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