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