Loading...
HomeMy WebLinkAboutAgenda Report - November 3, 2021 C-12AGENDA ITEM iCo* 12 CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 1 to Professional Services Agreement with Securitas Electronic Security, Inc., of Uniontown, Ohio, for Citywide Fire Alarm System Diagnostic and Repair ($77,583) MEETING DATE: November 3, 2021 PREPARED BY: Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 1 to Professional Services Agreement with Securitas Electronic Security, Inc., of Uniontown, Ohio, for Citywide Fire Alarm System Diagnostic and Repair in the amount of $77,583. BACKGROUND INFORMATION: On July 20, 2021, staff executed a professional services agreement with Securitas Electronic Security. The agreement included programming, annual testing and inspection of existing fire alarm panels throughout the City facilities as well as remote fire alarm monitoring. Fire alarm panels are devices that electronically oversee the fire sensing and alarm communications inside a building. It has been determined that the fire panels at the Police facilities are obsolete. Temporary repairs have been made to this system over the last five years to extend system life, but total replacement is now needed. Amendment No. 1, if approved, will add the funding needed to facilitate the removal and replacement of the existing fire panels in the police building with an updated system. The remaining contract terms will not be impacted. Staff recommends Council adopt a resolution authorizing the City Manager to execute Amendment No. 1 to Professional Services Agreement with Securitas Electronic Security, Inc., of Uniontown, Ohio. FISCAL IMPACT: This amendment directly impacts the General Fund. FUNDING AVAILABLE: Facilities Operating (10051000.72531) Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director CES/RAY/cd U=-Q2L(3 Charles E. Swimley. Jr. Public Works Director APPROVED: Steve Schwabauer Stephen Schwabauer, City Manager \\cvcfilv02\pubwks$\WP\COUNCIL\2021\CC_ Securitas Amend No.l.doc 10/5/2021 AMENDMENT NO. 1 SECURITAS ELECTRONIC SECURITY, INC. PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of , 2021, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and SECURITAS ELECTRONIC SECURITY, INC., a Delaware corporation, qualified to do business in California (hereinafter "CONTRACTOR"). WITNESSETH: WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on July 20, 2021 (the "Agreement"), as set forth in Exhibit 1, attached hereto and made part of; and 2. WHEREAS, CITY requested to increase the fees by an amount not to exceed $77,583 for a total not to exceed amount of $97,483, as set forth in Exhibit 2; and 3. WHEREAS, CONTRACTOR agrees to said amendments. NOW, THEREFORE, the parties agree to amend the Agreement as set forth above. All other terms and conditions of the Agreement remain unchanged. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on the date and year first above written. CITY OF LODI, a municipal corporation SECURITAS ELECTRONIC SECURITY, INC. a Delaware corporation, qualified to do business in California STEPHEN SCHWABAUER City Manager Attest: JENNIFER CUSMIR City Clerk Approved as to Form: JANICE D. MAGDICH City Attorney r_K JEFF WASDEN Regional Sales Manager AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties Exhibit 1 THIS AGREEMENT is entered into on 2021, by and between the CITY OF LODI, a municipal corporation her inafter "CITY"), and SECURITAS ELECTRONIC SECURITY, INC., a Delaware corporation, qualified to do business in California (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 Citywide fire alarm monitoring, testing and inspection, and reapir (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall 1 remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 meet!Wt CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing, CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement. Section 2.6 Term The term of this Agreement commences on April 1, 2021 and terminates upon the completion of the Scope of Services or on June 30, 2022, whichever occurs first. Section 2.7 tian.to Extend Term of Agreement At its option, City may extend the terms of this Agreement for an additional one (1) one (1)-year extension; provided, City gives Contractor no less than thirty (30) days written notice of its intent prior to expiration of the existing term. In the event City 2 exercises any option under this paragraph, all other terms and conditions of this Agreement continue and remain in full force and effect. The total duration of this Agreement, including the exercise of any option under this paragraph, shall not exceed two (2) years and two (2) months, for a total of twenty- seven (27) months. ARTICLE 3 COMPENSATION Section 3.1 Campensation 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 Prevadhicl WacL The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. Section 3.3 Contractor Registration — Labor Cof 1725.5 No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 3.4 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 3.5 Costs 3 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 3.6 Auditin 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 to, upon reasonable notice, during normal business hours for 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 CJam 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 4 performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the gross negligent acts, or willful misconduct 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. Under no circumstances shall either party be liable in any way for indirect, special incidental or consequential damages including but not limited to lost business cr profits, whether or not foreseeable and whether or not based in breach of warranty, contract, or negligence or otherwise in connection with the manufacture, use or sale of the products or services provided hereunder, notwithstanding the foregoing or anything to the contrary herein, if for any reason either party is found to be liable, in no event shall such party's liability exceed the insurance limits called for in this agreement In no event will either party or its insurers be liable to the other party for loss or damage arising from or related to an act of terrorism, the parties intend for this waiver to "flow down" to their respective contractors. 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. 5 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. Arnel Clegg To CONTRACTOR: Securitas Electronic Security, Inc. 3800 Tabs Union Drive Uniontown, OH 44685 Attn: Jeff Wasden 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 Ernplo_yee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement by giving CONTRACTOR at least thirty (30) days written notice, after CONTRACTOR fails to cure any defect that is the subject of said notice. Upon termination, CONTRACTOR shall be entitled to payment as set forth T 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 Appliable, Law Jurisdiction Severability.anti 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 Ci!y 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. 7 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. 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. Section 4.22 Counterparts and Electronic Si natures 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 8 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 nearing an orlglnal signature. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: CITY OF LODI, a municipal corporation N FE USMIR S SCHWR ity Clerk City Manager APPROVED AS TO FORM: SECURITAS ELCTRONIC SECURITY, INC,, a JANICE D AGOICH, City Attorney Delaware corporation JeffL„aCden Date: 0signed7.1 0JeffWasden p e VV .7 e11 Date: 2021.07.1209:64:45 _ Na_ _05.00, Name: JEFF WASDEN Attachments: Title: Regional Sales Manager Exhibit A — Scope of Services APPROVED Exhlbit 0 — Fee Proposal BY Jam" F. Pastoral 0:56 am, Jul IZ 2021 Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: (Business Unit 6 Account No,) Doc ID:K:lWPXPROJECTSIPSA'eUOZl1Securites PSA,doc COL -Iter. 12.2020 9 BID FORM I Exhibit A/B em MEMORANDUM, City of Lodi, Public Works Department To: Prospective Bidder From: City of Lodi Date: 10/28/2020 Subject: Citywide Fire Alarm System Diagnostic and Repair Please fully complete the Information below: Company Name: Securitas Electronic Security,Inc. _ Date: 01/0512Q21 Address: --489U Tab r QnmQLqw_n Oh 44 95 Contractors License No.: C8LF3 # 1Q11304 Labor Rate: 145.0 (requires prevailing wage) Overtime Rete 217.5D / Hr 362.501 F L(NWg s . Parts and materials plus 0 % — 321/9 Denenrlirtic{ vn what fife charge ls_% markup Truck charge: $50.QQ Or other deep ndln on the negotiated a re Ment Call out minimum_ 2 hours Or other dpcendiing on the negotiated agreement (hours) Other: vo kno 645 / C Mom I r'1)21'06 ?Are be specific Items required upon award of contract: 1. Insurance requirements per the attached Exhibit B,' 2. Workers' compensation insurance coverage. 3. City of Lodi business license. 4. W-9 form per current IRS requirements. 5. Registered with the Department of Industrial Reiatlons, Dip WI, signed by Jeff Jeff Wasden DasdeA Date: 2021.01.21 1433:54 Customer's Signature: _ -06'00' Title: Regional Sales Manager NOT TO EXCEED $19,900 C:IUSERSIWASDF.JAPPOATAILOCALVAICRO5OFTVANDOM8 iNETOACHEICONIENT OUTL00"GS78NOWSID MEMO REQUIREMENTS FACILITIES - WITH PREVAILING WAGE RATE -FINAL DOC Exhibit C I NOTE: The City o1 Lod/ Is now us/ng the online insurance program PINS Advantages. Once you have been awarded a contract you will receive an smell from the City's online Insurance program requesting you to forward Bre smog to your Insurance providers} to submit the required insurance documentation aloctronlcafly Insurance Raquiroments for Most Contracts Net ca+lstnicllon_or r04ulrinn fPfasslonal ltnbtutvl Contractor shall procure and enainlaln for the duration of the contract Insurance against claims for injuries to persons or damages to property which may arise from or en connection with the performance of the work hereunder and the results of that work by the Contractor, his agents rep resentalives, employees orsubcontractors, MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at least as broad as: 1 CnmmarclaI GenereI LIsbllity (COL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" baaIs, Including Products and completed operations, properly damage. bodily Injury and personal & advertising Injury with ifmh no less than $2,000,000 per occurrence. If a general aggregate iimlt applies, either the general aggregate Ifmit shall apply separately to this p roj ect/locat [on (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence IIm€t. 2, Automobile LiabOity: 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 Employers Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. Other Insurance Provisions;. (a) Add/ Ion I N rued ens red t t 1a The City of Lodi, its elected and appointed boards, commissions, 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 a on behalf of the Contractor including materials, parts, or equipment furnished In connection with such work or oparaWno. General liability ooverage can be provided in Ina form of an andorsement to the Contractor's Insurance (at least as broad as ISO Form CG 201011 85 or if not available, through the addition of both CG 20 10, CG 20 26. CG 20 33, or CG 20 38, 1pd CG 2037 ita later edition is used (b) Nina ha q iVorr__Canfrebulory Insuranc0 f=n orsemerq The 0mlls of Insurance coverage required may be satisfied by a combination of primary and umbrella or excess Insurance. For any claims relined to This contract, the Contracto> 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 Qiftcers. officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with it. (c) Waly rr�i t *terry a e n Contractor hereby granis to City of Lodi a waiver of any right to subrogation which any Insurer of sold Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any andorsomant Ihat may be necessary to affect this waiver or 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 QLJ QF .=must be shown along with (a) and (b) and (c) above: 221 West Pine Street, Lodi, California, 95240; (2) The Insurance certiflcete must state, on Its face or as an endorsement, a description of the gM1W that It Is Insuring (d)V r etl .,car 1n1ergs1 GJ-,Lua The term "Insured" Is used severally and not collectively, but the Incluslon herein of more than one insured chair not operate to increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies. (e) htnl!ce at Ca+uvl(alion or ange m ggyeragg Enrlo-M iELs This policy may not bCh e 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, Page 1 I of 2 pages Risk: rev. 311/2018 (f) (pnlnugly �f CQyer;tgq 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 fumish 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 Terrtm_ I f Contractor's insurance lapses or is dfsconllnued for any reason. Contractor shalt immediately noilfy the City and immediately obtain reptacement insurance Contractor agrees and shpulates that any insurance coverage provided to the Cliy of Codi shall provide for a claims ported following termination of coverage whrch is at ieasI conslstent with the clnlma period or atalutea al Ilmllallone found in the CaIItomIa Tart Claims Act (California Government Code Section a I a et seq.). (9) E,tdure to Comftly If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provlda proof of coverage, Ilia City may obtain the insurance Contractor shall reimburse the City for premiums paid, with interest an 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 Conlractnr shall pay such reimbursement and interest on the first (1st) day of the month following the City's notice. Notwilhslanding any other provision of Ihfs Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or falls to provide proof of Insurance, the City may terminate this Agreement upon such breach. Upon such termination. Contractor shall im inediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the slle or facilities. (h) Ventipalion of Cw�nr� e Consultant shall furnish the City with a copy of the policy declaration and endorsement ppge(s), original oeitificates and amendatory endorsements or copies of the applicable policy language effect trig coverage required by Ibis ala use. All certificates and endorsements are to be received and approved by [lie City before work commences. I-Inwever, failure to obtain the required documents prior to [lie work beginning shall not waive the Consultant's obligation to provide them. The City reserves the rfghl to require complete, certified copies of all required insuranre policies. including endorsements required by these specifications, at any time. Failure to exercise this right shall not constitute a waiver of tho Clty's right to exercise after the effective date. (I) sad Insured Retenpons 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 pollcy language shall Provide. or be endorsed to provide. ;hat the self -Insured retention may be satisfied by either the named insured or City (j) Insurance Limits The limlls of insurance described herein shall not limit the 0ability of alta Contractor and C'ontractor's offnars, 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 (lie provisions of this nmagraph is not limited to or restricted by any requirement in the Agreement far Contractor to proctire and martial a policy of insuranco (k) Sidtcanhaclurs 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) Qlie1111-1 ptanrrivl All Insurance regtifrod by the terms of this Agreement must be provided by insurers licensed to do business in the State of Callfomia which are rated at least "A•. VI'ley the AM hest Ratings Guide, and which are acceptable to [lie City. Non -admitted surplus lines carriers may be accepted provided they are included on time most recent list of California eligible surpitis lines insurers (LESLI list) and otherwise meet City requirements. Page 2 1 of 2 pages Risk: rev. 3/1/2018 Exhibit 2 Prepared For: aa� s I CITY OF LODI - LODI, CA - LODI PD Fire panel replacement Arnel Clegg CITY OF LODI 221 W. Pine Street LODI, CA 95240 (209) 200-1004 aclegg@lodi.gov Prepared By: Securitas Electronic Security, Inc. 3800 Tabs Drive Uniontown, OH 44685 Phone: 1-855-331-0359 Gordon Pound Account Executive (925) 570-1580 gordon.pound@securitases.com Project Site: CITY OF LODI -PD 215WElm St LODI, CA 95242 (209) 200-1004 Proposal 311395-18 7/1/2021 1 of 7 Electronic Security 4't OF . SECURITAS August 25, 2021 Location of work to be performed. Lodi Police Department 215WElm St LODI, CA 95240 Scope of Work: *This scope of work to be affiliated with the proposals for same Nscri tion of work to be perlarma& Securitas Electronic Security will: • Replace the existing Simplex fire alarm control panel with a new Fire -Lite MS -9600 fire alarm control panel. • To the extent possible, existing fire alarm wiring to remain and be reused. • Replace two remote annunciators. • Replace all initiating devices: o Smoke detectors o Heat detectors o Duct detectors and remote test switch o Manual pull stations • Provide and install addressable modules for the following: o Monitor sprinkler flow and tamper switches o Elevator recall o Elevator power shunt -trip o Air handler shutdown o Fire/smoke damper control o Fire shutter activation o "Door Unlock" input to access control system o Power solenoid to unlock "Prisoner Release" door • The existing fire alarm notification devices (horns & strobes) to remain. Existing circuits will be connected to new power supply panels located next to the new fire alarm panel. ■ Provide system start-up and system checkout. • Provide city fire alarm permit. • During the course project, a functioning fire alarm system will be maintained. Periodic system shutdowns will be coordinated with owner. Proposal 311395-18 7/1/2021 2of7 Electronic Security Programming and testin4 The programming and testing services included in this proposal are all encompassing and are sufficient to complete testing and programming as described. Work is to be done during normal business hours specified. Clarifications- * Work shall begin and finish in a single continuous effort. • After-hours access shall be provided if requested and coordinated in advance (additional cost may be incurred for afterhours work). • Price is based on an environment composed of open and areas of accessibility. After-hours access shall be provided if requested and coordinated in advance (additional cost may be incurred for afterhours work). • Any additional fire alarm devices required by AHJ will be priced separately. • Existing Master Services Agreement and PSA to take precedence. • Estimated tax to be $2189.12 Work by others The following work is the responsibility of others and end — user (City of Lodi) is responsible for completion and in place before Securitas ES begins the installation: • Provide access to all areas where work to be performed • Provide availability to answer questions • Provide contact information with pertinent details • Provided detailed requirements to comply with PPE and other safety regulations as required by local jurisdiction and the company guidelines. (including *Covid19 requirements) Training and turn over The customer shall be available for training, turn over and acceptance following the final testing completion. Training will be coordinated when the install is complete. Should there be any punch list items they shall be established at this time. Assumptions: SES assumes all the existing wiring is currently in working order with no defects. • Any replacement or repair of any existing wiring will result in a change order and additional charges. Exclusions - The labor rates are under the assumption that work will be performed during normal business hours. • Overtime and weekend work not included. • Adapting to seen or unseen restrictions created by columns, beams, bar joists, etc. is not included. Proposal 311395-18 7/1/2021 3 of 7 SECURITAS PROPOSAL SCHEDULES Material Schedule Material Line Items Manufacturer Part Number Fire Lite MS-9600UDLS REV 2 MS9600UDLS W/ DACT-2UD Ultra Tech 12120 12 VOLT 12 AMP HOUR BATTERY Ultra Tech 1270 ULTRATECH BATTERY 12V 7AH Securitas 1640 16.5 V AC 40 VA Class 2 Transformer Altronix AL400ULPD4R Altronix 4 Fused Outputs, 12/24VDC @ 4A, 115VAC Power Supply Fire Lite ANN -80 ASSY,FNL,ANNUN Fire Lite BG-12LX PULL STATION ADDRESSABLE Fire Lite SD365 PHOTOELECTRIC SMOKE DETECTOR WT Fire Lite H365R ADDRESSABLE HEAT DET (RATE OF RISE); WT Fire Lite D355PL Duct Detector, Addressable, No Relay Diebold BK-DST3 3 STEEL SAMPLING TUBE Securitas BK-RTS151 KEY REMOTE TEST STATION W/ KEY Fire Lite MMF-300 MONITOR MODULE, ADDRESSABLE Honeywell MDF -300 ADDRESSABLE DUAL MNTR MODULE Fire Lite CRF -300 Proposal 311395-18 7/1/2021 4 of 7 CItC Unit Price 1 $1,973.37 2 $44.76 7 $22.39 1 $17.97 1 $217.71 2 $393.73 2 $121.97 60 $83.37 22 $71.01 30 $243.96 30 $12.03 30 $43.22 5 $74.10 2 $132.78 41 $98.81 1 � Electronic Security RELAY CONTROL MODULE Fire Lite CMF -300 (CMF -300) Control Module, Addressable, LS Fire Lite MA-FCPS-24FS6 2 REMOTE POWER SUPPLY/SIGNAL CIRCUIT EXPANDER, 6 AMPS, 2 CLASS Labor Schedule Gategurie5 Project Management CAD Proposal 311395-18 7/1/2021 5 of 7 Hours Hourly Rata 8.0 $130.77 24.0 $84.62 $94.18 $934.96 ExLe ded Sell $1,046.15 $2,030,77 Elechronic Security PURCHASE INVESTMENT SUMMARY Pricing Breakdown Material Schedule: Labor Schedule: Subcontracting & Cable Schedule: Estimated Tax $26,534.75 $3,076.92 $45,781.25 $ 2,189.12 Total: $77,582.04 This proposal shall be governed by the terms and conditions of the existing agreement between the parties. Any additional or inconsistent terms or conditions contained in a Purchase Order or other document submitted by Buyer shall not be binding on either party. This proposal is valid for 90 days Proposal 311395-18 7/1/2021 6 of 7 0460 SECURITAS Thank you for the opportunity to provide this proposal. Please sign, date and return the proposal in its entirety to eMail: gordon.pound@securitases.com Please issue any Purchase Order or other contract documents to Securitas Electronic Security, Inc. Customer Expected Completion Date: 10-06-2021 This Agreement shall not become binding on Securitas Electronic Security, Inc. until approved and accepted by Securitas Electronic Security, Inc. management as provided below. Seller: Securitas Electronic Security, Inc. Company 6689 Owens Dr Pleasanton, CA 94588 Address Gordon Pound, Account Executive Account Representative Name & Title Securitas ES Management Securitas ES Management Signature Date Proposal 311395-18 7/1/2021 Buyer: CITY OF LODI Trade, partnership or corporate name if different from above 221 W. Pine Street LODI, CA 95240 Address Arnel Clegg Name & Title Authorized Signature Date 7of7 Electronic Security RESOLUTION NO. 2021-292 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 1 TO THE PROFESSIONAL SERVICES AGREEMENT WITH SECURITAS ELECTRONIC SECURITY, INC., OF UNIONTOWN, OHIO, FOR CITYWIDE FIRE ALARM SYSTEM DIAGNOSTIC AND REPAIR SERVICES WHEREAS, on July 20, 2021, staff executed a Professional Services Agreement with Securitas Electronic Security for programming, annual testing, and inspection of existing fire alarm panels throughout the City facilities, as well as remote fire alarm monitoring; and WHEREAS, fire alarm panels are devices that electronically oversee the fire sensing and alarm communications inside a building and it has been determined that the fire panels at the Police facilities are obsolete; and WHEREAS, staff recommends that the City Council authorize the City Manager to execute Amendment No. 1 to the Professional Services Agreement with Securitas Electronic Security, Inc., of Uniontown, Ohio, in the amount of $77,583. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 1 to the Professional Services Agreement with Securitas Electronic Security, Inc., of Uniontown, Ohio, in the amount of $77,583, for removal and replacement of fire panels at the Police facility; and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (Res. 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: November 3, 2021 I hereby certify that Resolution No. 2021-292 was passed and adopted by the City Council of the City of Lodi in a regular meeting held November 3, 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 JENNIFER USMIR City Clerk 2021-292