HomeMy WebLinkAboutAgenda Report - July 6, 2016 C-15TM
AGENDA ITEM C
CITY OF LODI
COUNCIL COMMUNICATION
.Ib
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Accept Funding Allocation from
California Office of Emergency Services, Approve Expenditures and Appropriate
Funds ($364,000)
MEETING DATE: July 6, 2016
PREPARED BY: Chief of Police
RECOMMENDED ACTION:
Adopt resolution authorizing City Manager to accept funding
allocation from California Office of Emergency Services, approve
expenditures and appropriate funds in the amount of $364,000.
BACKGROUND INFORMATION: The State of California, California 9-1-1 Emergency
Communications Office administers a five-year funding allocation
cycle for telecommunications equipment funding. The funding is
awarded every five years to recognized Public Safety Answering Points (PSAPs). The Lodi Police
Department last received funding in 2010 to upgrade existing dispatch communications equipment.
In order to provide funding in an equitable manner throughout the State, the CA 9-1-1 Branch established
a Customer Premise Equipment (CPE) funding fixed allotment calculation that is based on each PSAP's
volume of 9-1-1 calls. The CPE funding level for the City of Lodi falls under Funding Level Four — an
agency that answers up to 15,000 calls per month. The CPE funding fixed allotment for each PSAP
allows for the replacement of a complete 9-1-1 system or certified upgrade. On April 19, 2016, the Lodi
Police Department received notification of eligibility for the current five-year allocation of $364,000.
After a thorough review of the dispatch equipment, it was determined that the Communications Center
must replace 13 -year-old dispatch console work stations, headsets, the existing 9-1-1 logging recorder
software and hardware system and a 9-1-1 phone line upgrade. Existing dispatch consoles will be
replaced under a separate contract through Motorola that was approved by Council on June 15, 2016.
The State of California offers a Master Purchase Agreement (MPA) for statewide 9-1-1 CPE Systems
and Services. The MPA offers competitive pricing for equipment and services for CPE system
replacement or certified upgrade. Through use of the MPA, the department obtained quotes for the
following system purchases:
Vendor
Items
Cost
Capture Technologies, Inc
Capture software, hardware and Licensing (9-1-1 call
logging and recording system)
$25,355.24
AT&T
5 position VESTA (9-1-1 phone line upgrade)
$197,260
Evans
Workstation Replacement
$112,497.56
TBD
Miscellaneous software and equipment
$28,887.20
APPROVED:
Steffi'' Schwabauer, City Manager
Adopt Resolution Authorizing City Manager to Accept Funding Allocation from California Office of
Emergency Services, Approve Expenditures and Appropriate Funds ($364,000)
July 6, 2016
Page Two
By using the MPA, the benefits to the department are two -fold. First, vendor pricing is competitively bid
under the MPA, which eliminates the need to obtain multiple bids for each project. Second, the MPA
offers direct funding by the CA 9-1-1 Branch to the contractor. If the department chose to secure quotes
through the City procurement processes, the City would need to pay the contractor directly and request
reimbursement from the CA 9-1-1 Branch. The Lodi Municipal Code allows for dispensing of bids when it
is in the best interest of the City to do so. Utilizing leveraged purchasing contracts through the MPA also
streamlines the procurement process.
Staff requests Council authorize the City Manager to accept the funding allocation in the amount of
$364,000 from the California Office of Emergency Services and approve expenditures related to the
Communications Center project.
FISCAL IMPACT: Receiving the grant results in upgraded 9-1-1 communications and
dispatch software and equipment at no cost to the General Fund. .
FUNDING AVAILABLE: California Office of Emergency Services grant funds will be used to
pay for the upgrades.
Jordan Ayers T
Deputy City Manager/Internal Service Director
V4/41/24
od Patters
Chief of Police
Prepared by: Paula O'Keefe, Management Analyst
TBP/PJO
Attachments
EDMUND G. BROWN JR. MARK S. GHILARDUCCI
GOVERNOR
1111.11 Cal OES
GOVERNOR'S OFFICE
OF EMERGENCY SERVICES
April 19, 2016 Tracking Number: 19560
Lieutenant Sierra Brucia
Lodi Police Department
215 W. Elm Street
Lodi, CA 95240
Subject: Customer Premise Equipment (CPE) Fixed Allotment Funding
Dear Lieutenant Brucia:
DIRECTOR
The California 9-1-1 Emergency Communications Branch (CA 9-1-1 Branch) has received your
April 18, 2016 Advance Notification for CPE Funding letter of intent to replace the 9-1-1
telephone system at your Public Safety Answering Point (PSAP). Acceptance of CPE Allotment
funds from the CA 9-1-1 Branch commits your agency to PSAP operations 24 hours -a -day, seven
days -a -week, for a minimum of five years. If PSAP operations are not maintained at that level,
the Lodi Police Department may become financially responsible for all subsequent CPE
maintenance and 9-1-1 network service charges.
Our evaluation of recent 9-1-1 emergency call volume qualifies the PSAP for a Fixed Allotment
in the amount of $364,000. The Fixed Allotment funding will expire June 30, 2017 if your CPE
approval process has not been initiated. Years six (6) and seven (7) of extended maintenance will
not be deducted from your Fixed Allotment. Extended maintenance cost in year eight (8) and
beyond is the PSAPs responsibility.
The CA 9-1-1 Branch has implemented a non -mandatory Master Purchase Agreement (MPA)
that enables participating vendors to invoice the CA 9-1-1 Branch directly for the purchase of
9-1-1 systems and services. User instructions for the MPA are available at:
http ://www. calo es. ca. gov/for-governments-tribal/public-safety/ca-9-1 -1-emergency-
communications-branch/ca-9-1-1 -services-contracts
Please contact me directly with any questions at kvle.pease(aicaloes.ca.gov or (916) 657-9145.
Sincerely,
KYLE S. PEASE 9-1-1 Consultant
California 9-1-1 Emergency Communications Branch
cc: Tod Patterson, Chief of Police — Lodi Police Department
601 SEQUOIA PACIFIC BLVD, SACRAMENTO, CA 95811
PUBLIC SAFETY COMMUNICATIONS
(916) 657-9369 TELEPHONE (916) 657-9882 FAX
atsa
Quote Summary
DATE 6/13/2016 Lodi Police Department
VESTA Call Handling
Account Manager Kent Ames AIRBUS
Phone (530) 621-6986 5 Position VESTA®
KentAmes@att.com Tax Rate 8.000%
5 Position VESTA®
Equipment
Taxable Equipment
Tax
Installation
Subtotal
$1,304.67 x 48 Months Maintenance Years 2-5
Year 1 included with system
SYSTEM TOTAL
This Quote Valid until 10/11/2016
$119,988.73
$90,586.66
$7,246.93
$7,400.00
$134,635.66
$62,624.34
$197,260.00
Considerations: Revision History
1 Solution VESTA Original 11/11/2015
2 Number of IWS positions 5 removed MIS 3/24/2016
3 Laptop Position None Removed recorder 3/29/2016
4 Number of Admin Phones 0 Update 5/31/2016
5 Update 6/7/2016
Lines
5 Up to 8 911
17 up to 20 Admin
6 MIS Package Included? No
7 Mapping Included? No
8 Voice Recorder Included? No
9
Standalone Client
Workstations?
No
10 Provider of Monitors AT&T; 24" LCD
11 Provider of UPS AT&T
12 Arbitrators? Yes- 4 Port
13 Genovation Keypads? Yes; 48 Button
14
NetClock Included
15 Vendor Services
16
17
18
19
Other
Dispatcher Training
Admin Training
Cutover Coaching
20 Analytics Admin Training
21 Analytics Remote Training
Yes- 4 Ports. 1 Port for 911 system 3
additional for customer use
Included
Redundant workstation NIC ,
Redundant Power and Network for
Gateways
VESTA® Agent bundle includes (3) 1/2
day class of Agent training for up to 8
students
VESTA Admin bundle includes (1) day
and one half day class of Admin
training for up to 8 students
Cutover Coaching includes (1) 8 hour
session within a 24 hour day
None
None
TECHNOLOGIES
An Employee -Owned Company
Capture Technologies, Inc.
3575 Alameda Ave, Oakland, CA 94601
t. 800.544.5050 f. 510.534.0202
Sold To
Lodi Police Department
215 W Elm Street
Lodi, ca 95240
Phone 209-333-5522
Fax
Terms
Net 30
Ship To
Lodi Police Department
215 W Elm Street
Lodi, ca 95240
Phone 209-333-5522
Fax
FOB Shipping Included in final price below.
(1) New VERINT 16 Licensed Channels ANALOG Recording Turnkey
Server -To be installed by Capture Technologies Certified Technicians.
Including all Software & Licensing requested.
Installation & Training Services Included for ONE location.
Complete 61 month Warranty & Onsite Support & Technical Support
Included. 24/7
CMAS STATE # 3-08-70-1799C
CAGE # 044F9 DUNS # 00-923-9815 TIN # 94-26-60822
E Part #
C89-170-3431
Number
Date
CMAS#
QUOTE
CAPQ2506
Apr 25, 2016
3-08-70-1799C
Account Executive
Peter Vienna
3575 Alameda Ave
Oakland, CA 94601
pvienna@capturet.com
Phone 510.500.1409
Fax 510.485.5409
Valid Till
Total
$25,355.24
Product Included
Services Included
Tax Included
S&H Included
Description
6000 Series Analog Cost Effective Base Server -SMB
TURNKEY Hardware & Software Recording system
2U Rack Mounted Server- 19 Inch x 28 Inch --65 lbs
**INCLUDES 8 free Channel Licenses + INCLUDES one 24 Port Analog Recording
Card--**
CPU: Intel Xeon E5-2603 @ 1.6GHz, w/ 6 cores -RAM: 4GB
Embedded SATA RAID Controller - RAID1 (2) x 1TB SATA HDDs Hot Swap
Dual Power Supplies Hot Swap
Windows 2012 + SQL Express 2012
+ Version 5.x VMS recording software
C89-170-3378 8 Recording Channels License ADD on expansion
C89-170-4734 Contact Closure Card (PCI -e) -Start & Stop of 911 Position Recording
RN21241D-200NES 4TB(D) - NETGEAR BUSINESS CLASS Netgear ReadyNAS 2120 1U 4 -Bay 4x1TB
Desktop Drive
MSS Disaster Recovery Kit For VERINT Call recording system: Spare HDD mirror.
Qty
1
1
1
1
1
Page 1 of 2
1 of 2
Part #
CNVL-8x5P
Description
Onsite Installation and Configuration Services offered by Certified Trained
Technicians -Capture Technologies
(61 Month) Term Warranty -Complete Hardware Warranty Support Onsite & Phone
or remote support technical Services. 24/7 Includes Logic Monitor (remote
monitoring)
C89-170-3312 (61 Month) Term SMA Warranty -Manufacture SMA for hot fix + Patches+ Updates
to VMS Recording Software and Licensing versions-
INST24T
PRO SERVICES & SUPPORT
Capture Technologies Project Management & Certified Local Installation Onsite.
(One location Installed)
Included Onsite Training performed by Certified Installing Engineer (per site up to
24 Audiolog seats)
Qty
1
1
1
1
To accept this quotation and purchasing T&C's, sign here and return
Signature
Thank You For Your Business!
Date
Page 2 of 2
2 of 2
9001
www.evansonline.com
Ir E\/ANS
PROPRrMY 5TAThMENr
THIS DRAMGO AND DESIGN ME THE PROPERTY
OF NNIS CONSOLE AND MAST NOT BE USED OR
PB.WDUCED=HOLM THE COMPANY'S WRITTEN
PERMISSION
CIIENiwT0RNATllN FOR PRODUCTION
SWATUREI DATE
CLIENTI PROJECT
LODI PD
LOCATION. LODI. CALIFORNIA.
CRANING
ROOM LAYOUT -
3DVIEW
KWIC!
FINIS!
DATE
KAY 4,213113
SCALE
Nati° SCALP
DRONING NUMBER
1 OF 8
REV
B
EVANS PROJECT NUMBER
16-5628
is
c Ev/‘Ns
PRICE QUOTATION
Lodi Police Department
Project Name: Lodi Police Department - Lodi Police Department Communication Center
Project Location: Lodi, California, United States
Project Number: 16-5628 Phase 1 Revision 1
Issue Date: May 26, 2016
Products
Code
Unit Price
Qty
Extended Price
Console
DSP -C
14,522.89
6
87,137.34
Millwork and General Accessories
3,356.22
Sub -Total
90,493.56
Logistics
Packaging
Included
Freight
10,904.00
Install
11,100.00
Sub -Total
22,004.00
Project Total (USD, All Sales Taxes Excluded)
112,497.56
Note: Products on CMAS Schedule are marked as 'C'. Items without a 'C' are open market items. CMAS Contract No: 4-05-71-0078A; Effective until
September 30, 2017.
Freight INCO Terms: FOB Origin to Lodi, California, United States
Payment Terms:
100% due upon Shipment of Work, NET 45, 2% NET 15
Quote is NOT valid without the Evans Terms & Conditions document,
Quote validity period is 90 days for product (only). See Evans Terms & Conditions document for more details
Evans accepts all major credit cards subject to service fees
P.O. #:
Accepted by:
❑ Accept Evans Terms and Conditions
Date:
450, 1577 Spring Hill Road 1 Vienna, VA 1 USA 22182
Phone: +1.403.291.4444 I Fax: +1.403.250.6549 1 Web: www.evansonline.com
E\//\NS
PROJECT DETAILS
Shipment A
Packaging
Price
Blanket Wrapped
Included
Frei:ht
Shipment by Truck (LTL) to Lodi, California, United States
Evans Offload
Transit Time: 10 Da s
Install
Evans Installation
* The client must identify and provide a POC (point of contact) responsible for decision making or whom will have access to a
person of authority for the duration of the scheduled installation activity. The appointed POC must ensure that either he/she or
the authorized representative will be available upon completion of the installation activity to sign off the Evans PCR (Project
Completion Report) * Failure to provide such a contact assumes the activity as reported has been accepted.
** AcclImPS that Site nrenarednecc hac been met in arrnrdanre with the attarhpd rnntrart tprmc and ronditinns
10,904.00
11,100.00
16-5628 Phase 1 Revision 1 - Lodi Police Department - Lodi Police Department Communication Center
EvnNS
BILL OF MATERIALS
Console
Dispatch - Qty: 6
1Part Number Description Units Unit Price IOW (Extended Price
PRODUCT STRUCTURE
1
CO -PF -HPL
High Pressure Laminate panel finish
Each
Included
1
Included
2
CO -SW -S -2T
Double Tier Slatwall system
Feet
240.83 C
11
2,649.13
3
CO-WLS-LC-HD-2
Two heavy duty Lift Columns with control equipment; Main
Platform; Includes worksurface support cage
Each
1,550.36 C
1
1,550.36
4
CO-WLS-LC-LD-2
Two light duty Lift Columns with control equipment; Input
Platform option; Includes integrated pressure safety switch
Each
723.33 C
1
723.33
5
CO-WLS-SLS
Base cavity safety limit system (SLS) (per module;
Each
250.87 C
3
752.61
6
CO -WS
HPL Worksurface with PVC Front Edge
Feet
129.61 C
11
1,425.71
7
CO-WS-UFE
Upgrade Worksurface Front Edge to Soft Urethane
Feet
52.68 C
7.5
395.10
8
CSTM-CO-SW-
Lodi Police Logo imprint on the end panel of Slatwal
Each
150.00
2
300.00
9
DSP -FD -B
Base Full Depth Console
Feet
430.66 C
3
1,291.98
10
DSP -FD -EP -CO
Full Depth Contemporary style end panel
Each
386.34 C
2
772.68
11
DSP -FD -MK
Full Depth Mitre kit (0° to 45°)
Each
331.98 C
2
663.96
12
DSP -RD -B
Base Reduced Depth Console
Feet
388.01 C
4
1,552.04
EQUIPMENT/ACCESSORIES
13
CO-ESS-BSOS
Base Slide -Out Shelf
Each
193.17 C
2
386.34
14
CO -MA -E -SW -DT
Slatwall mounted Double Tier Monitor Arm by Evans (max 40
lbs. (18.1 kg) per arm)
Each
397.21 C
2
794.42
15
CO -MA -E -SW -ST
Slatwall mounted Single Tier Monitor Arm by Evans (max 40
lbs. (18.1 kg) per arm)
Each
304.39 C
1
304.39
16
CO -PB -NA -6-15
North America Power Bar with mounting bracket; 120V/15A, 6
outlets, 15' power cord, CSA/UL
Each
96.17 C
1
96.17
17
CO -PB -NA -6-6
North America Power Bar with mounting bracket; 120V/15A, 6
outlets, 6' power cord, CSA/UL
Each
82.79 C
3
248.37
18
CO -PDO -SW -AZ
Axil Z Slatwall Power Unit; 2 AC, 1 USB, 1 Cat6, black
Each
213.24 C
2
426.48
19
CO-TL-SW-ZB
Z -Bar task light by Koncept with Slatwall mouni
Each
189.82 C
1
189.82
Standing Height Printer Stand
Millwork - Qty: 1
Part Number (Description (Units Unit Price lQty (Extended Price
PRODUCT STRUCTURE
20
CO -PF -HPL
High Pressure Laminate panel finish
Each
Included
1
Included
21
CO -WS
HPL Worksurface with PVC Front Edge
Feet
129.61 C
4
518.44
22
CO-WS-UFE
Upgrade Worksurface Front Edge to Soft Urethane
Feet
52.68 C
8.5
447.78
23
CSTM-MLW-MB-24
Standing Height 24" (610mm) Millwork Base - Open Adjustable
Bookshelf
Each
1,195.00
2
2,390.00
16-5628 Phase 1 Revision 1- Lodi Police Department - Lodi Police Department Communication Center
r Ev/\Ns
TERMS AND CONDITIONS
The following standard terms and conditions apply to the attached
quotation (the "Quotation"), unless expressly stated otherwise in the
Quotation provided by Evans Consoles Corporation and/ or Evans Consoles
Incorporated (collectively, "Evans") to the purchaser (the "Buyer") of the
products and/or services (the "Work").
1.0 Quotation
1.1 Unless otherwise stated, the Quotation prices are valid for ninety
(90) days and freight and installation prices are valid for thirty (30)
days from the date of the Quotation.
1.2 The prices in the Quotation are valid for Work shipped or completed
within twelve (12) months from the date of the confirmed order
(the "Purchase Order"). Evans reserves the right to revise or adjust
pricing, in their sole discretion, on orders not shipped or completed
within the twelve (12) month period. Requests to defer the
installation service beyond six (6) months from product shipment
are subject to a revised installation Quotation.
2.0 Price and Payment
2.1 Except as otherwise agreed in writing by the parties, the prices of
the Work shall be paid as per the following payment terms:
• Thirty percent (30%) net thirty (30) due upon Sign Off, as herein
defined, two percent (2%) net fifteen (15);
• Sixty percent (60%) net thirty (30) upon shipment of Work, two
percent (2%) net fifteen (15);
• Ten percent (10%) net thirty (30) after installation of Work, two
percent (2%) net fifteen (15); and
• One point 5 percent (1.5%) late payment penalty shall be applied
per calendar month per payment if payment not received within
30 days of invoice issuance.
2.2 For Purchase Orders which require the Work to be shipped and or
installed outside of Canada or the United States, credit approval
from a third party agency previously approved by Evans must be
obtained and provided in a form satisfactory to Evans in their sole
discretion. Payment must be provided through an irrevocable letter
of credit (the "ILC"). The terms of the ILC shall be:
• The ILC shall be in the English language and all supporting or
related documents requiring execution shall also be in English;
• The ILC shall be drawn on the Bank of Montreal or an affiliated
bank in the currency stated in the Quotation;
• The expiry of the ILC must extend at least six (6) months past the
installation or shipping date set out in the Quotation, whichever is
later; and
• All documents requiring execution relating to the ILC must be
within the control of Evans or produced by Evans, such as the bill
of lading, commercial invoice, certificate of origin, statement of
compliance to product specification.
2.3 The Quotation price includes all transportation, carriage and
insurance from Evans' manufacturing facility to the designated place
for delivery specified in the Quotation.
2.4 Any specific or extra shipping or insurance requirements of the
Buyer must be disclosed prior to the issuance of the Purchase
Order, and may result in an amendment to the Quotation to
consider any additional costs incurred.
2.5 Unless stated otherwise, sales taxes are not included in the
Quotation price. For shipments within the United States or Canada
Evans is required by law to collect the appropriate provincial, state
and municipal State sales and use taxes at the time of invoice, for
the products supplied. Evans will require a certificate of tax
exemption prior to the time of invoicing if applicable to this
procurement. For shipments outside of the United States or Canada,
payment of importation fees and customs clearance, duties, sales
taxes or any other taxes at the shipping destination are the sole
responsibility of the Buyer.
3.0 Scheduling
3.1 Evans will not begin the procurement of materials for the Work, or
fabrication until the Buyer has paid the payment set out in 2.1.1.,
and provided acceptance of the signed off drawings, in writing,
authorizing Evans to proceed with fabrication of the Work. This
milestone is referred to as the "Sign Off".
3.2 Evans will establish a formal project schedule, based on dates
mutually agreeable to the Buyer and Evans, to ensure a timely
delivery the Work after receipt of the Purchase Order and Sign Off.
The project size, scope and shipping destination will affect the
project schedule.
4.0 Packing
4.1 For shipments to the United States or Canada, the Quotation
includes packaging suitable for dedicated air -ride moving van
shipment. Components such as panels, work surfaces and
baseboards may be packaged separately. The console framework
will be segmented into convenient lengths for handling.
4.2 At the Buyer's request, Evans can supply rugged crating for general
freight, ocean freight, air freight or less than truckload (LTL)
shipment at an additional charge. All projects requiring crating will
be quoted and furnished with Evans standard frame crates
(plywood on bottom only) unless noted otherwise. If alternate
crating requirements are requested after the Purchase Order has
been issued, Evans will provide a revised Quotation or change order
for any additional services.
5.0 Shipment and Storage
5.1 The shipping price is valid only for the shipment of the Work
described in the Quotation, based upon single shipping activity
unless noted otherwise. If the Buyer requests additional shipments,
expedited shipments or off-site storage of the products, Evans will
provide a revised Quotation or change order for the additional
services.
5.2 Evans follows the international trade terms under INCOTERMS
2010.
5.3 When Evans is responsible for shipping the Work, unless otherwise
stated, the shipping terms shall be CIP (carriage, insurance paid to)
named destination point. Title and risk shall pass to the Buyer when
the Work delivered to the carrier by.
5.4 If damage occurs during shipment, these damages must be
identified and Evans notified within forty-eight (48) hours of
delivery. In the case of an ocean shipment, the damaged goods
must be set aside for a formal marine survey and it must be noted
whether or not the container's seal was intact upon arrival at the
destination. The surveyor shall determine where the damages
occurred and assign liability to the appropriate party. The carrier
has the right to take physical possession of the Work against which
damages are being claimed. If the carrier is assessed a financial sum
for the damaged product, they have the right to sell the damaged
Work for salvage.
5.5 For deliveries within the United States or Canada a single offloading
activity is included in the Quotation. The Quotation is based upon
clean and clear access from the point of unloading to the room of
rest. For international deliveries, container unloading is not included
in the Quotation.
5.6 If the Buyer is responsible for shipping the Work, the shipping term
will be ex works (named place of delivery) as defined in Incoterms
2010. Evans will place the Work on Evans' loading dock, suitably
packaged for export shipment. The Buyer shall communicate to
Evans the method of transport to ensure the packaging is
appropriate, subject to the shipping provisions contained herein.
Title passes to the Buyer when the Work is removed from Evans'
dock and the Buyer or their representative carrier, signs the bill of
lading. The Buyer is responsible for damages during loading,
transport or off-loading.
5.7 The Work is designed for indoor control room environments with
temperature and humidity control. Evans requires, in circumstances
where any Work is to be stored by Buyer, that Work, including the
Work contained in crates or shipping materials, be housed in indoor
warehouse conditions maintaining a constant temperature range
between fifteen to twenty-five (15 to 25) degrees Celsius or sixty to
seventy (60-75) degrees Fahrenheit and between forty-five to fifty-
five percent (45 to 55%) humidity range. Adequate temperature
control and ventilation must be provided during storage and
handling to protect the Work from extreme climate fluctuations.
Evans will not replace under warranty, nor will it be deemed a
breach of any representation or warranty regarding the quality of
the Work, any Work damaged by improper or negligent storage
conditions, or conditions which do not meet the standards outlined
herein at the sole discretion of Evans.
6.0 Site Preparation and Installation
6.1 The Buyer shall make the destination and/ or project site (the
"Site") clean, clear, and prepared for the installation or delivery of
the Work upon the agreed delivery date. For installation, all
flooring, carpeting, walls, painting, and electrical construction that
could in any way effect or impact the installation of the Work must
be complete.
6.2 The Buyer shall appoint a representative who will be available at the
Site to direct Evans installation team regarding security, site safety
and Work placement.
6.3 The price for the installation of the Work contained in the
Quotation is firm and fixed for a single installation visit for the Work
at a non-union Site for affiliated furniture systems installers. If the
Buyer requests union labor for off-loading or installation after a
Purchase Order has been accepted, all additional costs will be the
responsibility of the Buyer. Unless otherwise agreed, the installation
price contained in the Quotation is based upon a single installation
of the Work during weekday, regular work hours. Evening or
weekend installation activities may be subject to additional charges
to the Buyer.
6.4 Multiple installation activities, additional time required for
unscheduled safety training sessions or drug testing, Work requiring
relocation by Evans at the Site or general delays caused by Site
conditions not being prepared for the Work will be an additional
charge to the Buyer.
6.5 All installations of the Work must be performed by an authorized
Evans Representative or an Evans' certified dealer (collectively the
"Installer"). For Purchase Orders made excluding installation
services, it is understood that Evans products are customized and
do not come with installation or assembly manuals. If the Buyer
wishes to purchase the Work contained herein without installation
services provided by Evans, they shall execute an installation waiver
in favor of Evans. If the Buyer is a dealer not certified by Evans to
act as an Installer, the Buyer is required to use an Installer.
7.0 Changes
7.1 The parties may, by written or electronic notification, request
changes to the drawings, designs, specifications, method of
shipment or packing, quantity, or time or place of delivery of the
Work, reschedule the installation, or require additional or
diminished Work (the "Changes").
7.2 All Changes requested must be agreed to in writing by both parties,
otherwise they are unenforceable. Only an authorized
representative of Evans may issue Changes to the Purchase Order. If
any Change causes an increase or decrease in the price of, or the
time required for, performing the Purchase Order, an equitable
adjustment will be made in the Purchase Order price, delivery dates
or both, and Evans will provide a revised Quotation or change order
for the adjustment.
8.0 Buyer Acceptance
8.1 Upon completion of the installation, the Buyer shall arrange for a
representative to receive a product demonstration and training on
the operation and maintenance of the installed Work.
8.2 Upon completion of the installation of the Work, a report will
produced by the Installer and will be executed by the Buyer's
representative signifying acceptance of the installed Work subject
to the resolution of any damaged or deficient items. If the
installation is not substantially completed, the final acceptance will
be delayed until the resolution of all identified deficient or damaged
items is complete. Signed acceptance including a punch list of any
noted deficiencies and/or damages must be reported back to Evans
corporate office with 48 hours of installation completion. All
Installers must provide a signed acceptance from the Buyer to
Evans.
9.0 Evans Warranty
9.1 Unless otherwise stated in the Quotation, Evans warrants that all
the Work will be free from defects in materials and workmanship
from the date of purchase. Terms of the warranty are as follows:
• LIFETIME WARRANTY on all fixed structural frame components;
• LIFETIME WARRANTY on all static exterior panels and work
surface components parts; with 5 years for labor;
• LIFETIME WARRANTY on all adjustable, sliding or hinged
mechanisms or parts; with 5 years for labor;
• OEM (original equipment manufacturer) warranty on all buyouts,
and 5 years on all Evans branded E -accessory products (unless
specifically defined by product line);
• 5 YEAR WARRANTY on electrical actuated lift columns;
• 3 YEAR PRODUCT WARRANTY on Evans' PowerLinc'" system; and
• 3 YEAR PRODUCT WARRANTY on Evans' EnviroLinc'"' system.
9.2 The warranty period will begin on the date the Work receives final
acceptance from the Buyer at the Site. Notification of any defect or
failure must be delivered in writing to Evans within the applicable
warranty period. In the event that a written notice of a warranty
claim is not delivered to Evans prior to the expiration of the relevant
warranty period, Evans shall not be obligated to provide any
warranty to the Work.
9.3 At Evans option, products will be repaired at the Site or, if deemed
necessary, will be returned to Evans, with Evans being responsible
for shipping and handling charges and insuring the shipment. Evans
will return the repaired or replacement products to the Buyer via
prepaid freight. If Evans does not accept a notice of defect or failure
based on their sole discretion that the defect or failure was caused
by causes or situations outlined in section 9.5 below, the decision is
binding and final upon the Buyer.
9.4 The warranty periods shall not be extended or modified due to any
warranty claims, repairs or replacements made under this section 9.
9.5 This warranty does not cover damage due to external causes,
including accident, abuse, problems with electrical power, improper
application and misuse, installation by parties other than Installers,
alterations, improper storage, servicing unauthorized by Evans,
neglect, problems caused by the use of parts and components not
supplied by Evans, or the effects of normal wear and tear.
9.6 The warranty on Evans Urethane Ergonomic Waterfall Nosing is void
and unenforceable if any ammonia based cleaners are used on the
Work.
9.7 This warranty does not cover any consumable items such as, but not
limited to, light bulbs, filters, and any third party software.
9.8 The provision of installation labor is at the sole discretion of Evans,
and is excluded on all buy-out products that are not directly
incorporated into the design/manufacture of Evans' custom -
fabricated products.
9.9 Rights and benefits of this section 9 are given solely to the original
Buyer of the Work and may not be transferred or assigned to a third
party without the prior written consent of Evans.
10.0 Confidentiality
10.1 The Buyer agrees to maintain confidentiality with regard to secret,
confidential, and proprietary information, as well as all trade secrets
and intellectual property disclosed or developed by Evans in
connection with the Work or the Purchase Order, and shall require
the similar undertaking from any employees, subcontractors,
representatives or agents. Any drawings, plans and data, furnished
by Evans to the Buyer and all related technical and commercial
information that the Buyer may receive in the course of the
Purchase Order and the Work, shall be confidential and shall not be
used for any purpose other than performing this contract. Such
confidential information shall not be reproduced or copied by the
Buyer without Evans written consent and shall remain the sole
property of Evans, even upon completion of the Work and Purchase
Order.
11.0 Jurisdiction
11.1 All Purchase Orders entered by a Buyer residing primarily, or having
head offices, in the United States, regardless of its place of
negotiation, execution, or performance, shall be governed by and
subject to the laws of the Commonwealth of Virginia and exclusive
jurisdiction of the state courts of Fairfax County, Virginia and the
United States District Court for the Eastern District of Virginia,
Alexandria Division, as appropriate, shall have exclusive jurisdiction
regarding any related disputes.
11.2 All Purchase Orders entered by a Buyer residing primarily, or having
head offices, in Canada or any other country internationally,
regardless of its place of negotiation, execution, or performance,
shall be governed by and subject to the laws of the Province of
Alberta and of Canada applicable therein, and exclusive jurisdiction
of the courts of Calgary, Alberta, as appropriate, shall have exclusive
jurisdiction regarding any related disputes.
12.0 Limitation of Liability
12.1 The parties agree to indemnify and hold harmless the other party
from any and all claims for damage, loss, injury or expense,
including reasonable attorney fees, to any property or persons,
arising out of, or in any way incidental to the negligent performance
of their respective obligations under the Purchase Order or by
anyone for whom they are in law responsible.
12.2 Evans does not provide professional architectural, electrical
engineering, mechanical engineering or structural engineering
services. Evans shall be held harmless for such work based on
design recommendations provided by the Buyer or Buyer's
representatives during the course of the Purchase Order.
12.3 EVANS IS NOT LIABLE FOR ANY LIQUIDATED, SPECIAL, INDIRECT,
INCIDENTAL, CONSEQUENTIAL, EXEMPLARY, OR PUNITIVE
DAMAGES (INCLUDING ANY DAMAGES FROM BUSINESS
INTERRUPTION, LOSS OF PROFITS OR REVENUE, COST OF CAPITAL,
OR LOSS OF USE OF ANY PROPERTY OR CAPITAL) EVEN IF ADVISED,
OR OTHERWISE AWARE, OF THE POSSIBILITY OF ANY SUCH
DAMAGES. THE EXCLUSION OF SUCH DAMAGES IS INDEPENDENT
OF, AND WILL SURVIVE, ANY FAILURE OF THE ESSENTIAL PURPOSE
OF ANY LIMITED REMEDY UNDER THESE TERMS AND CONDITIONS.
IN NO EVENT SHALL EVANS' LIABILITY EXCEED THE VALUE OF THE
PURCHASE ORDER.
13.0 Force Majeure
13.1 If, by reason of a force majeure, either party hereto shall be
rendered unable wholly or in part to carry out its obligations under
the Purchase Order, then such party shall give notice and full
particulars of such force majeure in writing to the other party within
a reasonable period of time. Upon such notice, the obligations of
the party giving such notice, so far as it is affected by such force
majeure, shall be suspended during the continuance of the event
then claimed, and such party shall endeavor to remove or overcome
such inability with all reasonable diligence. The term force majeure
as employed herein, shall means acts of God, strikes, lockouts, or
other industrial disturbances, act of public enemy, insurrection,
riots, epidemics, landslides, lightning storms, earthquake, fires,
hurricanes, storms, floods, washouts, droughts, arrests, restraint of
government and people, civil disturbances, explosions, or any other
causes not reasonable within the control of the party claiming the
force majeure.
13.2 Each party shall take all commercially reasonable steps to mitigate
any loss or damages as a result of the force majeure.
13.3 The Buyer shall pay for the portion of the Work completed and/ or
delivered up until the point of delay by force majeure.
14.0 Termination
14.1 If the Buyer is in material breach of the Purchase Order and fails to
remedy the breach within 10 days of written notice of the breach,
Evans may terminate this Purchase Order at their sole discretion. If
the material breach continues, Evans may terminate this Purchase
Order and Buyer will be responsible for any costs incurred by Evans
in their performance under the Purchase Order to the date of
termination.
14.2 The solvent party may terminate this Purchase Order upon written
notice if the other party commits an act of insolvency or the Buyer is
unable to produce satisfactory evidence of solvency at the request
of Evans.
15.0 Waiver
15.1 The failure of either party to enforce at any time any of the
provisions of the Purchase Order will not be construed to be a
continuing waiver of those provisions, nor will any such failure
prejudice the right of the party to take any action in the future to
enforce any provision.
16.0 Survival & Severability
16.1 All provisions of these terms and conditions which by their nature
should apply beyond its term will remain in force after any
termination or expiration of the Purchase Order, including but not
limited to sections 9, 10, 11, 12, 15 and 17.
16.2 If any provision of these terms and conditions are held to be illegal,
invalid, or unenforceable by a court of competent jurisdiction, that
provision will be severed from these terms and conditions and the
Purchase Order and the remaining provisions will remain in full
force and effect.
17.0 TAXES AND DUTIES — ONLY APPLICABLE FOR U.S. ORDERS
17.1 Evans is required by US Federal law to provide a federal tax
identification number on all shipments delivered within the United
States of America. This information must be included in the
Purchase Order prior to shipment of any Work.
17.2 Notwithstanding anything to the contrary contained in the
Quotation, the Buyer and Evans acknowledge and agree that as of
the date of the Quotation that no duties, levies, import charges or
assessments are levied or assessed by the Government of the
United States of America on the importation of the goods and
services described in the Quotation into the United States of
America and accordingly, the price does not include any duties,
levies, import charges or assessments levied or imposed by the
Government of the United States of America upon the importation
of the goods or services described in the Quotation. Any such
duties, levies, import charges or assessments as are levied or
imposed at any time hereafter by the Government of the United
States of America upon the importation into the United States of
America of the Work shall be paid by in whole by the Buyer. If such
duties, levies, import charges or assessments are paid by Evans,
they shall be reimbursed by the Buyer to Evans upon invoice
thereof. The price set forth in the Quotation for the Work includes
all transportation, carriage and insurance from Evans'
manufacturing facility in Calgary, Alberta, Canada to the designated
place or places for delivery specified in the Quotation.
rev. February 20, 2014
26'-O 1/2"
w
w
N
4'-8"
1\3..
N
RESOLUTION NO. 2016-61
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO APPLY FOR A FUNDING ALLOCATION
ADMINISTERED BY THE CALIFORNIA OFFICE OF EMERGENCY
SERVICES FOR CAD CONSOLE WORKSTATIONS, A 911 SYSTEM
UPGRADE, AND A 911 LOGGING SYSTEM UPGRADE WITH
FIVE-YEAR MAINTENANCE SUBSCRIPTION
WHEREAS, the State of California Office of Emergency Services (Cal OES), Califomia
9-1-1 Emergency Communications Office, administers the five-year grant cycle for
telecommunications equipment funding; and
WHEREAS, Customer Premise Equipment funding is available every five years to all
recognized Public Safety Answering Points; and
WHEREAS, the Lodi Police Department is eligible for the current Customer Premise
Equipment five-year allocation and, if awarded, would use the funding to replace 13 -year old
dispatch consoles (CAD), the existing 911 logging recorder software system, and a 911 phone
line upgrade with a five-year maintenance subscription.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to apply for the funding allocation administered by Cal OES for the
replacement of 13 -year old CAD console workstations, the existing 911 logging recorder
software system, and a 911 telephone line upgrade with a five-year maintenance subscription in
the amount of $364,000.
Date: May 4, 2016
I hereby certify that Resolution No. 2016-61 was passed and adopted by the Lodi City
Council in a regular meeting May 4, 2016, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi, and
Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
■ ► �• ern,-a.t ��
NNIFE4 FERRAIOLO
ity Clerk
2016-61
1. AA#
2. JV#
CITY OF LODI
APPROPRIATION ADJUSTMENT REQUEST
TO:
Internal Services Dept. - Budget Division
3. FROM:
5. DATE:
4. DEPARTMENT/DIVISION:
6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW
FUND #
BUS. UNIT #
ACCOUNT #
ACCOUNT TITLE
AMOUNT
A.
SOURCE OF
FINANCING
216
21600000
56421
Revenue
$ 364,000.00
B.
USE OF
FINANCING
216
21699000
77020
Capitol Projects
$ 364,000.00
17. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE CURRENT BUDGET
Please provide a description of the project, the total cost of the project, as well as justification for the
requested adjustment. If you need more space, use an additional sheet and attach to this form.
the California Office of Emergency Services has allotted the City of Lodi it's share of the 9-1-1 CPE funding allocation. The
funding allocation is to be used for specific equipment related to 9-1-1 calls.
If Council has authorized the appropriation adjustme &•mplete the following:
Meeting Date: -Res No:
Department Head Signature: /
Attach copy of resolution to this form.
8. APPROVAL SIGNATURES
Deputy City Manager/Internal Services Manager
Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.
RESOLUTION NO. 2016-119
A RESOLUTION OF THE LODI CITY COUNCIL
AUTHORIZING THE CITY MANAGER TO ACCEPT
FUNDING ALLOCATION FROM CALIFORNIA OFFICE OF
EMERGENCY SERVICES, APPROVING EXPENDITURES,
AND FURTHER APPROPRIATING FUNDS
WHEREAS, the State of California, California 9-1-1 Emergency Communications
Office administers a five-year funding allocation cycle for telecommunications equipment
funding; and
WHEREAS, the funding is awarded every five years to recognized Public Safety
Answering Points (PSAPs); and
WHEREAS, in order to provide funding in an equitable manner throughout the
State, the CA 9-1-1 Branch established a Customer Premise Equipment (CPE) funding
fixed allotment calculation that is based on each PSAP's volume of 9-1-1 calls; and
WHEREAS, the City of Lodi falls under Funding Level Four — an agency that
answers up to 15,000 calls per month; and
WHEREAS, the CPE funding fixed allotment for each PSAP allows for the
replacement of a complete 9-1-1 system or certified upgrade; and
WHEREAS, on April 19, 2016, the Lodi Police Department received notification
of eligibility for the current five-year allocation of $364,000; and
WHEREAS, after a thorough review of the dispatch equipment, staff determined
that the Communications Center must replace 13 -year old CAD console work stations,
headsets, the existing 9-1-1 logging recorder software and hardware system and a 9-1-1
phone line upgrade; and
WHEREAS, the State of California offers a Master Purchase Agreement (MPA)
for statewide 9-1-1 CPE Systems and Services. The MPA offers competitive pricing for
equipment and services for CPE system replacement or certified upgrade; and
WHEREAS, the department determined the use of the MPA was beneficial to
secure competitive pricing and allows a direct pay between the contractor and the
CA 9-1-1 Branch to prevent the expense of general fund dollars; and,
WHEREAS, the department secured bids for the following system purchases:
Vendor
Items
Cost
Capture
Capture software, hardware and Licensing (9-1-1
Technologies, Inc
call logging and recording system)
$ 25,355.24
AT&T
5 position VESTA (9-1-1 phone line upgrade)
$197,260.00
Evans
Workstation Replacement
$112,497.56
TBD
Miscellaneous software and equipment
$ 28,887.20
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to accept the funding allocation from the California Office of
Emergency Services in the amount of $364,000; and
BE IT FURTHER RESOLVED that the City Council hereby approves the
expenditures for the Communications Center project as outlined above; and
BE IT FURTHER RESOLVED that funds be appropriated as shown on the
attached Appropriation Adjustment Request Form.
Dated: July 6, 2016
I hereby certify that Resolution No. 2016-119 was passed and adopted by the
Lodi City Council in a regular meeting held July 6, 2016, by the following vote:
AYES: COUNCIL MEMBERS — Johnson, Kuehne, Mounce, Nakanishi,
and Mayor Chandler
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
2016-119
NNIFE
ity Clerk
FERRAIOLO
1. AA#
2. JV#
CITY OF LODI
APPROPRIATION ADJUSTMENT REQUEST
TO:
Internal Services Dept. - Budget Division
3. FROM:
5. DATE:
4. DEPARTMENT/DIVISION:
6. REQUEST ADJUSTMENT OF APPROPRIATION AS LISTED BELOW
FUND #
BUS. UNIT #
ACCOUNT #
ACCOUNT TITLE
AMOUNT
A.
SOURCE OF
FINANCING
216
21600000
56421
Revenue
$ 364,000.00
B.
USE OF
FINANCING
216
21699000
77020
Capitol Projects
$ 364,000.00
17. REQUEST IS MADE TO FUND THE FOLLOWING PROJECT NOT INCLUDED IN THE CURRENT BUDGET
Please provide a description of the project, the total cost of the project, as well as justification for the
requested adjustment. If you need more space, use an additional sheet and attach to this form.
the California Office of Emergency Services has allotted the City of Lodi it's share of the 9-1-1 CPE funding allocation. The
funding allocation is to be used for specific equipment related to 9-1-1 calls.
If Council has authorized the appropriation adjustme &•mplete the following:
Meeting Date: -Res No:
Department Head Signature: /
Attach copy of resolution to this form.
8. APPROVAL SIGNATURES
Deputy City Manager/Internal Services Manager
Date
Submit completed form to the Budget Division with any required documentation.
Final approval will be provided in electronic copy format.