Loading...
HomeMy WebLinkAboutAgenda Report - March 7, 2018 C-07TM CITY OF LODI COUNCIL COMMUNICATION AGENDA ITEM c2-7 AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Agreement For Administration of the False Alarm Management Program with PMAM Corporation ($13,600) MEETING DATE: March 7, 2018 PREPARED BY: Police Chief RECOMMENDED ACTION: Adopt Resolution authorizing City Manager to execute agreement with PMAM Corporation, to process alarm permits, send annual notices for commercial alarm permit renewals, administer false alarm training, bill and collect false alarm fees from violators, and manage alarm contacts for the Lodi Police Department. The contract will be for a period of five years. BACKGROUND INFORMATION: On April 28, 2015, the Police Department made a presentation at the Shirtsleeve meeting about the growing problem of false alarms and the desire to modify the existing Lodi Municipal Code alarm ordinance in order to address the issue. From the outcome of this meeting the Police Department, with the City Attorney's assistance, updated the Lodi Municipal Code Chapter 15.56 — Alarm Systems and Permits on May 3, 2017, and held a public hearing to establish new fees associated with the updated ordinance on August 2, 2017. The department is now interested in contracting with a third -party vendor to manage the alarm permit and false alarm management program much like our parking citation processing vendor. In 2002, the Police Department assumed all alarm permit and false alarm billing and collection duties from the Finance Division and has been managing fee collection by utilizing a program designed for data collection that can be uploaded to the department's Records Management System (RMS) database. This program is currently not working as designed, and after the retirement of the program's creator, it is questionable as to whether it can be repaired. One of the Police Partners manages the entire false alarm program and with the data collection program not working they are using an Excel spreadsheet to track new permits and existing permittee contact information. This Excel spreadsheet does not upload into RMS and is not convenient for the Department to quickly look up permittee contacts when an officer is dispatched to an alarm. It has become clear that the Police Department does not have the resources or a digital program to track the information needed to make this program work as it is intended. With the updated ordinance and new fees in place, the Police Department requested bids from three false alarm management companies on November 11, 2017. PMAM, Cry Wolf, and Digital Design Group were the only three options available after internet research and recommendations from other jurisdictions. APPROVED: ephen auer, City Manager Adopt Resolution Authorizing City Manager to Execute Agreement For Administration of the False Alarm Management Program with PMAM Corporation ($13,600) March 7, 2018 Page 2 SERVICES REQUESTED: • Process new residential and commercial alarm permits • Send annual notices for commercial alarm permit renewals • Administer false alarm training • Send courtesy notices to violators and collect revenue • Manage alarm contacts • Web -based database for permittee and alarm companies • Provide bi-lingual customer service • Provide an online payment and appeals process • Create statistical reports SELECTION PROCESS: One vendor did not respond to the request for a bid, however, proposals were acquired from PMAM and Cry Wolf. The proposals were reviewed and compared by Police Department representatives and emails were sent to the vendor's references for review. COSTS & ANALYSIS: Pricing Cry Wolf PMAM 87/13 Split Does not include cost of mailing, bank fees, credit card fees, and citizen overpayments. Bi-directional inter -face with Superion - $10,500 Experience 19 years 75/25 Split All inclusive Notes 13 years Scope of Services Custom website design Custom website design PM AM's website seemed less set-up intensive that would benefit the department due to limited resources Works with LPD's RMS Database Works with LPD's RMS Database No -cost bi-directional inter -face offered by PMAM Generates on-going billing for businesses Permit registration: online, mail, and phone Generates on-going billing for businesses Annual billing included with both RFPs Permit registration: online, mail, and phone Self-service reports for the City to access Self-service reports for the City to access Adopt Resolution Authorizing City Manager to Execute Agreement For Administration of the False Alarm Management Program with PMAM Corporation ($13,600) March 7, 2018 Page 2 "Alarm School" provided by website, it will provide continuing alarm education "Alarm School" provided with CD, online, bill inserts, and high violator identification CD/DVD beneficial for residents without access to internet Mobile App Mobile App Available for citizens and responders PMAM's pricing scenario is all inclusive making it more stable and easier to manage. It is unknown if postal charges, or credit card processing fees would increase in the next five years making it hard to project the City's revenue from Cry Wolf. PMAM offered additional benefits including no -cost bi- directional interface with our RMS database; saving the City $10,500 and allowing dispatchers to have real-time contact information for alarm permittees and alarm management companies. They also offer a CD/DVD false alarm "school" for folks who may not have internet services and cannot take a class online. Lastly, PMAM had superior references compared to Cry Wolf. It is important to note that one of Cry Wolf's references is currently switching to PMAM and another is looking to change due to Cry Wolf's continuous failure to fix problems. Staff recommends that the City Council authorize the City Manager to execute an agreement for administration of the false alarm management program with PMAM Corporation for the period March 1, 2018 through February 28, 2023. FISCAL IMPACT: The cost will be offset through alarm permit fees and false alarm fine revenue. The department anticipated the alarm program to generate approximately $27,000 in on-going Commercial Permit Fees and an estimated $27,400 in false alarm fines, making the estimated annual contract value to be $13,600. FUNDING AVAILABLE: Not applicable. Tod Patterson Police Chief AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , 2018, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and PMAM Corporation, a Texas corporation whose address is 5430 LBJ Freeway, Suite 370 Dallas, TX 75240 (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 False Alarm Program Management (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 initial term of this Agreement shall be for a period of five (5) years commencing on the Contract Implementation Date (as hereinafter defined) and ending on the day immediately preceding the second anniversary of the Contract 2 Implementation Date (the 'Initial Term"), subject to earlier termination as set forth herein. Upon the expiration of the Initial Term, this Agreement shall be subject to two (2) extensions from year to year thereafter (each an "Extended Term") on the same terms and conditions as set forth herein, unless either party notifies the other in writing at least sixty (60) days prior to the expiration of the Initial Term or the Extended Term, as applicable, that such party will not further extend the term of this Agreement. As used herein, the term "Contract Implementation Date" shall mean the first day of the calendar month for which CONTRACTOR commences billing for its Services to the CITY hereunder following the installation of the False Alarm Management Program. 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 The compensation payable to CONTRACTOR hereunder shall be paid in accordance with the provisions of Exhibit "B" hereto. 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 3 CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees 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 4 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. Notwithstanding any other obligation of CONTRACTOR hereunder, in no event shall CONTRACTOR be liable for any special, consequential or punitive damages, including loss of fees, profits or income, arising directly or indirectly out of the provision or non -provision of Services or Special Services hereunder, whether or not CONTRACTOR had any knowledge that such damages might be incurred, provided, however, the limitations on the indemnification obligations of CONTRACTOR set forth in this Section shall not apply to the obligation of CONTRACTOR to pay the CITY its share of the collected revenues as set forth in this Agreement. 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 5 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: Jennelle Baker To CONTRACTOR: PM AM Corporation 5430 LBJ Freeway, Suite 370 Dallas, Tx 75240 Attn: Michael Marzouk Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination and Effect of Termination 4.11.1 The CITY shall inform CONTRACTOR in writing, if CONTRACTOR fails to perform its duties under this Agreement with a ninety (90) days window to correct the problem. Contractor shall remedy the problem to the reasonable satisfaction of the CITY within ninety (90) days from the receipt of such notice. Should CONTRACTOR fail to remedy the problem within ninety (90) days, the CITY may terminate this Agreement. 6 4.11.2 CONTRACTOR'S Fee Schedule and pricing for any and all Services to be provided by CONTRACTOR to the CITY under this Agreement have been set, established and agreed to be based upon the current provisions of applicable CITY ordinances relating to alarms. Should said ordinances change at any time during the term of this Agreement to reduce the applicable fee, fines and charges, then the CONTRACTOR reserves the express right to enter into good faith negotiations with the CITY to modify the Fee Schedule and pricing accordingly. If, within thirty (30) days of notice from CONTRACTOR to the CITY of its desire to so renegotiate, the parties are unable to reach an agreement mutually acceptable to both parties, then CONTRACTOR reserves the right to terminate this Agreement. Said termination shall not be deemed to be a default by CONTRACTOR under this Agreement, and CONTRACTOR shall be paid all fees and costs due and owing CONTRACTOR as of the date of said termination. 4.11.3 CONTRACTOR may terminate this Agreement upon written notice to the CITY if the CITY misuses or attempts to appropriate the proprietary software of CONTRACTOR. 4.11.4 If this Agreement is terminated as provided herein, the CITY may require CONTRACTOR to provide all finished and/or unfinished data and other information of any kind possessed by CONTRACTOR in connection with the performance of Services under this Agreement. CONTRACTOR shall be required to provide such information within a reasonable period of time of receipt of the request not to exceed thirty (30) days. Specifically, in the event the CITY shall terminate this Agreement: 4.11.4a. All data relating to alarm permits shall be owned by the CITY. Upon termination of this Agreement, CONTRACTOR shall promptly deliver to the CITY all data in MS -SQL format. 4.11.4b. CONTRACTOR retains all right and title to the Application software, including but not limited to, all publication rights, all development rights, all reproductions rights, and all rights that may follow from the commercial development of the software. The CITY does not acquire any ownership rights to the Application software. The Software is protected in favor of PMAM, as well as any future registered trademarks, are trademarks of PMAM. 4.11.4c. The proprietary software is considered loaned to the CITY during the duration of this Agreement as laid out in this Agreement and the CITY 7 will not have any access to PMAM's proprietary software after the conclusion of the Agreement. 4.11.4d. The CITY shall pay CONTRACTOR all fees and costs due and owing CONTRACTOR as of the date of said termination. CITY shall assume no liability for costs, expenses or lost profit resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. 4.11.4e. The provisions of this Section shall survive the termination of 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. 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 8 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. ATTEST: CITY OF LODI, a municipal corporation JENNIFER M. ROBISON STEPHEN SCHWABAUER City Clerk City Manager APPROVED AS TO FORM: PMAM Corporation JOHN P. FUKASAWA, Deputy City Attorney By: By: Name: Pankaj Kumar Title: CEO Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: 10031004.72450 (Business Unit & Account No.) Doc ID: CA:Rev.07.2014 10 Exhibit A Scope of Work and Requirements Scope of Work: It will be the Contractor's responsibility to provide, install, and operate the Professional Services Alarm Management Services Program based on a "False Alarm Management Solution" system hereafter referred to as a FAMS system and all other necessary equipment and services on a "software as a service" basis. The Contractor shall accurately convert all pertinent data downloaded from the City's current primary alarm and accounts/receivable databases to populate the FAMS system. Effective interfaces shall ensure that all parties share and benefit from the most current and accurate information. Contractor shall provide appropriate supplies and services including but not limited to; 1. Single point of contact and daily resident assistance 2. Maintenance of databases: a. Alarm permits b. Permit Holders c. Permit Holders with outstanding charges d. Non -permitted locations with outstanding charges e. Address verification database 3. Collection of payments in accordance with the rates established by the alarm ordinance, and any implementing resolutions or orders, as may be amended from time to time by the City 4. Performance of all the billing in accordance with the City's alarm ordinance, as may be amended from time to time by the City 5. Generation of the following reports including but not limited to: a. New alarm permits issued and fees collected b. Annual permit renewals billed and fees collected c. Permits inactivated or revoked and reason for inactivation or revocation d. Permits reinstated and reason for reinstatement e. Number of false burglar alarms f. Number of false burglar alarms billed and fees collected g. Number of false robbery alarms h. Number of false robbery alarms billed and fees collected i. Number of reinstatement fees billed and fees collected j. False burglary and/or robbery alarms for permit owners 9 k. False burglary and/or robbery alarms for non -permitted owners I. Suspension or revocation Report for permit holders as per ordinance, if applicable 6. System functionality to capture the following information: a. Permit number b. Permit issue date c. Permit expiration date d. Permit type (residential / commercial) e. Name of business or residential permit holder f. Site 1) Street address and zip code of property 2) Type of property (residential / commercial) 3) Telephone numbers 4) Contact persons (minimum of 2) and phone number(s) 5) Type of alarm system installed (burglary, panic, robbery) g. Billing 1) Name 2) Full mailing address (includes zip code) 3) Contact person and phone number(s) h. Permit Holder Responsible for Alarm 1) Name 2) Complete mailing address 3) Phone numbers i. Name and telephone number of alarm monitoring company j. Name and telephone number of company that installed the alarm system k. Special Medical Concerns I. Pet Information 7. System functionality to generate notices to alarm users without permits 8. Transfer on line and/or via magnetic media a skeleton version of entire registration database from FAMS system to RMS including the following: 1) Permit number (or non -permitted identifier) 2) Name of permit holder 3) Location of permit holder 4) Permit status 5) Expiration date 6) Last false alarm incident date and time 7) Alarm type (i.e., burglar, panic, etc.) 8) False alarm incident count 9. Transfer on line and/or via magnetic media incident records from RMS to FAMS including: 1) Incident number 10 2) Priority 3) Call code 4) Disposition 5) Date 6) Time: (a) Received (b) Dispatched (c) Arrived (d) Cleared 7) Remarks 8) Site name and address 9) Reportee name, address, phone number 10) Dispatcher- employee number and terminal 11) Phone clerk - employee number and terminal 12) Cleared code and disposition (true/false) 13) Officer number 14) Unit(s) assigned Collection requirements and provisions: CONTRACTOR will design, implement and maintain a system to serve as the billing and collections agent and accounts receivable (A/R) manager for the City Alarm Program Administration and Collection Service. The Contractor will provide all hardware, software, materials, supplies, space, and staff resources as required. The system will meet the following collection specifications: 1. Bill format will provide stub or appropriate remittance form to accompany payment. 2. Bill format, permit forms, envelopes and related correspondence will identify the location of a Contractor staffed and maintained office so the customer may have the ability to obtain direct answers to questions about their bills and related false alarm system information. 3. All bills, correspondence and related matters will be approved by the City. 4. Bills will be due in time lines specified in the ordinance and or rules and regulations as appropriate. 5. Records of bills will be retained by Contractor to apply to Account Receivable system (NR) to be maintained by Contractor. 6. Contractor will develop an A/R file, which the City will have access to review at any time. 7. System functionality for the City to print a bill for customers wishing to make payments at the walk in cashier location(s) of the City and to provide on-line information to the Contractor regarding such payments so that Contractor can maintain A/R file. 8. Contractor will provide the ability for customer to pay on-line, by mail and via walk-in cashier. 9. Payments made by mail will be directed to a P.O. Box address in California maintained and managed by the Contractor, unless and until the City directs that such payments be 11 directed to a lock box address established by the City. 10. Contractor system will track NSF or insufficient fund check occurrences and occurrences where customer stop payments have been ordered. 11. Contractor will provide system for billing the customer for the appropriate NSF or insufficient fund check fee charges and charges for stop payment situations. 12. Notwithstanding the foregoing, the Services provided hereunder do not extend to any debt collection activities in the event the property owner does not pay the amount of the invoice submitted by Contractor. Any such debt collection activities shall be performed by an independent contractor selected either by (i) the Contractor with the prior written consent of the City or its designee, or (ii) the City or its designee or agent upon written notice to the Contractor. Processing: The Contractor shall provide the services covered under this Agreement and Scope from its offices in California and make available hardware and software and services necessary to establish and provide the Alarm Program Administration and Collection Service. Contractor's Obligation: In addition to the above, the Contractor shall: 1. Maintain the proposed equipment, hardware, and software, documentation, and support services for the equipment installed, including the timely incorporation of all engineering changes. 2. Supply the City with an interface document describing the type, size, location, and medium of transfer from the City RMS. 3. Defer to the city regarding the waiver of any false alarm fee incurred where there is question about the validity of any response or action taken by an employee(s) of the City regarding a specified alarm call. 4. When possible, reports shall be produced based on the entry of variable parameters. Threshold fields shall allow a specific date range or other criteria. When possible, all report searches, shall allow for multiple parameters.. Training 1. The Contractor shall provide training for the City and Police employees. Training shall be conducted in several sessions on an as needed basis. System Coordination 1. The Contractor shall coordinate with the City's Finance Department, Information Services and the City Police Department to develop a system that will allow walk-in payments under the Agreement. 2. The Contractor shall provide during the life of the Agreement on-going computer hardware, software support and maintenance to ensure uninterrupted operation. In the unlikely event of interruption, Contractor will make best efforts to restore service within 12 seventy-two (72) hours 3. The Contractor under this Agreement shall establish and provide public education, awareness and information regarding the City's Alarm Management Program. City Licensing Fees 1. The City acknowledges and agrees that Contractor shall be exempt from any applicable City license fees in performing its services hereunder. Exhibit "B" Pricing and Receipt of Collections This is a revenue sharing contract. The Contractor shall retain the percentages and amounts listed in the table below of all collections and remit the percentage balance and amounts listed in the table below to the City for the total of the actual revenues generated and collected for the City during the life of this Agreement including all adjustments for: a. Alarm permit and renewal fees; b. False alarms violation fee above a mandated limit; c. Reinstatement fees; d. Late fee for false alarms, permit fees and renewal fees e. Other charges imposed by the City in relation to the City's f. Alarm Program Management and Collection Services (except for criminal penalties). City of Lodi CONTRACTOR Corporation % 15 % a5 The City and Contractor shall share the revenue generated from fees, fines, and penalties as described above; provided that all bank charges incurred in connection with the Services rendered under this Agreement by Contractor shall be paid by the program before the foregoing split of fees. The City shall pay Contractor a $25 processing fee for each refund check processed by Contractor through the Program (the "Processing Fee") promptly upon receipt of an invoice from Contractor for such Processing Fee. In addition, the City shall reimburse Contractor for its out-of-pocket postage expenses incurred by Contractor in performing its services to the City hereunder promptly upon receipt of an invoice from Contractor for such postage expense. At the election of Contractor, Contractor may submit an invoice to the City for such postage expense or Processing Fee and deduct and offset such amount(s) from the percentage amount to the City hereunder. 13 Contractor reserves the right to renegotiate this pricing should the City change the fee schedule for the false alarm ordinance. The City acknowledges that Contractor is installing the Program at no cost the City. Consequently, in the event the City terminates this Agreement within 12 months from the Effective Date for any reason other than the failure of Contractor to perform its Services hereunder that has not been cured by Contractor within 30 days of receipt of written notice of the problem, Contractor shall be entitled to receive, and the City shall pay to Contractor, the fees that Contractor would have received hereunder for a period of 12 months Tess the number of months, if any, that Contractor was paid its fees hereunder prior to the termination of this Agreement (the "Guaranteed Period"). If this Agreement is terminated after the Contract Implementation Date, the amount of the fees to be paid to Contractor shall be the average of the monthly fees retained by Contractor prior to termination of this Agreement multiplied by the number of months remaining in the Guaranteed Period. If this Agreement is terminated prior to the Contract Implementation Date, the amount of fees to be paid to Contractor shall be the amount of the fees projected by the parties to be retained by Contractor during the Guaranteed Period at the time this Agreement was executed. The amount of any fees payable to Contractor pursuant to the provisions of this paragraph shall be paid by the City upon termination this Agreement unless the parties agree to have such amount paid in equal monthly installments over an agreed period of time. The provisions of this paragraph shall survive the termination of this Agreement. The share of the revenues payable to Contractor and the City in accordance with the provisions of this Exhibit B shall be determined and paid monthly within 15 days after the end of each calendar month during the Term hereof based upon the amount of collections during the immediately preceding calendar month, adjusted for any outstanding authorized reimbursements or expenses payable to Contractor in accordance with the terms of this Agreement. 14 EXHIBIT C NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a contract you will receive an email from the City's online insurance program requesting you to forward the email to your insurance provider(s). Please see attached flyer regarding PINS Advantage. Insurance Reauirements 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. In the event Contractor's insurance cannot fully cover any hired subconsultants, the terms of insurance herein shall be requirements for the subconsultant. The amount of such insurance shall be as follows: 1. COMPREHENSIVE GENERAL LIABILITY $2,000,000 Each Occurrence $4,000,000 General Aggregate 2. ERRORS AND OMISSIONS / TECHNOLOGY $2,000,000 Per Claim $4,000,000 Annual Aggregate Covering all acts, errors, omissions, negligence, network security and privacy risks, including but not limited to unauthorized access, failure of security, breach of privacy perils, wrongful disclosure, collection, or other negligence in the handling of confidential information, privacy perils, and including coverage for related regulatory defense and penalties; data breach expenses, and payable whether incurred by City of Lodi or Contractor, including but not limited to consumer notification, whether or not required by law, computer forensic investigations, public relations and crisis management firm fees, credit file or identity monitoring or remediation services in the performance of services for, or on behalf of, City of Lodi. Such insurance shall be maintained in force at all times during the term of the agreement and provide an Extended Reporting Period (ERP) for a period of one year thereafter, for services completed during the term of the agreement. When project specific insurance is required, 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: Insurance Reauirements for Contractor (continued) (a) Additional Named Insured Endorsement Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides commercial general 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 commercial general liability and automobile liability policy shall be "primary and non-contributory" and will not seek contribution from City's insurance or self-insurance and Page 1 1 of 2 pages I Risk: rev.08.28.2017 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) Completed Operations Endorsement For three years after completion of project, a certificate of insurance with a Completed Operations Endorsement, CG 20 37 07 04, will be provided to the City of Lodi. (e) 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. (f) 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 under the Contractors commercial general liability and automobile liability policies. (g) 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. (h) 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. (i) 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 name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) 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. (j) 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 Page 2 I of 2 pages J Risk: rev.08.28.2017 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 3 I of 2 pages 8 Risk: rev.08.28.2017 RESOLUTION NO. 2018-29 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A FIVE-YEAR PROFESSIONAL SERVICES AGREEMENT FOR MANAGEMENT OF THE FALSE ALARM MANAGEMENT PROGRAM WITH PM AM CORPORATION, OF DALLAS, TEXAS WHEREAS, Lodi Municipal Code Chapter 15.56 — Alarm Systems and Permits was adopted by Council on May 3, 2017; and WHEREAS, new alarm permit fees and false -alarm fines were adopted by Council on August 2, 2017; and WHEREAS, the Police Department assumed all alarm permit and false alarm billing and collection duties from Finance in 2002; the current alarm permit database is not working as designed and it is questionable as to whether it can be repaired; and WHEREAS, with the updated ordinance and new fees in place, the Police Department requested bids from three false -alarm management companies on November 11, 2017; and WHEREAS, staff recommends that the City Council authorize the City Manager to execute a five-year professional services agreement for administration of the false -alarm management program with PM AM Corporation. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement for the administration of the false alarm management program with PM AM Corporation, of Dallas, Texas, for the period of March 1, 2018 through February 28, 2023, with a 75%/25% division of commercial permit fees and false -alarm fines. Date: March 7, 2018 I hereby certify that Resolution No. 2018-29 was passed and adopted by the Lodi City Council in a regular meeting March 7, 2018, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Johnson, Kuehne, Mounce, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None 2r-4.AAALA NNIFER[ll}II. FERRAIOLO City Clerk 2018-29 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , 2018, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and PMAM Corporation, a Texas corporation whose address is 5430 LBJ Freeway, Suite 370 Dallas, TX 75240 (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 False Alarm Program Management (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 initial term of this Agreement shall be for a period of five (5) years commencing on the Contract Implementation Date (as hereinafter defined) and ending on the day immediately preceding the second anniversary of the Contract 2 Implementation Date (the `Initial Term"), subject to earlier termination as set forth herein. Upon the expiration of the Initial Term, this Agreement shall be subject to two (2) extensions from year to year thereafter (each an "Extended Term") on the same terms and conditions as set forth herein, unless either party notifies the other in writing at least sixty (60) days prior to the expiration of the Initial Term or the Extended Term, as applicable, that such party will not further extend the term of this Agreement. As used herein, the term "Contract Implementation Date" shall mean the first day of the calendar month for which CONTRACTOR commences billing for its Services to the CITY hereunder following the installation of the False Alarm Management Program. 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 The compensation payable to CONTRACTOR hereunder shall be paid in accordance with the provisions of Exhibit "B" hereto. 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 3 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 4 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. Notwithstanding any other obligation of CONTRACTOR hereunder, in no event shall CONTRACTOR be liable for any special, consequential or punitive damages, including Toss of fees, profits or income, arising directly or indirectly out of the provision or non-provision of Services or Special Services hereunder, whether or not CONTRACTOR had any knowledge that such damages might be incurred, provided, however, the limitations on the indemnification obligations of CONTRACTOR set forth in this Section shall not apply to the obligation of CONTRACTOR to pay the CITY its share of the collected revenues as set forth in this Agreement. Section 4.4 No Personal Liabiltty 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 5 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: Jennelle Baker To CONTRACTOR: PM AM Corporation 5430 LBJ Freeway, Suite 370 Dallas, Tx 75240 Attn: Michael Marzouk Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination and Effect of Termination 4.11.1 The CITY shall inform CONTRACTOR in writing, if CONTRACTOR fails to perform its duties under this Agreement with a ninety (90) days window to correct the problem. Contractor shall remedy the problem to the reasonable satisfaction of the CITY within ninety (90) days from the receipt of such notice. Should CONTRACTOR fail to remedy the problem within ninety (90) days, the CITY may terminate this Agreement. 4.11.2 CONTRACTOR'S Fee Schedule and pricing for any and all Services to be provided by CONTRACTOR to the CITY under this Agreement have been set, established and agreed to be based upon the current provisions of applicable CITY ordinances relating to alarms. Should said ordinances change at any time during the term of this Agreement to reduce the applicable fee, fines and charges, then the CONTRACTOR reserves the express right to enter into good faith negotiations with the CITY to modify the Fee Schedule and pricing accordingly. If, within thirty (30) days of notice from CONTRACTOR to the CITY of its desire to so renegotiate, the parties are 6 unable to reach an agreement mutually acceptable to both parties, then CONTRACTOR reserves the right to terminate this Agreement. Said termination shall not be deemed to be a default by CONTRACTOR under this Agreement, and CONTRACTOR shall be paid all fees and costs due and owing CONTRACTOR as of the date of said termination. 4.11.3 CONTRACTOR may terminate this Agreement upon written notice to the CITY if the CITY misuses or attempts to appropriate the proprietary software of CONTRACTOR. 4.11.4 If this Agreement is terminated as provided herein, the CITY may require ' CONTRACTOR to provide all finished and/or unfinished data and other information of any kind possessed by CONTRACTOR in connection with the performance of Services under this Agreement. CONTRACTOR shall be required to provide such information within a reasonable period of time of receipt of the request not to exceed thirty (30) days. Specifically, in the event the CITY shall terminate this Agreement: 4.11.4a. All data relating to alarm permits shall be owned by the CITY. Upon termination of this Agreement, CONTRACTOR shall promptly deliver to the CITY all data in MS -SQL format. 4.11.4b. CONTRACTOR retains all right and title to the Application software, including but not limited to, all publication rights, all development rights, all reproductions rights, and all rights that may follow from the commercial development of the software. The CITY does not acquire any ownership rights to the Application software. The Software is protected in favor of PMAM, as well as any future registered trademarks, are trademarks of PMAM. 4.11.4c. The proprietary software is considered loaned to the CITY during the duration of this Agreement as laid out in this Agreement and the CITY will not have any access to PMAM's proprietary software after the conclusion of the Agreement. 4.11.4d. The CITY shall pay CONTRACTOR all fees and costs due and owing CONTRACTOR as of the date of said termination. CITY shall assume no liability for costs, expenses or lost profit resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. 4.11.4e. The provisions of this Section shall survive the termination of this Agreement. 7 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 Laws Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California, Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail 8 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. 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. 9 IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: CITY OF LODI, a municipal corporation JENNIFER M. ROBISON STEPHEN SCHWABAUER City Clerk City Manager APPROVED AS TO FORM: PMAM Corporation JANICE D. MAGDICH, City Attorney By: By: Name: Pankaj Kumar Title: CEO Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: 10031004.72450 (Business Unit & Account No.) Doc ID: CA:Rev.07.2014 10 Exhibit A Scope of Services Scope of Work: It will be the Contractor's responsibility to provide, install, and operate the Professional Services Alarm Management Services Program based on a "False Alarm Management Solution" system hereafter referred to as a FAMS system and all other necessary equipment and services on a "software as a service" basis. The Contractor shall accurately convert all pertinent data downloaded from the City's current primary alarm and accounts/receivable databases to populate the FAMS system. Effective interfaces shall ensure that all parties share and benefit from the most current and accurate information. Contractor shall provide appropriate supplies and services including but not limited to; 1. Single point of contact and daily resident assistance 2. Maintenance of databases: a. Alarm permits b. Permit Holders c. Permit Holders with outstanding charges d. Non -permitted locations with outstanding charges e. Address verification database 3. Collection of payments in accordance with the rates established by the alarm ordinance, and any implementing resolutions or orders, as may be amended from time to time by the City 4. Performance of all the billing in accordance with the City's alarm ordinance, as may be amended from time to time by the City 5. Generation of the following reports including but not limited to: a. New alarm permits issued and fees collected b. Annual permit renewals billed and fees collected c. Permits inactivated or revoked and reason for inactivation or revocation d. Permits reinstated and reason for reinstatement e. Number of false burglar alarms f. Number of false burglar alarms billed and fees collected g. Number of false robbery alarms h. Number of false robbery alarms billed and fees collected i. Number of reinstatement fees billed and fees collected j. False burglary and/or robbery alarms for permit owners 11 k. False burglary and/or robbery alarms for non -permitted owners I. Suspension or revocation Report for permit holders as per ordinance, if applicable 6. System functionality to capture the following information: a. Permit number b. Permit issue date c. Permit expiration date d. Permit type (residential / commercial) e. Name of business or residential permit holder f. Site 1) Street address and zip code of property 2) Type of property (residential / commercial) 3) Telephone numbers 4) Contact persons (minimum of 2) and phone number(s) 5) Type of alarm system installed (burglary, panic, robbery) g. Billing 1) Name 2) Full mailing address (includes zip code) 3) Contact person and phone number(s) h. Permit Holder Responsible for Alarm 1) Name 2) Complete mailing address 3) Phone numbers i. Name and telephone number of alarm monitoring company j. Name and telephone number of company that installed the alarm system k. Special Medical Concerns I. Pet Information 7. System functionality to generate notices to alarm users without permits 8. Transfer on line and/or via magnetic media a skeleton version of entire registration database from FAMS system to RMS including the following: 1) Permit number (or non -permitted identifier) 2) Name of permit holder 3) Location of permit holder 4) Permit status 5) Expiration date 6) Last false alarm incident date and time 7) Alarm type (i.e., burglar, panic, etc.) 8) False alarm incident count 9. Transfer on line and/or via magnetic media incident records from RMS to FAMS including: 1) Incident number 12 2) Priority 3) Call code 4) Disposition 5) Date 6) Time: (a) Received (b) Dispatched (c) Arrived (d) Cleared 7) Remarks 8) Site name and address 9) Repartee name, address, phone number 10) Dispatcher- employee number and terminal 11) Phone clerk - employee number and terminal 12) Cleared code and disposition (true/false) 13) Officer number 14) Unit(s) assigned Collection requirements and provisions: PMAM will design, implement and maintain a system to serve as the billing and collections agent and accounts receivable (A/R) manager for the City Alarm Program Administration and Collection Service. The Contractor will provide all hardware, software, materials, supplies, space, and staff resources as required. The system will meet the following collection specifications: 1. Bill format will provide stub or appropriate remittance form to accompany payment. 2. Bill format, permit forms, envelopes and related correspondence will identify the location of a Contractor staffed and maintained office so the customer may have the ability to obtain direct answers to questions about their bills and related false alarm system information. 3. All bills, correspondence and related matters will be approved by the City. 4. Bills will be due in time lines specified in the ordinance and or rules and regulations as appropriate. 5. Records of bills will be retained by Contractor to apply to Account Receivable system (A/R) to be maintained by Contractor. 6. Contractor will develop an A/R file, which the City will have access to review at any time. 7. System functionality for the City to print a bill for customers wishing to make payments at the walk in cashier location(s) of the City and to provide on-line information to the Contractor regarding such payments so that Contractor can maintain A/R file. 8. Contractor will provide the ability for customer to pay on-line, by mail and via walk-in cashier. 13 9. Payments made by mail will be directed to a P.O. Box address in Texas maintained and managed by the Contractor, unless and until the City directs that such payments be directed to a lock box address established by the City. 10. Contractor system will track NSF or insufficient fund check occurrences and occurrences where customer stop payments have been ordered. 11. Contractor will provide system for billing the customer for the appropriate NSF or insufficient fund check fee charges and charges for stop payment situations. 12. Notwithstanding the foregoing, the Services provided hereunder do not extend to any debt collection activities in the event the property owner does not pay the amount of the invoice submitted by Contractor. Any such debt collection activities shall be performed by an independent contractor selected either by (i) the Contractor with the prior written consent of the City or its designee, or (ii) the City or its designee or agent upon written notice to the Contractor. Processing: The Contractor shall provide the services covered under this Agreement and Scope from its offices in Texas and make available hardware and software and services necessary to establish and provide the Alarm Program Administration and Collection Service. Contractor's Obligation: In addition to the above, the Contractor shall: 1. Maintain the proposed equipment, hardware, and software, documentation, and support services for the equipment installed, including the timely incorporation of all engineering changes. 2. Supply the City with an interface document describing the type, size, location, and medium of transfer from the City RMS. 3. Defer to the city regarding the waiver of any false alarm fee incurred where there is question about the validity of any response or action taken by an employee(s) of the City regarding a specified alarm call. 4. When possible, reports shall be produced based on the entry of variable parameters. Threshold fields shall allow a specific date range or other criteria. When possible, all report searches, shall allow for multiple parameters.. Training 1. The Contractor shall provide training for the City and Police employees. Training shall be conducted in several sessions on an as needed basis. System Coordination 1. The Contractor shall coordinate with the City's Finance Department, Information Services and the City Police Department to develop a system that will allow walk- in payments under the Agreement. 2. The Contractor shall provide during the life of the Agreement on-going computer 14 hardware, software support and maintenance to ensure uninterrupted operation. In the unlikely event of interruption, Contractor will make best efforts to restore service within seventy-two (72) hours 3. The Contractor under this Agreement shall establish and provide public education, awareness and information regarding the City's Alarm Management Program. City Licensing Fees 1. The City acknowledges and agrees that Contractor shall be exempt from any applicable City license fees in performing its services hereunder. 15 Exhibit "B" Pricing and Receipt of Collections This is a revenue sharing contract. The Contractor shall retain the percentages and amounts listed in the table below of all collections and remit the percentage balance and amounts listed in the table below to the City for the total of the actual revenues generated and collected for the City during the life of this Agreement including all adjustments for: a. Alarm permit and renewal fees; b. False alarms violation fee above a mandated limit; c. Reinstatement fees; d. Late fee for false alarms, permit fees and renewal fees e. Other charges imposed by the City in relation to the City's f. Alarm Program Management and Collection Services (except for criminal penalties). City of Lodi 75% PMAM Corporation 25% The City and Contractor shall share the revenue generated from fees, fines, and penalties as described above; provided that all bank charges incurred in connection with the Services rendered under this Agreement by Contractor shall be paid by the program before the foregoing split of fees. The City shall pay Contractor a $25 processing fee for each refund check processed by Contractor through the Program (the "Processing Fee") promptly upon receipt of an invoice from Contractor for such Processing Fee. In addition, the City shall reimburse Contractor for its out-of-pocket postage expenses incurred by Contractor in performing its services to the City hereunder promptly upon receipt of an invoice from Contractor for such postage expense. At the election of Contractor, Contractor may submit an invoice to the City for such postage expense or Processing Fee and deduct and offset such amount(s) from the percentage amount to the City hereunder. Contractor reserves the right to renegotiate this pricing should the City change the fee schedule for the false alarm ordinance. The City acknowledges that Contractor is installing the Program at no cost the City. Consequently, in the event the City terminates this Agreement within 12 months from the Effective Date for any reason other than the failure of Contractor to perform its Services hereunder that has not been cured by Contractor within 30 days of receipt of written notice of the problem, Contractor shall be entitled to receive, and the City shall pay to 16 Contractor, the fees that Contractor would have received hereunder for a period of 12 months less the number of months, if any, that Contractor was paid its fees hereunder prior to the termination of this Agreement (the "Guaranteed Period"). If this Agreement is terminated after the Contract Implementation Date, the amount of the fees to be paid to Contractor shall be the average of the monthly fees retained by Contractor prior to termination of this Agreement multiplied by the number of months remaining in the Guaranteed Period. If this Agreement is terminated prior to the Contract Implementation Date, the amount of fees to be paid to Contractor shall be the amount of the fees projected by the parties to be retained by Contractor during the Guaranteed Period at the time this Agreement was executed. The amount of any fees payable to Contractor pursuant to the provisions of this paragraph shall be paid by the City upon termination this Agreement unless the parties agree to have such amount paid in equal monthly installments over an agreed period of time. The provisions of this paragraph shall survive the termination of this Agreement. The share of the revenues payable to Contractor and the City in accordance with the provisions of this Exhibit B shall be determined and paid monthly within 15 days after the end of each calendar month during the Term hereof based upon the amount of collections during the immediately preceding calendar month, adjusted for any outstanding authorized reimbursements or expenses payable to Contractor in accordance with the terms of this Agreement. 17 EXHIBIT C NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a contract you will receive an email from the City's online insurance program requesting you to forward the email to your insurance provider(s). Please see attached flyer regarding PINS Advantage. Jnsurance 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. In the event Contractor's insurance cannot fully cover any hired subconsultants, the terms of insurance herein shall be requirements for the subconsuitant. The amount of such insurance shall be as follows: 1. COMPREHENSIVE GENERAL LIABILITY $2,000,000 Each Occurrence $4,000,000 General Aggregate 2. ERRORS AND OMISSIONS / TECHNOLOGY $2,000,000 Per Claim $4,000,000 Annual Aggregate Covering all acts, errors, omissions, negligence, network security and privacy risks, including but not limited to unauthorized access, failure of security, breach of privacy perils, wrongful disclosure, collection, or other negligence in the handling of confidential information, privacy perils, and including coverage for related regulatory defense and penalties; data breach expenses, and payable whether incurred by City of Lodi or Contractor, including but not limited to consumer notification, whether or not required by law, computer forensic investigations, public relations and crisis management firm fees, credit fife or identity monitoring or remediation services in the performance of services far, or on behalf of, City of Lodi. Such insurance shall be maintained in force at all times during the term of the agreement and provide an Extended Reporting Period (ERP) for a period of one year thereafter, for services completed during the term of the agreement. When project specific insurance is required, 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: Jnsurance Reauirements for Contractor (continued) (a) Additional Named Insured Endorsement 18 Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides commercial general 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 commercial general liability and automobile liability 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) Cornpleted Operations Endorsement For three years after completion of project, a certificate of insurance with a Completed Operations Endorsement, CG 20 37 07 04, will be provided to the City of Lodi. (e) 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. (f) 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 under the Contractors commercial general liability and automobile liability policies. (g) 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. (h) 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. (i) Failure to Compjy 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 name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) 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. 19 (j) 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. 20