Loading...
HomeMy WebLinkAboutAgenda Report - March 17, 2021 C-07AGENDA ITEM C,.7 CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Service Agreement with VMI Inc., to Upgrade the Audio, Visual and Broadcast System in City Council Chambers for $618,210, Authorizing City Manager to Execute Change Orders ($61,821) and Appropriate Funds from DIVCA Account ($680,031) and Appropriate Funds from General Fund for Room Renovations ($5,000) MEETING DATE: March 3, 2021 PREPARED BY: Information Technology Manager RECOMMENDED ACTION: Adopt Resolution Authorizing City Manager to Execute Professional Service Agreement with VMI Inc., to upgrade the audio, visual and broadcast system in City Council Chambers for $618,210, authorizing City Manager to execute change orders ($61,821) and appropriate funds from DIVCA account ($680,031) and appropriate funds from general fund for room renovations ($5,000) BACKGROUND INFORMATION: The City Council Chambers currently uses an analog audio and video processing system to collaborate internally and broadcast externally during Council meetings and other various committees. The audio and visual (AIV) system is at end of life for support. Many components cannot be repaired or replaced in case of failure. The current system does not allow for modem connection types such as HDMI or other high-resolution devices and computers. The ergonomics of the room will improve to provide audiences with a better experience during meetings. Larger monitors with brighter displays and better positioning in the room will give audiences a better view of visual presentations. Individual touch panel displays at council members' positions at the dais will improve council collaboration and offer electronic voting. The system will offer electronic voting results broadcasted visually on internal monitors and broadcasted signals to Public, Educational and Governmental (PEG) access channels. High definition cameras will improve the resolution and clarity of the picture from within the chambers for viewer watching on PEG channels. There will be integrated streaming services to push meeting broadcasts to social media platforms. The system can host hybrid style meetings that allow for internet based meetings and council chamber sessions, allowing for citizens to participate in all meetings through collaboration type software. The project funding uses fees collected through the Digital Infrastructure and Video Competition Act of 2006 (DIVCA). This legislation passed in 2006 provides that cities, counties, cities, or joint powers authorities receive state franchise fees in exchange for the use of public rights-of-way for the delivery of video services provided within their jurisdictions, based on gross revenues, pursuant to a specified formula. The bill prescribes the extent of the obligation of state franchise holders to provide public, educational, and governmental access (PEG) channels. The bill also authorize local entities to establish Stephen Schwabauer, City Manager a fee to support the costs of PEG channel facilities, in the mount of 1 % of gross revenues, or more in specified circumstances. Staff recommends that the City Council adopt a resolution authorizing the City Manager to execute a Professional Services Agreement with VMI Inc., and appropriate funds in the amount of $680,031 to account 100095000.72359 for audio, visual, broadcast equipment and labor by VMI Inc. In addition, appropriate funds in the amount of ($5,000) to 43199000.72450 for general room renovations to accommodate for new audio/visual equipment. FISCAL IMPACT: Not having a functional broadcast system is a violation of the Brown Act and would subject the City to fines. The additional improvements will allow for expanded access to public meetings utilizing a restricted resource, DIVCA, that is specifically dedicated to this purpose. DIVCA is held in a restricted reserve account within the General Fund. DIVCA does not fund any City operations. There is no impact to General Fund operations as a result of this action. FUNDING AVAILABLE: The DIVCA available balance as of 6/30/2020 is $711,621.00 . Staff recommends appropriating $680,031 to account 10095000.72359 from the DIVCA balance. Staff recommends appropriating $5,000 toaccount 43199000.72450 from General Fund. O Andrew Keys Deputy City Manager AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on 2021, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and VMI, Inc., 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 audio, video and broadcast system improvements for City Council Chambers (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 ComRletion 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 1 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 2.6 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 March 3, 2021 and terminates upon the completion of the Scope of Services or on March 2, 2024, 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 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal. Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. 4 Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Benjamin Buecher To CONTRACTOR: VMI, Inc. 211 E. Weddell Drive Sunnyvale, CA 94089 Attn: Dennis Dunrud 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 M 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 Severabilit and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. 6 Section 4.14 City Business License Re uirement 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. 7 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 Fundina 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. Section 4.22 Counterparts and Electronic Signatures This Agreement and other documents to be delivered pursuant to this Agreement may be executed in one or more counterparts, each of which will be deemed to be an original copy and all of which, when taken together, will be deemed to constitute one and the same agreement or document, and will be effective when counterparts have been signed by each of the parties and delivered to the other parties. Each party agrees that the electronic signatures, whether digital or encrypted, of the parties included in this Agreement are intended to authenticate this writing and to have the same force and effect as manual signatures. Delivery of a copy of this Agreement or any other document contemplated hereby, bearing an original manual or electronic signature by facsimile transmission (including a facsimile delivered via the Internet), by electronic mail in "portable document format' (".pdf") or similar format intended to preserve the original graphic and pictorial appearance of a document, or through the use of electronic signature software will have the same effect as physical delivery of the paper document bearing an original signature. 8 Section 4.22 Counterparts and Electronic Signatures This Agreement and other documents to be delivered pursuant to this Agreement may be executed in one or more counterparts, each of which will be deemed to be an original copy and all of which, when taken together, will be deemed to constitute one and the same agreement or document, and will be effective when counterparts have been signed by each of the parties and delivered to the other parties. Each party agrees that the electronic signatures, whether digital or encrypted, of the parties included in this Agreement are intended to authenticate this writing and to have the same force and effect as manual signatures. Delivery of a copy of this Agreement or any other document contemplated hereby, bearing an original manual or electronic signature by facsimile transmission (including a facsimile delivered via the Internet), by electronic mail in "portable document format" (".pdf') or similar format intended to preserve the original graphic and pictorial appearance of a document, or through the use of electronic signature software will have the same effect as physical delivery of the paper document bearing an original signature. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: JENNIFER CUSMIR City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney By: jdm CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager VMI Inc., a California corporation By: Name: Jennifer Dorsa Title: VP/Co-Owner Attachments: Exhibit A - Scope of Services Exhibit B - Fee Proposal Exhibit C - Insurance Requirements Exhibit D - Federal Transit Funding Conditions (if applicable) Funding Source: (Business Unit & Account No.) Doc ID: CA:Rev.02.2021.elecslg 10 IRVVMI, Inc. VM1Sales Broadcast and AV Solutions - Service - Rental - Design & Installation 211. E Weddell Dr. Sunnyvale, CA 94089 22FEB2021 Aareement For Professional Services EXHIBIT A: SCOPE OF SERVICES EXHIBIT A Services performed under this agreement will focus upon the upgrading of the existing Audio/Visual, production and presentation components contained in the City of Lodi Council Chambers within the Carnegie Building at 307 West Pine Street in Lodi, CA. This will be accomplished by removal and replacement of existing Video and Audio production equipment. The equipment to be installed is as itemized in the attached bill of materials. Our goal is to provide a state of the art, digital production system tailored to the specific needs of the City of Lodi. This system's digital architecture will give it the ability to grow and adapt to emerging technologies and requirements as we see them over the next 10 years. We are anticipating a completion window of 60 to 90 days for the project depending upon the current availability of products. Should that change, we will immediately contact you. Our plan is to invoice you as products arrive at our assembly point and services are performed. A monthly summary invoice with back up will be provided. Final Invoicing will take place upon system completion. Upon receipt of your signed contract and a deposit payment in the amount of 25%, we are ready to proceed. We look forward to working with you. OW4 ald0iDl Dennis B. Dunrud Government Sales Manager, VMI, Inc. SF Bay Area Sacramento Area Southern California Area Western Washington Area Eastern Washington 408-745-1700 916-369-6911 714-894-6100 425-7784330 509-532-0118 415-362.1330 M M M M 4Yj .D lnn D 'O W N lD N N N thD 8 O �'J IhD 'Lo O ID ID [[ l Im O 'lN0 lh0 d '(V d a '•V •� m t` m M O U1 [/1 N N N itn N ip '71 Op m •f70 •tr O IX1 o i� h N D DIV fV IN [N� W N n fJ t\ fV f` N d O W i71 :14 8 'D iN l0 l0 alp 'o p S �6pp l0 W 6D rn I\ in o W iLo iN tC tD ' l.r, N m �N rl d hD m lo �N til m fl lo .•i H d H rl .ti ,••i .-I N H rl m Irl O M d 611 D 01 n 01 I\ [n V1 I\ J1 In N VI im N d 4 lL V1 ,n. In V>• L ^^ V� 1^ •n •[n •w V� v, to .Lf� to .V� in +,n v>• v* .l .n v>• rn [n r>! V* vt• to of In In I^ iw - ILo g m m m m .m •� �� m o o g ry o N N N "' •D ^' `b' h •ln n o o •m m m m m •m m m LD i� .o m m •d V d P/1 I� In In Vl t0 IN N iN al 'DJ •m A, 171 m m O oo Ol I., �� IV f, V} 'DO N f� fV h lV h fV d ^p�7p d O O '�[pC I,p O pp iY1 ill f1'1 �IYI '^Jl m Ol M1O N l0 'V IY1 m N O m In N N N IN IN -1 H d +.O N N N N .y V . -I rl r1 .-I ��'11 UMl 'Op fN/1 a ilD1 loll �Y7 m 'fes IN In I N ,-1 rl ,-I rl rl rl �N m rl ri H .H ti N �H 'V} to 'VI Vf SVT V1 •tn V} VF 'IA +n In to [A I� M ''✓1 V} V! V1 'W +I/? In "✓t v, IVF IA 'M '� [h N1 [A 7h 4A N 7 Im e O OL 'u J N ' Off+ O o y G D lE0 U ) w m O 3 ti 11 v U U N In 3 c Vl CL E v 8 m 8 o `� w a o co d � o° ui •� a. [E z `3 m m In 11 a A a o c�O1 O CA N N ID N > w a O n C 8 v °S D m i� z z z o z Q ex D I= n 3 o� v a C [o c b� 5 [o U �= N I� m C o O o y O r- ti •� I- fY O = o n Cy h x Y .� p [3. [] I� i� O lL o f0 aEi z aa) Z 1) E E •� U .] > y > rryn1 0 k O 8 U m [0 C C '� S.. '� m m m u C [1 Il [1 N O o Im y O. c Q C '� o m C N 'N o 10 n la O [D C7 [o C7 [D vv> o U f E p •o y o aN� C N .0 E a lL '3 'N �1rnrn v V In '� i' n C r� i�7 ri O .� X N c o m m ] In C g iN IJ .N '.ate �� O sc 0 F- 0 0 F; o E o it [1RSLl w n �n .o w N p o d In [; CL o I] fa fC0 N [n ;1, .g .h o N Il Sp iy rn rn rn 'E o C I° iD o f;i In In (may Q Q Q Ln Q w Q pip m 2 Nd EV •� I� In SV ^p4 h j •� ,le IL J D F O Z Z Z Z z z Q 04� o 0 o ¢ I^ [V .y l- �Q �¢ Cn _� 'n <= iN in x x x 'p '^'� 4- .� j, .-t q eb •+ •r cn [� m IN r i� .a �4� iU1 [n iN v1 d V1 �n y Irl r� .J I] [] :7 [� ii1 ¢ ,J [',J �d iO t3 :•.nj N :a N n N a �N iY N !a ,7 a 14 '� [N11 iN iN N to +n n +n �O 'lD D ,p ¢ o z E] is ] +� ] „ +n r [, nq v N s [:7 to i� [n a O a O a O 11 .� •O ip Itoo 3 io to �� ::S a Y � u_ E C f oN u m u o o a '¢ N C ice+ C Jvr C C IH v u 'vS v c C i Ol v o o O v v v 'z n 'Z O O O O ## O O O O O O O O o� Q •a' Q •a Q Q Q Q m ao m m In �J IV U O O O O❑ IW w w w w w v au � w 'w to w v w vc w T iJT', •� �o In !y ." rl rl k N HN'. In a •a [n u E :� N in d' in tD h X07 W 'D �"� *" • N •� Ih d •� n lD H h 00 •-� W O N N iN [N •N N eV N N [q N r� iV O N ;� M m 5h m i�+� m coo 0 0 � n m o b g loll o°o D m o m [n o�i o o Arai Ili omtg 8 �'iC 10m 9 oOo 0! tapd rl tD V co m [D % a 0 to O A m o n r$ Q f11 GO T [V 1�j rl '00 r -I N i^1 lG m �N N '-I N} 11h 1A Vf 1A 7H In 'n •� W M Mf -4 VT to G/� NT fA 1A IW 'V► Iq M 8 0 o m o 0 o� � m� 0 o" u '"� ip �•+ m oo W o rn m N ,� N a .-1 � to rl in ,y er ryj �n oo ,,A m lD '7p _N N T 7f �R �O U c E 7 7 w _m m n fn H c c ❑ �' c ° 3 > a E w c ya E v > > `oF c w o m o v 7 ?o Ag O m E E O ++ y y0 a W O > = E > o v c s E K ° a v v E v x E a c o m 3 �° a) t9n > a m (our n w 1-� d v 3 3 r e ° Q a m a c = v t; x �+ �° C m N > E O j O c a Z W 0 v u T m o ;-o o a c 0 v a o ; L- 3 ° m ° " ° c c ❑ o N c 6 y ,� o r4y T v C o a > w > m m v N o E o u m 0 m E o > b? _ g evo 0 N~ u c Lo m� D. C U 7 mO Yn w a Z c n v x m 2 a e E o w Q Y o "� co v m E n a a m .r ¢ m c ii m 3 . O 3 T c c" v a, a❑ c a0 ° N c 3 N a) > c �+' m •m c Iro _ Z EE N Y Oa O = es v a al u + W 3 u-' m 3 to t' c C c Q :yV N ° N D N 3 T� .� C 111 D y f1 m m w W u fa 7pNTS o m t� +m' n v E c a i :°6 'o ? w w v m e to Ea tv, �• ° v o m u v .r_^ a 3 g y >> 'c Dc y m as m m `Lo o o o .Z ° E am o j o m-` E Y o a°i °o o m a v m e `m [u .p v e v° m ri J m Yn E c x x 3 �D m m w 3 in ',� w O a •c y ,i 0 w v v v u 'Z u "E o w 'N N w X [i j Z a ° v m E x> ° v° a O a E ai al U' .O t v Ji a c e 'Y 3 r c Yc :� o .� w > u °. c u ¢ a a w =- a w u oe m o a z Y> F I+ IY a (ID Z W ;� Lo W A I� {Y�" .g q��1 liLl t 7 w J LL - Ix •_ CL f7 J W'.> ID J J J J {Y J J J �n L '� Iv U U V in [A .J ea [b +.i m U m U �� r A r �� •� Z it J V co W LL r� i c) U U X 3 x [1. J O �/ ,C �+ N N al N v N W U O/ m u 0 m '� >> �� p_O N UU •N :N N v _ vm (O(00 o �� mli I�fl c i z m n 0 U w W v N N ,--1 N H IN ,4 'V m N Iti IJo [A p N M In ID N D Do 'p :m i] C) •rl r N co a -i to In I� leo pl iJ N M pNp �1 N N N N N N 'N �N N iN N '-1 N N r IN IN IN [N +N N R4 LV N[� �N N N[�u 'N 8$'3 o a C5 M 0 � m N ao w iw m w 88$.� H �'• or 0Ll + M C •a � � ~ � r c c _ffi m v f Lu (�Lu 7 'a c E 06 9� r p W W Ta o` c c f v 0 U 4 U U rrE uj O `n N ryH� :n;� �Vry Ln fo mrl ao N 0) N o N OF 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 ars email from the City's online insurance program requesting you to forward the email to your insurance provider(s) to submit the required Insurance documentation electronically Insurance Reaultements for IT Prof seional §lrvlces Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at least as broad as: 1. Commercial General Liability (CGL); Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately to this projectllocation f ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit. 2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non - owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation. as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,004,000 per accident for bodily injury or disease. 4 Technology Professional Liability (Errors and Omissions) Insurance appropriate to the Consultant's profession, with limits not less than $2,000,000 per occurrence or claim, $2,000,OOD aggregate. Coverage shall be sufficiently broad to respond to the duties and obligations as is undertaken by Consultant in this agreement and shall include, but not be limited to, claims Involving infringement of intellectual property, including but not limited to infringement of copyright, trademark, trade dress, invasion of privacy vioIat{ons, Inform a[Ion theft, damage to c destrucllan of electronic Information, release of private Information, alteration of electronic Information, extortion and network security. The policy shall provide coverage for breach response costs as well as regulatory fines and penaities as well as credit monitoring expenses with limits sufficient to respond to these obligations. Other Insurance Provisions: (a) Additional Named Insured ajotus The City of Lodi, its elected and appointed boards, corrrmissfons, officers, agents, employees, and volunteers are to be covered as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General liability coverage can be provided in the fon-n of an endorsement to the Contractor's insurance (at least as broad as ISO Form CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 25. CG 20 33, or CG 20 38; and CG 20 37 If a later edition is used (b) Prlm r and Non -Con ri to surance Endorsement The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For any claims related to this conlracl, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG 20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Waiver of Subrogaton Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any ii7surer of said Contractor may acquire against the City of LodI by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that maybe necessary to affect (his waiver of subrogation, but this provision applies regardless of whether or not the City of Lodi has received a waiver of subrogation endorsement from the Insurer NOTE: (1) The street address of the CITY QF LODI most be shown along with (a) and (b) and (c) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate frust state, on its face or as an endorsement, a description of the ro'ect that it is insuring. (d) Severs ildy of Interest Clause Page 1 I of pages Risk: rev. 3/1/2018 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. (e) Notice of Cancellation or Change in Coverage EndgMgmen This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. (f) Contlnui(y of§gyorage 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. 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.). (g) Failure to Cociply 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. Contractorshall 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. (h) Verification of Coverage Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. (i) Self -Insured Retentions Self -Insured retentions must be declared to and approved by the City The City may require the Consultant to provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City. Q) Insurance Limits The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents, representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials, employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement in the Agreement for Contractor to procure and maintain a policy of insurance (k) Subcontractors Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance required from subcontractors (1) Clalms Made Policies If any of the required policies provide coverage on a claims -made basis: 1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work. 2. Insurance must be maintained and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 3. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a Retroactive Date prior to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5) years after completion of contract work. (m) Qualified insurer(s) Ali 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. Page 2 1 oft pages Risk: rev. 3/1/2018 RESOLUTION NO. 2021-66 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH VMI, INC., OF SUNNYVALE, TO UPGRADE THE AUDIO, VISUAL, AND BROADCAST SYSTEM IN THE CITY COUNCIL CHAMBERS; AUTHORIZING THE CITY MANAGER TO EXECUTE CHANGE ORDERS; AND FURTHER APPROPRIATING FUNDS WHEREAS, the City Council Chambers currently uses an analog audio and video processing system to collaborate internally and broadcast externally during meetings of the City Council and other various committees. The audio and visual system is at end of life for support, and many components cannot be repaired or replaced in case of failure; and WHEREAS, newer and more modern technology will be installed to improve the internal communications for Council Members, including a new request -to -talk and voting system. High definition cameras will improve the resolution and clarity of the picture from within the chambers for viewers watching on PEG channels. There will be integrated streaming services to push meeting broadcasts to social media platforms. The system can host hybrid -style meetings that allow for internet-based meetings and Council Chamber sessions, allowing citizens to participate in all meetings through collaboration type software; and WHEREAS, not having a functional broadcast system is a violation of the Brown Act and would subject the City to fines. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute a Professional Services Agreement to upgrade the audio, visual, and broadcast system in the City Council Chambers with VMI, Inc., of Sunnyvale, California, in the amount of $618,210; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute change orders in an amount not to exceed $61,821; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds in the amount of $680,031 from DIVCA account (1000095000.72359) for the project and $5,000 from the General Fund (43199000.72450) for room renovations to accommodate the new audio/visual equipment; and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above -referenced document(s) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: March 17, 2021 I hereby certify that Resolution No. 2021-66 was passed and adopted by the City Council of the City of Lodi in a regular meeting held March 17, 2021 by the following vote: AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None !�JENNIFE US City Clerk 2021-66