agreement, the Federal Government
reserves the right to require CONTRACTOR to refund the entire amount of Federal funds provided for the
Project or any lesser amount as the Federal Government may determine. Expiration of any Project time
period established for the Project does not, by itself, constitute an expiration or termination of the Grant
Agreement or Cooperative Agreement
Termination for Convenience: CITY OF LODI may terminate this contract, in whole or in
part, at any time by written notice to the CONTRACTOR. The CONTRACTOR shall be
paid its costs, including contract closeout costs, and profit on work performed up to the
time of termination. The CONTRACTOR shall promptly submit its termination claim to
CITY OF LODI to be paid the CONTRACTOR. If the CONTRACTOR has any property in
its possession belonging to CITY OF LODI, the CONTRACTOR will account for the
same, and dispose of it in the manner CITY OF LODI directs.
Termination for Default: If the CONTRACTOR does not deliver supplies in accordance
with the contract delivery schedule, or, if the contract is for services, the CONTRACTOR
fails to perform in the manner called for in the contract, or if the CONTRACTOR fails to
comply with any other provisions of the contract, CITY OF LODI may terminate this
contract for default. Termination shall be effected by serving a notice of termination on
the CONTRACTOR setting forth the manner in which the CONTRACTOR is in default.
The CONTRACTOR will only be paid the contract price for supplies delivered and
accepted, or services performed in accordance with the manner of performance set forth
in the contract. If it is later determined by CITY OF LODI that the CONTRACTOR had an
excusable reason for not performing, such as a strike, fire, or flood, events which are not
the fault of or beyond the control of the CONTRACTOR, CITY OF LODI, after setting up a
new delivery of performance schedule, may allow the CONTRACTOR to continue work,
or treat the termination as a termination for convenience.
III. Termination for Cost -Type Contracts: CITY OF LODI may terminate this contract, or any
portion of it, by serving a notice of termination on the CONTRACTOR. The notice shall
state whether the termination is for convenience of CITY OF LODI or is for the default of
the CONTRACTOR. If the termination is for default, the notice shall state the manner in
which the CONTRACTOR has failed to perform the requirements of the contract. The
CONTRACTOR shall account for any property in its possession paid for from funds
received from CITY OF LODI, or property supplied to the CONTRACTOR by CITY OF
LODI. If the termination is for default, CITY OF LODI may fix the fee, if the contract
provides for a fee, to be paid the CONTRACTOR in proportion to the value, if any, of the
work performed up to the time of termination. The CONTRACTOR shall promptly submit
its termination claim to CITY OF LODI and the parties shall negotiate the termination
settlement to be paid the CONTRACTOR.
10. Energy Conservation
CONTRACTOR agrees to comply with mandatory standards and policies relating to energy efficiency
which are contained in the state energy conservation plan issued in compliance with the Energy Policy
and Conservation Act, 42 U.S.C. §§ 6321 et seq.
11. Access Requirements for Persons with Disabilities
CONTRACTOR agrees to comply with all applicable requirements of the Americans with Disabilities Act
(ADA) of 1990, as amended, 42 U.S.C. 12101 et. seq., Section 504 of the Rehabilitation Act of 1973, as
amended, 29 U.S.C. 794; 49 U.S.C. 5301(d); and all regulations promulgated to implement the ADA and
Section 504 of the Rehabilitation Act of 1973, as amended, as may be applicable to CONTRACTOR.
12. Government -wide Debarment and Suspension
The CONTRACTOR agrees to comply, and assures the compliance of each third party CONTRACTOR
and SUBCONTRACTOR at any tier, with Executive Orders Nos. 12549 and 12689, "Debarment and
Suspension," 31 U.S.C. § 6101 note, and U.S. DOT regulations, "Government wide Debarment and
Suspension (Nonprocurement)," within 49 C.F.R. Part 29.
RESOLUTION NO. 2014-152
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING
CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES
AGREEMENT WITH KRATOS PUBLIC SAFETY & SECURITY
SOLUTIONS, INC., OF SAN DIEGO, FOR REPAIRS AND
MAINTENANCE OF CITY SECURITY DOORS, GATES, AND
ACCESS CONTROL
WHEREAS, Kratos Public Safety & Security Solutions, Inc., formerly Ingersoll Rand, has
installed and maintained the key access systems for the Police Department, Municipal Service
Center, White Slough Water Pollution Control Facility, Surface Water Treatment Plant, Library,
and Lodi Transit Station; and
WHEREAS, Kratos Public Safety & Security Solutions, Inc., has been designated as the
sole supplier of these systems in past Council actions to keep all systems consistent and allow
for interoperability; and
WHEREAS, the Professional Services Agreement will cover on-call repairs and
maintenance for all City facility security doors, gates, and access control for a period of five
years.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a Professional Services Agreement with Kratos Public
Safety & Security Solutions, Inc., of San Diego, California, for repairs and maintenance of City
security doors, gates, and access control, in an amount not to exceed $75,000 for the five-year
term of the agreement.
Dated: August 20, 2014
------------------------------------------------------------------------
------------------------------------------------------------------------
I hereby certify that Resolution No. 2014-152 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held August 20, 2014, by the following vote:
AYES: COUNCIL MEMBERS — Hansen, Johnson, Mounce, Nakanishi, and
Mayor Katzakian
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
1 r l
VJ�N�I�F� OBISON
City Clerk
2014-152