Loading...
HomeMy WebLinkAboutAgenda Report - March 1, 2023 C-05CITY OF W1 �ls �■ CALIFORNIA COUNCIL COMMUNICATION AGENDA ITEM C -a 5 AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 2 to Professional Services Agreement with Securitas Electronic Security, Inc., of Ohio, for Police and Court Building Fire Panel Upgrades; and Citywide Fire Alarm System Diagnostic and Repair Service; and Appropriate Funds ($30,000) MEETING DATE: PREPARED BY: March 1, 2023 Public Works Director RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 2 to Professional Services Agreement (PSA) with Securitas Electronic Security, Inc., of Ohio, for Police and Court Building Fire Panel Upgrades; and Citywide Fire Alarm System Diagnostic and Repair Service; and appropriate funds ($30,000). BACKGROUND INFORMATION: The City has executed a PSA with Securitas Electronic Security, Inc. (Securitas) on July 20, 2021 for the citywide fire alarm diagnostic and repair services. This service contract provides ongoing fire alarm panel services for all City facilities. On December 14, 2021, Council authorized the City Manager to execute Amendment No. 1 to this contract. Amendment No. 1 added funds ($77,583) to fund the police station fire panel upgrade project. Further investigation on the police station fire panel indicated the fire panel is connected to the courthouse fire panel and both systems need to be upgraded at the same time for it to function properly. Staff has repeatedly requested a quote for the additional work from Securitas since June of 2022. Securitas finally submitted a quote in February of 2023 for $28,046. While waiting for the quote, the PSA with Securitas expired on June 30, 2022 and needs to be extended. Amendment No. 2, if approved, will extend the contract to June 30, 2024 and add funds in the amount of $50,000 to facilitate the courthouse fire panel upgrade ($30,000), and maintain necessary funding for the original citywide fire alarm system services cost ($20,000) through the remaining contract term of June 30, 2024. Staff recommends authorizing City Manager to execute Amendment No. 2 to Professional Services Agreement with Securitas Electronic Security, Inc., of Ohio, for Police and Court Building Fire Panel Upgrades; and Citywide Fire Alarm System Diagnostic and Repair Service; and appropriate funds in the amount of $30,000. FISCAL IMPACT: This amendment directly impacts the General Fund but it is a required service to provide fire safety. APPROVED: Steve Schwabauer Stephen Schwabauer, City Manager \\cvcfilv02\pubwks$\WP\COUNCIL\2023\CC PD Fire Panel PSA Amendment 03.doc 2/15/2023 Adopt Resolution Authorizing City Manager to Execute Amendment No 2 to Professional Services Agreement with Securitas Electronic Security, Inc., of Ohio, for Citywide Fire Alarm System Diagnostic and Repair Service, and Appropriate Fund ($50,000) March 1, 2023 Page 2 FUNDING AVAILABLE: Appropriation Requested: Facilities Operating (10051000.72531) $30,000 Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director CES/LC/cd Attachment Cc: Facilities Superintendent Public Works Management Analyst Signature: Ojr'A� XQ'-'P' Email: akeys@lodi.gov o_:_w Charles E. Swimley, Jr. Public Works Director Signature: Email: sschwabauer@lodi.gov \\cvcfilv02\pubwks$\WP\COUNCIL\2023\CC PD Fire Panel PSA Amendment 03.doc 2115/2023 AMENDMENT NO. 2 SECURITAS ELECTRONIC SECURITY, INC. PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT NO. 2 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of , 2023, 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, Amendment No. 1 on December 14, 2021 (collectively, the "Agreement"), as set forth in Exhibit 1, attached hereto and made part of; and 2. WHEREAS, CITY now requests to extend the term of the Agreement through June 30, 2024; and 3. WHEREAS, City requests CONTRACTOR expand the scope of services to include an upgrade of the fire panel associated with the courtroom located in the police building; and 4. WHEREAS, City will increase the fees payable to CONTRACTOR for the police station and courtroom fire panel upgrade project in an amount not -to -exceed $50,000; and 5. WHEREAS, CONTRACTOR agrees to said amendments. NOW, THEREFORE, the parties agree to amend the Agreement as set forth above in paragraphs 2, 3, and 4. All other terms and conditions of the Agreement remain unchanged. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 2 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 LOUIE ENRIQUEZ City Manager Enterprise Director Attest: OLIVIA NASHED City Clerk Approved as to Form: JANICE D. MAGDICH City Attorney EXHIBIT 1 AMENDMENT NO. 1 SECURITAS ELECTRONIC SECURITY, INC. PROFESSIONAL SERVICES AGREEMENT THIS AMEND ENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of December, 2021, by and between the CITY OF LODI, a municipal corporation (hereina er "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 S EPHEN SCHWABA City Manager Approved as to Form: JANICE D. MAGDICH y-Att ney SECURITAS ELECTRONIC SECURITY, INC. a Delaware corporation, qualified to do business in California r_�j� L:x — -- - Louie Enriqu6z Director Enterprise Sales APPROVED By James F Pastorat 10:20 am, Dee 03, 1021 Exhibit 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on 2D21, 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 wlth 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 CamrTlencement and Coir_ iietion 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 Meetinc s CONTRACTOR shall attend meetings as may be set forth In the Scope of Services. Section 2.4 Staffina 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 TIM 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 012tion to Extend Term of A reemeilt At its option, City may extend the terms of this Agreement for an additional one (1) one (l)-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 Cornuensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Prevailing W,�cle The Contractor agrees to conform to the provisions of Chapter 1, Part 7, Division 2 of the Labor Code. The Contractor and any Subcontractor will pay the general prevailing wage rate and other employer payments for health and welfare, pension, vacation, travel time, and subsistence pay, apprenticeship or other training programs. The responsibility for compliance with these Labor Code requirements is on the prime contractor. Section 3.3 Contractor Registration - Labor Code 1725.5 No contractor or subcontractor may be awarded a contract for public work on a public works project (awarded on or after April 1, 2015) unless registered with the Department of Industrial Relations pursuant to Labor Code section 1725.5. This project is subject to compliance monitoring and enforcement by the Department of Industrial Relations. Section 3.4 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- ofhours---- - 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 Audfitiew 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 PROVISfONS 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 orlgin, ancestry, age, or any other criteria prohibited by law. Section 4.2 AOA 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 liidclru1ificatipn 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 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 or 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 lies ansibilit 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 S—UL OSsors and Assigfis 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.0. Box 3006 Lodi, CA 95241-1910 Attn. Arnel Clegg To CONTRACTOR: Securitas Electronic Security, Inc. 3800 Tabs Union Drive Uniontown, ON 44685 Attn: Jeff Wasden Section 4.9 Co_ opti rlioll of Cr,rY 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 Erns j[2yee or 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 Terminatiorn 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 6 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 Ala livable Law,JUriSr iqL +1, 5everataifity, anti 14ttar�lCV'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 Cit B«sirzess License Rcguirement 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 Ca tions 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 Inteclratian 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 1'erms 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 Several)ility 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 Dwnershi 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 Authtc ILtj The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Contlitions -E] 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 Signa_ttires 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 e Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. Section 4.22 Coun tor narts and Electronic Siyr:atures 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, wiA 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 some 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' (".pdr') 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 data first above written. ATTEST CITY OF LODI, a municipal corporation N FERfUSMIR S SCHWAItyClerk City Manager APPROVED AS TO FORM: SECURITAS ELCTRONIC SECURITY, INC., a JANICE D. IVIAGDICH, City Attorney Delaware corporation Jeff Wasden pM.2D2107.Q 04AS sdei, p By: _ -05'00' FF Name: JEWASDEN Akachnunb: Title: Regional Sales Manager Exhibit A - Scope of Services APPROVED Exhlbk a — Fes Proposal Exhibit C — Insurance Requlremente Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: (Business Unit 3 Account No.) Doc ID:K:lWP%PROJECTSIFSA'a1202113ecurltea PSA,dac Ckftr, 12.2020 9 BID FORM I Exhibit A/B 1 MEMORANDUM, City of Lodi, Public Works Departrnont lk To; Prospective Bidder From: City of Lodi Gate: 10129/2020 Subisct: Citywide Fire Alarm System Diagnostic and Repair Please fully complete the information below: Company Name: Securifas Electronic Security. Inc. _ _ Date: 17.1/0. 5_/_20_2_1___ Address: 31300 Tabs Dr Unlanlown Oh 44685 Contractor's Licenss NO,: _Q- ik 1011�;s_ Labor Rate: $ 145.00 (requires prevailing wage) Overtime Rate2 I_� 5U /I•I_ r $362.50 / Hr (Holidays? Parts and materiels plus 0%- 32°/oOeuericJnu�unwfiat�he charge Is.% markup Truck charge: Ai}.I][] [}r nt11E!r de endrnrl on the negotjalecf air re �ier>t Cad out minimum 2 ltgurs Or othet< de )ef triin an ilia necynlia[ed aC�r�yJ11 (Iwun) Other: �' . a u �F�cl �S 1 C �'lO u r r,1 • r ,sJ , -- - — _!r_. -the SpArlrfct Items required upon award of contract; 1. Insurance requirements per the attached ExhlbR W 2. Workara' Compensation insurance coverage. 3. City of Lodi business heense. 4. W-9 form per current IRS requirements. 5. Registered with the Department of industrial Relations, rllgi taiiy ""ed by Jeff Jeff Wasden.m..2" Customer's Signature: 0�"1 °21'01'' 14t'sa Title: Regional Sales hftneger NOT TO EXCEED) $19,900 C:,U8ERSIWAQOEdW PP OATAILOCALI#A"O90PTIWINDOW811NlTCACHE1CONtENT OLITL00"G919NONIBID MEMO 11EOUI NE}JIG HTS PACIw rims -WITH PREVAILING WAGE RATEANAL DOC Exhibit C NOTE: The City of Lod! Is now urina rite 0"100111 111TOMnce RrvOrsm PINS Advantage. once you hew been aeaNed a eentnet you will racehro en ■risk from rhe Glty's orllra +rraurarrce progrirm rnquoaelrrg you to forward the emer1 to your Insurance provider(s) to submit dee required Insurance ddcumonration alacfronlcally Insurance Rnlllr,Er rein 1 r rylost L' n ratter (Mut rantarunllrni rrr ragurnnrLprnlraainri;til 1lnitliltyf C:ontraelor shall procure arld rnoinlaln for the duration of the conirnel iiisurance against claims for injuries to persons or damages to property which may a6so from or in connection with Iho perfomrarrr:e of Iho work hereunder and the reeulls of that work by the Contraclor, his agents, runrr.gen tall ves, empteyees orsubcer+tractors MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at leset as broad as: Commercial 08111eral Uablllty (CAL]: Insurance Services 01fice Form Cfd a007 covering CGL on an'oaurreneo' basis, rncluding prouucts and twmplateC 00ar0dona, prapaffy damage, handy rryufy slid porsapal R advertising Injury with limits ire :ass than 52.000.000 Per orcurronto If a general aggregate lnntl 0991i0:1, either dee general 3429re98t4 limit shall apply aepare, tely to Itis pM1011C Notation (ISO CO 25 03 or 25 041 a tha general aggregate limit shalt tie hicks the required occurrence limit Automobile Lirbllity: ISO Form Number CA as of covering any auto or If Contractor hes no owned autos, then hired, and non - owned autos with droll no less than $1,000,000 per accident for bodily Injury and property damage_ Workers' Compehsatlon. as required by the Slate of California, with Statutory Limits, and Employer's Llablilty Insurance with limit of no lase than $1,000,000 per accident for bodily injury or dleeaee. Oahar Inaarrance erpylgtnrrs. (3) +1ptl1on�l rYpin�rl_7n3yirccl 'l I rS The City of i.edF, lis elected and appointed boards, Comm issiona, officers, agents, employees, and volunteers are to be orWered as addllIona I insureds on the COL and auto policy vnlh respect to Ilabluty aliSin9 out of work WOPeraho"s parfomlad ay or on behalf of the Cofit factor including maIcrrafs, pails. or equipment furnia had In confleCilon vnlh such *Wt pr oparallona, Genefat liability coverage Can be provided Ill the torn of an endorsement 10 the Contractor's Irrsuralice tat least 33 broad as ISO Form CG 20 10 11 85 or if not available, through the addlticn of both CG 20 10. CC 20 28. CG 20 33. ar CG 20 38 A—CG 20 31 if a later edition is used (b) pyre rn ry.10141 ilon i:nntribu ltuy 2!i5uram: 11, F,,ngpr 5l?r ran; The IImAs of rnsufance coverage required may be salierfed by a cornimautm of primary and umbrella or excess inswarroe. For any claims refn(ed to this contract. the Conlractor'a insurance coverage shah be primary coverage a! least as bread ra ce. CG 20 01 04 13 as respects the Entity, He ofacers, ofRclsla, employees, and vottinteera. Any Insurance or self In3urance maintained by the Entity ire cf4cers. officlais, employees, a voluntears shah be excess of the Contrsctoes insure nca and shall not o intribuis With It. (C) 'N_drvgr-af SQ V3[Qn AContractor hereby grants to City of Lodi n ;va ever of any right to subrogatlart which any InSilfoe of Said Cvnlfaflar may acquire against the City of Lodi ay virtue of the, pnyment 01 any toss under Such Insurance Contractor egme.sto obtain any endortiumant Hull may he uecassary to affect vw-twaiver of stiW099tton, but this nrov,dlan appnas regafdfeee of vnccihee or not the City of Lod( has received a weaver of subrogation andof-samoril from ilia Insurer NOTE: (_) The street address of the kLLYAF LOaI must be shown along with (a) and (b) and (o) above: 221 West Pine Street, Lodi, Callf0mla, 95240; (2) The Insurance certirica;e must state, on Its face or as an endorsement, a description of the oroleet that It Is Insuring A Sevorabrlily-qr InJp±9-sq_ CgjiLuU The term "Insured" Is used severally and not collectively, but the Inrtuslon herein of more than one insured •hall not operate to increase the limit of the company's liability under the Contraalore commercial general liability and automobile liability poHc'ree, (e) Nquuer of S_ar!�ellalion of Chatigie n Covara0n Endorsomeal This policy may not be canceled nor the coverage reduced by the company withoul 30 days' prior written notics of such ancelfslion or reduction in e;overage to the Risk Manager, City of Lodi, 221 West Pine St., Lodl, CA 93240. Page 11 of 2 peg" Risk: rev. 311/2018 (f) l;rnluuply dl Cgvcr;trdi=. All policles shall ae n effect on or before the first day of the Toms Of Itns AgreNrnyn4. At !east duty (30) days prior to the aaplrntion of each insurance policy, Contractor shalt lumish a Cori ificai allovrtag that a new or e7rtaarjed pates has buun 7hlRtned which meets the minimum roquIiemenIi of this Agreement Contractor shag provide proof of continuing insurance on a! 'east an annual basis during the Tam If Cunlraclor':9 insurance lapses w if diRr;anlfmreti fait any nrauun Canlractor shrill rrnnlrdintely notify the Cly anti uflnlf±diatety obtain reptarennenf nsuranca Cowractor age""" and Shpul+llr;y 111.11 •]try' islsur111i ruvaragu provided to the City of Lndl shah pravula for a clanns pnrrorl fottrlvii lerminallnn at ^nvelai wtltrtt R 31t 10-1W Ta05'=1111' 111 Rte .:Intros ended of slulliteq of )inllla UOna found in the Callfomra Tart Clati Act rirallfetrlln Geiveinsmnr+l Cade Snclhre• 814 of ti } (9) E-111- to Culnply If Contractor fails or refuses to obtain and maintain Ina required mrufanrxr c tails !o prov!dtl rifgof of envgrarlrl, 11111 City alas nb3.nn the Insurance Contractor shall reimburse the City for pr emiums pa ill, will altorenl Qn Ifre pfomium valyl by the Cly ill title n4a1[imrlrn allowable ragas rale ill an in afleet In Call forma fna Clly shell nottty k,,-jwiitrtor or quit+ p.lynioni u 1)lionims w1lllin Ullfty t30)dayr. o! Payment staling the amount paid, the names) ci!he Insnrer(s: grift •:rfn al a+terrii Coglrartor shill any •tach CA, anhufunrrrnr and Intie Fed I on the firs) (1st) day of We rnonIIl fol towing the Citys Ilvu,:c. NoRvitlrshlndlnq any other provision of INN Agrnor11an1, IF Contrarfor fails r:r reiuses !o obtain Gr Mainlain irsurence an fe4uifod by this agrnernenl, or faits to provIdu proof of rnottiici,, the City may terrnInalc this Agreement upon atueh. breach, Upon auch tetmrna(lots, G1),$11 rani shad rnrnarliatoty cense use of the S 1e or facilities and commence and dligently pursue 1Le ref of any and all of its ouni ruir properly !rmn the silo or raelilies (n) Vdill anion of Cavor.,1}p C-nalrllant shaft furrlsh the City viii a coot' of ilia pa!iry declarallan and endorsement rsppe(e;, enalrlat cart+ficalrss and atnarrfatlrry undnrsenrr ills w rnprrs :11 ttur apli'lwah o ilrrhry ur+guage eftrrdtrfl ,:rwcrage rnatrtkard by llily clause. All r:a,brft:;llus ar'lf •_r:dorsumunls Qrle to be rerolved and VurOved Ly i City befura Anuk ,irrllmcilwas Frntnaaer, frttlt;!r! to nhlarn Rln. requ:rr+_c1 dnrsane,rlq t7rnu lit the work aurilnnn'y dhoti 1101 •,vof�r the ConsalWrtl'n •rh!ittatiun to provide !'r.rn1 Tee Cfty resrrw_s Ifre nht to rerillAre complete caniriad aopres of all �egwrrld lnsurnnce pollcirs ntel:rdblg ananrsnrnnnls qt iii et' Uresn seorifienllons, a[ any time Failure to exercine this right! shall not cmtslltute a waiver of rhe City's rigilt to exercise al the effoelivs data. j.! 'i•ld os rad Relgiwons Self. irsuran reteollons must be honored !o awl appli by rhe City Tl'e City may require Ili@ Consv!tanl to previde pmof of dbtliN '1 105603 lasses and rata:eri ulvssugadans, claim administration. and riefense expenses •xtthln !lm retention Thv oo!icy lanyua3te shall pinwde or be andorgpd lo provide. flint We sell-Insurerl elenlion may ne s.1fiek;if ay •r then the nllmerl,nsured orClty !!i Insurance limits The !rinds of •nditi CC dtl8rallad l7wi n SiIdII -liar arnll 1i 1AIT44y of thn Crn+trarlor ami Gontrarti atfleera, ampdayres, agents, rnprrsITM-11i cr StibCorlifaci e;un[ractor's cbby:ltiun to .toll . lniierri and bald tile L'ity jnd .ds offrr,@ry, gfficrai er11p!vysex. arscf+ls and vrlhrntaer8 harmtes5 nndnr We uf+1'rrslnnS of this r+.lr n]rahh is nor his ta:f to a, rexh,:Ivd by 7ny roqu'fenlont n rr�n +Igreatne is tai ('+)t•u.lctnr +o omrcrrul ancf ttla+nt:rrt a n:rl!cv of rnsw rr:•:q k) hcurlliaclwi ConSURant Shall require and verily that all succa'Itractors m3lrlaln tisuranr.e M04hng 311 the 'equlrements slated nerelll, and Consultant shall enst.re that City is ar aoaltional insured on Insurance reQuuad'iom subcontractors (I) Uu2lilir.rl hrsuneit•1} All insurance r glared by Iha ICIn% Of IIU9 Agirernent mulo oe ornvidud by,nSurols rico+lE4rf fo'1O t1USlnesn,n it r, Slalr. of California which are rated at Inast 'A- VI' oy 1110 AM Best Ratings Guide, and oBrrh are aCretplai to !I•,p. City, Nan•ziiiii ed Snrpllls lidos carriers may be accepfrul orovrded they are mclurlr•d on Inn must recoil iia! of California gltpttle surplus tipr,s insurers (LCSLi list) and otherwise meet City requirements. Page 2 1 of 2 pages Risk. rev 311i2018 Prepared For: '606 CITY OF LODI - LODI, CA - LODI PD Fire panel replacement Proposal 311395-18 7/1/2021 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@secu ritases. com Project Site: CITY OF LODI -PD 215WElm St LODI, CA 95242 (209) 200-1004 1 of 7 Exhibit 2 SECURVI'AS LEW IElectranic Sea ft August 25, 2021 Location of work to be performed.- Lodi erformed: Lodi Police Department 215 W Elm St LODI, CA 95240 Scope of Work: *This scope of work to be affiliated with the proposals for same flmgriplian of work to„be_perfarmrd Securitas Electronic Security will: 9 Replace the existing Simplex fire alarm control panel with a new Fire -Lite MS -9600 fire alarm control panel. u 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. e 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 2 of 7 Electronic Security Programming and tasting 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). G 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. V 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, barjolsts, etc. is not included. Proposal 311395-18 7/1/2021 3 of Electronic Security P- R9POS,A1 8GHEDULE;S Material Schedule kale f[_i_lne. Items Fire Lite MS-96000DLS REV 2 MS96000DLS 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 AL4000LPD4R 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 �CUnIt 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 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 Categorly Hours Hourly Rate Project Management 8.0 $130,77 CAD 24.0 $84.62 Proposal 311395-16 7/1/2021 5of7 $94.18 $934.96 Extended Sel[ $1,046.15 $2.030.77 s i�'c t i E; i'rAS 9. 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 Proposal 311395-18 7/1/2021 6of7 SECURFI'AS 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 7of7 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 Elechnnk secunty RESOLUTION NO. 2023-45 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 2 TO THE PROFESSIONAL SERVICES AGREEMENT WITH SECURITAS ELECTRONIC SECURITY, INC., OF UNIONTOWN, OHIO, FOR POLICE AND COURT BUILDING FIRE PANEL UPGRADES, AND CITYWIDE FIRE ALARM SYSTEM DIAGNOSTIC AND REPAIR SERVICE; AND FURTHER APPROPRIATING FUNDS WHEREAS, the City executed a Professional Services Agreement with Securitas Electronic Security, Inc. (Securitas) on July 20, 2021 for Citywide fire alarm diagnostic and repair services, which provides ongoing fire alarm panel services for all City facilities; and WHEREAS, on December 14, 2021, Council authorized the City Manager to execute Amendment No. 1, which added $77,583 to the agreement to fund the Police Station fire panel upgrade project; and WHEREAS, further investigation on the Police Station fire panel indicated the fire panel is connected to the courthouse fire panel and both systems need to be upgraded at the same time for it to function properly. Securitas submitted a quote in February 2023 for $28,046; and WHEREAS, Amendment No. 2 will extend the contract to June 30, 2024 and add funds in the amount of $50,000 to facilitate the courthouse fire panel upgrade ($30,000), and maintain necessary funding for the original Citywide fire alarm system services cost ($20,000) through the remaining contract term of June 30, 2024; and WHEREAS, staff recommends authorizing the City Manager to execute Amendment No. 2 to the Professional Services Agreement with Securitas Electronic Security, Inc., of Uniontown, Ohio, for Police and Court Building Fire Panel Upgrades and Citywide Fire Alarm System Diagnostic and Repair Service; and WHEREAS, staff further recommends appropriating funds in the amount of $30,000 to Facilities Operating Fund (10051000.72531). NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 2 to the Professional Services Agreement with Securitas Electronic Security, Inc., of Uniontown, Ohio, for Police and Court Building Fire Panel Upgrades and Citywide Fire Alarm System Diagnostic and Repair Service, thereby extending the contract to June 30, 2024, and adding funds in the amount of $50,000 to facilitate the courthouse fire panel upgrades ($30,000), and maintain necessary funding for the original Citywide fire alarm system services cost ($20,000) through the remaining contract term; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby appropriate funds in the amount of $30,000 to Facilities Operating Fund (10051000.72531); 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 1, 2023 I hereby certify that Resolution No. 2023-45 was passed and adopted by the City Council of the City of Lodi in a regular meeting held March 1, 2023 by the following votes: AYES: COUNCIL MEMBERS — Bregman, Craig, Nakanishi, and Mayor Hothi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None OLIVIA NASHED City Clerk 2023-45