Loading...
HomeMy WebLinkAboutAgenda Report - August 2, 2017 C-08TM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM c -g AGENDA TITLE: Adopt Resolution Authorizing City Manager to Waive the Bid Process and Execute Professional Services Agreement with 3D Data Com, of Rancho Cordova, for Lodi Transit Station and Parking Structure Safety and Security Project ($172,500), Utilizing California Multiple Awards Schedule No. 3-17-84-0060A MEETING DATE: August 2, 2017 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to waive the bid process and execute Professional Services Agreement with 3D Data Com, of Rancho Cordova, for Lodi Transit Station and Parking Structure Safety and Security Project, in the amount of $172,500, utilizing California Multiple Awards Schedule No. 3-17-84-0060A. BACKGROUND INFORMATION: In July 2013, City Council accepted the Lodi Transit Station and Parking Structure Security and Safety Improvement Project. This master planned project has been programmed over two phases using Proposition 1B funding. The first phase of the project included a network -based video surveillance and assessment system with 31 cameras located at the Lodi Transit Station and Parking Structure. Images are monitored by Transit's contract security officers and authorized individuals, via the City's network. The Police Department also has access viewing live and recorded activity for criminal investigations. The City has recently received Proposition 1B grant funding for the second phase of the Lodi Transit Station and Parking Structure Safety and Security Project (Project). Proposition 1B funding guidelines require recipients to expense funding in a timely manner and meet state procurement guidelines. To expedite project delivery, staff solicited a proposal from 3D Data Com for the Project based on California Multiple Awards Schedule (CMAS) prices. 3D Datacom is a successful bidder on the CMAS contract No. 3-17-84-0060A for competitively bid security camera installations and was the contractor for the initial phase of this work. The Project includes upgrading and installing new cameras to view 90 -degree, 270 -degree or 360 -degree areas at 18 locations at the Lodi Transit Station and Parking structure; and four cameras to monitor the four Sacramento Street intersections (Elm Street, Pine Street, Oak Street, and Walnut Street). The project includes a total of 22 cameras, two speakers, and a core media server system. Based on the CMAS contract prices, total project costs are estimated to be $172,500, including cameras, installation, and contingencies. The Professional Services Agreement includes all insurance and bonding requirements included in City construction contracts. Per Lodi Municipal Code §3.20.045, State and Local Agency Contracts, the bidding process may be waived when it is advantageous for the City, with appropriate approval by City Manager and City Council, APPROVED' Step '*' chwa ity Manager K:\WP\PROJECTS\TRANSIT\Security and Safety (3D Datacom)\2017 CMAS\CPSA_3D Datacom_Statian PS.doc 7/25/17 Adopt Resolution Authorizing City Manager to Waive the Bid Process and Execute Professional Services Agreement with 3D Data Com, of Rancho Cordova, for Lodi Transit Station and Parking Structure Safety and Security Project ($172,500), Utilizing California Multiple Awards Schedule No. 3-17-84-0060A August 2, 2017 Page 2 to use contracts that have been awarded by other California public agencies, provided that their award was in compliance with their formally -adopted bidding or negotiation procedures. Staff recommends authorizing City Manager to waive the bid process and execute Professional Services Agreement with 3D Data Com, of Rancho Cordova, for Lodi Transit Station and Parking Structure Safety and Security Project, in an amount not to exceed $172,500. FISCAL IMPACT: There will be an increase in the long-term maintenance costs associated with the installation of the security and safety equipment that will be funded by Transit operations. This project will not impact the General Fund. FUNDING AVAILABLE: Funding for the security and safety equipment has been appropriated in Fiscal Year 2017/18 budget, utilizing Proposition 1B Transit System Safety, Security and Disaster Response Account (TSSSDRA) Program funds and Transit Development Act (TDA) funds. Proposition 1B (TSSSDRA)/TDA - $172,500 al4f6Aqr )62, Andrew Keys Deputy City Manager/Internal Services Director Charles E. Swimley, Jr. Public Works Director Prepared by Paula J. Fernandez, Transportation Manager/Senior Traffic Engineer CES/PJF/tdb Attachment cc: Management Analyst — Areida-Yadav Facility Services Supervisor 3D Data Com K:\WP\PROJECTS\TRANSIT\Security and Safety (3D Datacom)\2017 CMAS\CPSA_3D Datacom_Station PS doc 7/25/17 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , 20 , by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and 3D DATA COM, a California corporation (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 Lodi Transit Station and Parking Structure Safety and Security Project (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 counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall 1 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 August 21, 2017 and terminates upon the completion of the Scope of Services or on December 18, 2017, whichever occurs first. 2 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 Prevailing Wage The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. Section 3.3 Contractor Registration — Labor Code §1725.5 No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 3.4 Contract Bonds CONTRACTOR shall furnish two good and sufficient bonds: 1. A faithful performance bond in the amount of one hundred percent (100%) of the contract price; and 2. A labor and materials bond in the amount of one hundred percent (100%) of the contract price. These bonds will be required at the time the signed contract is returned to the City. Section 3.5 (AB 626) Public Contract Code Section 9204 — Public Works Project Contract Dispute Resolution Procedure Section 9204 of the California Public Contract Code (the "Code") provides a claim resolution process for "Public Works Project" contracts, as defined, which is hereby incorporated by this reference, and summarized in the following: Definitions: 3 "Claim" means a separate demand by a contractor sent by registered mail or certified mail with return receipt requested, for one or more of the following: (A) A time extension, including, without limitation, for relief from damages or penalties for delay assessed by the City under a contract for a Public Works Project. (B) Payment of money or damages arising from work done by, or on behalf of, a contractor pursuant to a contract for a Public Works Project and payment for which is not otherwise expressly provided or to which a claimant is not otherwise entitled. (C) Payment of an amount that is disputed by the City. "Public Works Project" means the erection, construction, alteration, repair, or improvement of any public structure, building, road, or other public improvement of any kind. Claim Resolution Process: (1) All Claims must be properly submitted pursuant to the Code and include reasonable documentation supporting the Claim. Upon receipt of a Claim, the City will conduct a reasonable review, and within a period not to exceed 45 days, will provide the claimant a written statement identifying the disputed and undisputed portions of the Claim. The City and contractor may, by mutual agreement, extend the time periods in which to review and respond to a Claim. If the City fails to issue a written statement, paragraph (3) applies. Any payment due on a portion of the Claim deemed not in dispute by the City will be processed and made within 60 days after the City issues its written statement. (2) If the claimant disputes the City's response, or if the City fails to respond to a Claim within the time prescribed in the Code, the claimant may demand in writing, by registered mail or certified mail, return receipt requested, an informal conference to meet and confer for settlement of the issues in dispute, which will be conducted within 30 days of receipt. If the Claim or any portion thereof remains in dispute after the meet and confer conference, the City will provide the claimant a written statement, within 10 business days, identifying the remaining disputed and undisputed portions of the Claim. Any payment due on an undisputed portion of the Claim will be processed and made within 60 days after the City issues its written statement. Any disputed portion of the Claim, as identified by the contractor in writing, shall be submitted to nonbinding mediation, as set forth in the Code, unless mutually waived and agreed, in writing, to proceed directly to a civil action or binding arbitration, as applicable. (3) A Claim that is not responded to within the time requirements set forth in the Code is deemed rejected in its entirety. A Claim that is denied by reason of such 4 failure does not constitute an adverse finding with regard to the merits of the Claim or the responsibility or qualifications of the claimant. (4) Amounts not paid in a timely manner as required by the Code will bear interest at 7 percent per annum. (5) Subcontractors or lower tier subcontractors that lack legal standing or privity of contract to assert a Claim directly against the City, may request in writing, on their behalf or the behalf of a lower tier subcontractor, that the contractor present a Claim to the City for work performed by the subcontractor or lower tier subcontractor. The request shall be accompanied by reasonable documentation to support the Claim. Within 45 days of receipt of such written request, the contractor shall notify the subcontractor in writing as to whether the contractor presented the Claim to the City and, if the original contractor did not present the Claim, provide the subcontractor with a statement of the reasons for not having done so. The Claim resolution procedures and timelines set forth in the Code are in addition to any other change order, claim, and dispute resolution procedures and requirements set forth in the City contract documents, to the extent that they are not in conflict with the timeframes and procedures the Code. Section 3.6 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 3.7 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 3.8 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 5 requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees 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 6 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. 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: Paula Fernandez To CONTRACTOR: 3D Data Com 11365 Sunrise Gold Circle Rancho Cordova, CA 95742 Attn: Frank J. Pedersen, Jr. 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. 7 Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. 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. 8 Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. 9 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. CITY OF LODI, a municipal corporation ATTEST: JENNIFER M. FERRAIOLO STEPHEN SCHWABAUER City Clerk City Manager APPROVED AS TO FORM: 3D DATA COM, a California corporation JANICE D. MAGDICH, City Attorney By: By: Name: FRANK J. PEDERSEN, JR. 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: PWTR-0001.0 60399000 (Business Unit & Account No.) Doc ID: K:\WP\PROJECTS\PSA's\2017\3D Data Com.doc CA:Rev.02.2017 10 SCOPE OF WORK: Exhibit A The contractor shall be responsible for the complete design, supply, and install of the security improvements at the Transit Station and Parking Structure represented in the attached documents provided by the City. All parties must be appropriately licensed by the State of California to perform the portion of the work for which they are responsible. The Lodi Transit Station and Parking Structure Safety and Security Project will include, but is not limited to, equipment and quantity provided in 3D Datacom Project Bid. See S-01 plan for schematic. EXECUTION OF CONTRACT The contract shall be signed by the contractor and returned within five days of receipt, not including Saturdays, Sundays, and legal holidays. No contract shall be binding upon the City until it has been signed and executed by the Contractor and the City. Once fully executed, the City will issue a copy of the contract. All drawings and documents for this project created by the contractor shall become the property of the City of Lodi. All drawings must be provided in Electronic format. PROJECT SCHEDULE The project schedule from the Notice to Proceed Date shall be: Total Project: 120 calendar days Liquidated damages shall be $500.00 per day PERMIT, LICENSES, AND FEES The Contractor shall obtain all necessary permits and licenses, etc., for the construction of the project, give all necessary notices, and comply with all laws, ordinances, rules and regulations relating to the work and to the preservation of the public health and safety. a. If required, building permits shall be obtained from the City of Lodi Community Development Department - Building Inspection Division. There will be no cost to the Contractor for obtaining these permits. b. Building inspection agencies, whether state, county, or city, are a separate entity from the public agency referred to in the contract and elsewhere in the bid documents. The Contractor shall assume no special consideration will be given by the building inspection agency having jurisdiction simply because the Contract is with the City of Lodi. c. Contractor shall be responsible for determining all inspection requirements of any building inspection, utility, or other permitting agency having jurisdiction. d. A Rail Road "Right of Entry" Permit is required when working within twenty-five (25) feet of the tracks. This would include, but not limited to any work adjacent to the platform at the Transit Station, and work on the east side of the Parking Structure between the structure and tracks.. The contractor is required to apply for this permit and meet requirements for the associated track safety inspectors. There is no cost to the Contractor for obtaining these permits. RECORD DRAWINGS The Contractor shall provide record drawings in electronic format showing camera locations and conduit runs after project completion. ir crlk 1 r.A Q w Q U C7 z X Y w w 0 w J w J r z 5 w z a 5 0 U e. q;p w:q N 151:1*VINgft_la a e< K! K!! U a• K ail_ YT• PSG 1_ Q 411. P I��} RR�'5 EaL9�y 0.y$6�yDiRY50 ��,yyg �g �yy H ¢R¢Y f yr3�V}:�Y}�Y7Y!!l3. �l } ::I1 r rl R 818RkA&?-F,93888E9'88S88 I $83 11 BS to . g 7:i" I rill IJOH)IrliMI!!!1illelI j if�:�i3�i! iia iiip11H}U 11.231441M114 1 inf illif pUHH; 111111 l!J}$J ',-1, 1i;Lsu:iVUVuu57;61[36565B556U L___ L L L -ES LINE DIAGRAM in r-1 r—i I §II al L JL J w 1¢ w II U d u }f of tiA tf^ L JL 0 JL VOICE • DATA • VIDEO - SECURITY 11365 Sunrise Gold Circle Rancho Cordova, CA 95742 P: (916) 573-3710 (Direct) F: (916) 859-9110 CONTACT : Frank J. Pedersen, Jr MOBILE : (916) 257-3351 (cell) EMAIL : fpedersen@3ddatacom.com julla@3ddatacom.com aursua@3ddatacom.com Project Bid LICENSE : 757157 CLASS : C-7 & C-10 CMAS: 3-17-84-0060A DATE : 06/19/17 Owner : City of Lodi Contact : Paula Femandez Transportation Manager/Sr TE City of Lodi (209) 333-6800 ext 2667 PROJECT : Station and Parking Structure Camera Proposal LOCATION: Lodi, CA SECURITY - DESIGN - INSTALL — SERVICE NOT INCLUDED IN BID : 1 Bonds (If required, add 1.25%.) 2 Permits 3 Patching and Painting 4 Electrical underground work (trenching & boring) TERMS: 1. Labor is based on prevailing wage rates 2. Payment Terms: Progress Billing Monthly, Net 30 Days 3. Bid valid for 90 days CLARIFICATIONS : 1. 3D's bid does includes: 17 - IMM12027-1 EP 270° Pelco cameras 1 - IMM12036-1 EP 360° Panoramic camera 1-S6230-EG1 PTZ camera 1- 360EVO-NID 2 - 90° Dome Camera 2 - Public address speakers 1 Core media server system & 98TB storage work satation, structured cabling & misc consumables 2. All work to be completed during normal business hours. 3. Proposed layout plan & camera matrix NOTES: 1. DIR No 1000000172. Description _ Materials: Model Number MFR Unit MSRP Price 3D Unit Price Qty Extended Cost 1 12&P 270° ENVRMNTL VANDL PEND Mr MINDM IMM12027-IEP Pelco 82.626 00 81,520 00 17 825.840.00 2 l2IF OUT000R 360' PANORAMIC VANDAL IMM12036-IEP Pelco 82,62600 81,52000 1 81.52000 3 1080P 30X ENV PENDANT GRAY CLEAR PTZ S6230-EG1 Pelco 84.571.00 82,645.001 82,645.00 4 360° EVOLUTION CAMERA FOR MAIN LOBBY EVO-12NID Pelco 51,561.00 $936 001 8936.00 5 90° DOME CAMERA IME329-1ES Pelco 81,084.00 $655,002 81.310.00 6 LOUROE TLO OUTDOOR SPEAKER W/ MCROPHONE 8 CABLE Louroe 81,882 00 2 83,764.00 7 ENHANCED KEYBOARD & 3D MOUSE COMBO A1-KBD-3D-KIT2 Pelco 8951.00 8550.00 1 5550.00 8 VX ACC ARBITER AND DHCP AND NTP SERVER D1OU-A2-ACC-US Pelco 83,54300 $2,050.00 1 82,050.00 9 ENTERPRISE CORE MEDIA SVR E1 -CMG -SVR -US Pelco 88,753.00 54.115.001 84.115.00 10 ENTERPRISE WORKSTATION E1 -OPS -WKS -US Pelco 84,96300 82.48200 1 82.48200 11 96TB STORAGE E1-VXS-96-US Pelco 571,000.00 $33,370 001 533,370.00 12 STRUCTURED CABLING, NETWORK SWRCH & MSC CONSUMABLES MISC MISC 524,664 00 1 $24,864.00 Sub Total Materials: 8108.445,00 13 SUPERVISION, COORDINATION & LABOR Project Manager 595 00 80 Hrs 87,600.00 Cable Installer 890 00 185 Hrs 816.632.00 Data Tech 2 885.00 42 Hrs 83,570.00 Data Tech 3 865 00 25 Hrs 82,142.00 Electricians 8115.00 101 Hrs 511,592.00 Eng'gJCAD 865.00 48 Hrs 83.120 00 Sub Total Labor & Supervlsbn 844,856.05 .l INCLUDED IN BID : TOTAL : $148,102.00 Bonds 1,25°/° : $1,851.28 Contingency : $22,546.72 Grand TWANGS to Exceed) : $172,500.00 NOT INCLUDED IN BID : 1 Bonds (If required, add 1.25%.) 2 Permits 3 Patching and Painting 4 Electrical underground work (trenching & boring) TERMS: 1. Labor is based on prevailing wage rates 2. Payment Terms: Progress Billing Monthly, Net 30 Days 3. Bid valid for 90 days CLARIFICATIONS : 1. 3D's bid does includes: 17 - IMM12027-1 EP 270° Pelco cameras 1 - IMM12036-1 EP 360° Panoramic camera 1-S6230-EG1 PTZ camera 1- 360EVO-NID 2 - 90° Dome Camera 2 - Public address speakers 1 Core media server system & 98TB storage work satation, structured cabling & misc consumables 2. All work to be completed during normal business hours. 3. Proposed layout plan & camera matrix NOTES: 1. DIR No 1000000172. 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 Contractor's 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: 1. COMPREHENSIVE GENERAL LIABILITY $1,000,000 Each Occurrence $2,000,000 General Aggregate 2. COMPREHENSIVE AUTOMOBILE LIABILITY $1,000,000 Combined Single Limit 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, that provides liability coverage at least as broad as this form. 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 a later version, that provides liability coverage at least as broad as this 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. An additional named insured endorsement is also required for Auto Liability. (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 04 13 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 the project that it is insuring. (c) Waiver of Subrogation Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability. (d) 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. Page 1 I of 2 pages Risk: rev.03.2016 Insurance Requirements for Contractor (continued) (e) 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. (f) 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. (g) 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. (h) Failure to CompIv 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 any 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. (i) 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 latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this 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 21 of 2 pages Risk: rev.03.2016 RESOLUTION NO. 2017-145 A RESOLUTION OF THE LODI CITY COUNCIL WAIVING THE BIDDING PROCESS AND AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH 3D DATA COM, OF RANCHO CORDOVA, FOR THE LODI TRANSIT STATION AND PARKING STRUCTURE SAFETY AND SECURITY PROJECT, UTILIZING CALIFORNIA MULTIPLE AWARDS SCHEDULE NO. 3-17-84-0060A WHEREAS, in July 2013, City Council accepted the Lodi Transit Station and Parking Structure Security and Safety Project; and WHEREAS, the project included a network -based video surveillance and assessment system for the Lodi Transit Station and Parking Structure; and WHEREAS, the City recently received Proposition 1B grant funding for the second phase of the Lodi Transit Station and Parking Structure Safety and Security Project (Project) and solicited a proposal from 3D Data Com for the Project based on California Multiple Awards Schedule (CMAS) prices. 3D Data Com is a successful bidder on the CMAS Contract No. 3-17-84-0060A for competitively -bid security camera installations; and WHEREAS, the Project includes upgrading and installing new cameras to view 90 -degree, 270 -degree, or 360 -degree areas at 18 locations at the Lodi Transit Station and Parking structure; and four cameras to monitor the four Sacramento Street intersections (Elm Street, Pine Street, Oak Street, and Walnut Street). The project includes a total of 22 cameras, two speakers, and a core media server system; and WHEREAS, per Lodi Municipal Code §3.20.045, State and Local Agency Contracts, the bidding process may be waived when it is advantageous for the City, with appropriate approval by City Manager and City Council, to use contracts that have been awarded by other California public agencies, provided that their award was in compliance with their formally -adopted bidding or negotiation procedures; and WHEREAS, staff recommends that the City Council waive the bidding process and authorize the City Manager to execute a Professional Services Agreement with 3D Data Com, of Rancho Cordova, for the Lodi Transit Station and Parking Structure Safety and Security Project, in the amount of $172,500, utilizing California Multiple Awards Schedule No. 3-17-84-0060A. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby waive the formal bidding process; and BE IT FURTHER RESOLVED that Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement with 3D Data Com, of Rancho Cordova, California, for the Lodi Transit Station and Parking Structure Safety and Security Project, in an amount not to exceed $172,500. Dated: August 2, 2017 I hereby certify that Resolution No. 2017-145 was passed and adopted by the City Council of the City of Lodi in a regular meeting held August 2, 2017 by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — Mounce ABSTAIN: COUNCIL MEMBERS — None \,A, JENNIFER `City Clerk 2017-145 ?re,A0,034 FERRAIOLO