Loading...
HomeMy WebLinkAboutC-3878(B) - Contract for Purchase and Installation of Wireless Video Surveillance Camera System0 CONTRACT WITH PRO 911 SYSTEMS FOR PURCHASE AND INSTALLATION OF WIRELESS VIDEO SURVEILLANCE CAMERA SYSTEM THIS CONTRACT is made and entered into as of this --,F— day of 2006, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation (" "), and PRO 911 SYSTEMS, sole proprietor, whose principal place of business is 422 Glenneyre Suite 4, Laguna Beach, CA 92651 ( "Contractor "), and is made with reference to the following: RECITALS A. City is a municipal corporation duly organized and validly existing under the laws of the State of California with the power to carry on its business as it is now being conducted under the statutes of the State of California and the Charter of City. B. City is planning to purchase and install a wireless video surveillance camera system. C. City desires to engage Contractor to install and test all equipment D. Contractor has examined the location of all proposed work, carefully reviewed and evaluated the specifications set forth by the City for the Project, and is familiar with all conditions relevant to the performance of services and has committed to perform all work required for the price specified in this Contract. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: SCOPE OF WORK Contractor shall install and test all wireless video surveillance cameras and associated equipment as set forth in the proposal, attached as Exhibit A and incorporated into this Agreement. As a material inducement to the City entering into this Agreement, Contractor represents and warrants that Contractor is a provider of first class work and services and Contractor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Contractor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all materials will be of good quality. For purposes of this Agreement, the phrase "highest professional standards" shall mean those standards of practice recognized by one or more first -class firms performing similar work under similar circumstances. Contractor shall perform everything required to be performed, and shall provide and furnish all the labor, materials, necessary tools, expendable equipment and all utility and transportation services necessary for the Project. 2. TIME OF PERFORMANCE Time is of the essence in the performance of services under this Contract and Contractor shall complete the Work within the time set forth in this Section. The failure by Contractor to meet this deadline may result in termination of this Contract by City and assessment of damages as outlined in Section 2.1. Contractor shall complete all work no later than 30 days after receipt of all equipment. 0 0 2.1 The parties agree that it is extremely difficult and impractical to determine and fix the actual damages that City will sustain should the Contractor fail to complete the Project within the time allowed. Should Contractor fail to complete the work called for in this Contract on the date outlined above, Contractor agrees to the deduction of liquidated damages in the sum of Two Hundred Fifty Dollars and 00/100 ($250.00) for each calendar day beyond the date scheduled for completion provided above in this Agreement. Execution of this Agreement shall constitute agreement by the City and Contractor that Two Hundred Fifty Dollars and 00/100 ($250.00) per calendar day is the minimum value of the costs and actual damage caused by the failure of the Contractor to complete the work within the allotted time. Such sum is liquidated damages and shall not be construed as a penalty, and may be deducted from payments due the Contractor if such delay occurs. 3. COMPENSATION As full compensation for the performance and completion of the Project as required by the Scope of Work, City shall pay to Contractor and Contractor accepts as full payment the sum of Forty Four Thousand Four Hundred Forty Six Dollars and 881100 ($44,446.88). Contractor shall not receive any additional compensation unless approved in advance by the City in writing. City shall pay contractor fifty percent (50 %) of the agreed price for the purchase of the equipment to be installed. Upon completion of the installation and testing of all installed equipment city shall pay the contractor the remaining balance of the contract. 4. ADMINISTRATION This Contract will be administered by the Fire Department. Eric Bauer shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or his /her authorized representative shall represent City in all matters pertaining to the services to be rendered pursuant to this Contract. 5. TYPE AND INSTALLATION OF MATERIALS /STANDARD OF CARE 5.1 Contractor shall use only the standard materials in performing Contract Services. Any deviation from the materials shall not be installed unless approved in advance by the City Administrator. 5.2 All of the services shall be performed by Contractor or under Contractor's supervision. Contractor represents that it possesses the personnel required to perform the services required by this Contract, and that it will perform all services in a manner commensurate with community professional standards. All services shall be performed by qualified and experienced personnel who are not employed by City, nor have any contractual relationship with City. 6. RESPONSIBILITY FOR DAMAGES OR INJURY 6.1 City and all officers, employees and representatives thereof shall not be responsible in any manner for any loss or damage to any of the materials or other things used or employed in performing the Project or for injury to or death of any person as a result of Contractor's performance of the services required VA 7 0 0 hereunder; or for damage to property from any cause arising from the performance of the Project by Contractor, or its subconcontractors, or its workers, or anyone employed by either of them. 6.2 Contractor shall be responsible for any liability imposed by law and for injuries to or death of any person or damage to property resulting from defects, obstructions or from any cause arising from Contractor's work on the Project, or the work of any subcontractor or supplier selected by the Contractor. 6.3 Contractor shall indemnify, hold harmless, and defend City, its officers and employees from and against: (1) any and all loss, damages, liability, claims, allegations of liability, suits, costs and expenses for damages of any nature whatsoever, including, but not limited to, bodily injury, death, personal injury, property damage, or any other claims arising from any and all acts or omissions of Contractor, its employees, agents or subcontractors in the performance of services or work conducted or performed pursuant to this Contract; (2) use of improper materials in performing this Project; including, without limitation, defects in workmanship or materials and /or design defects or (3) any and all claims asserted by Contractor's subconcontractors or suppliers on the Project, and shall include reasonable attorneys' fees and all other costs incurred in defending any such claim. However, nothing herein shall require Contractor to indemnify City from the sole negligence or willful misconduct of City, ifs officers or employees. 6.4 Contractor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, to restore other work areas to their original condition and former usefulness as soon as possible, and to protect public and private property. Contractor shall be liable for any private or public property damaged during the performance of the Project work. 6.5 To the extent authorized by law, as much of the money due Contractor under and by virtue of the Contract as shall be considered necessary by City may be retained by it until disposition has been made of such suits or claims for damages as aforesaid. 6.6 Nothing in this section shall be construed as authorizing any award of attorney's fees in any action to enforce the terms of this Contract, except to the extent provided in Section 6.3 above. 6.7 The rights and obligations set forth in this Section shall survive the termination of this Contract. INDEPENDENT CONTRACTOR City has retained Contractor as an independent contractor and neither Contractor nor its employees are to be considered employees of the City. The manner and means of conducting the work are under the control of Contractor, except to the extent they are limited by statute, rule or regulation and the express terms of this Contract. No civil service status or other right of employment shall accrue to Contractor or its employees. 3 8. COOPERATION 40 Contractor agrees to work closely and cooperate fully with City's designated Project Administrator and any other agencies that may have jurisdiction or interest in the work to be performed. City agrees to cooperate with the Contractor on the Project. INSURANCE Without limiting Contractor's indemnification of City, and prior to commencement of work, Contractor shall obtain, provide and maintain at its own expense during the term of this Contract, a policy or policies of liability insurance of the type and amounts described below and in a form satisfactory to City. A. Certificates of Insurance. Contractor shall provide certificates of insurance with original endorsements to City as evidence of the insurance coverage required herein. Insurance certificates must be approved by City's Risk Manager prior to commencement of performance or issuance of any permit. Current certification of insurance shall be kept on file with City's at all times during the term of this Contract. B. Signature. A person authorized by the insurer to bind coverage on its behalf shall sign certification of all required policies. C. Acceptable Insurers. All insurance policies shall be issued by an insurance company currently authorized by the Insurance Commissioner to transact business of insurance in the State of California, with an assigned policyholders' Rating of A (or higher) and Financial Size Category Class VII (or larger) in accordance with the latest edition of Best's Key Rating Guide, unless otherwise approved by the City's Risk Manager. D. Coverage Requirements. Workers' Compensation Coverage. Contractor shall maintain Workers' Compensation Insurance and Employer's Liability Insurance for his or her employees in accordance with the laws of the State of California. In addition, Contractor shall require each subcontractor to similarly maintain Workers' Compensation Insurance and Employer's Liability Insurance in accordance with the laws of the State of California for all of the subcontractor's employees. Any notice of cancellation or non - renewal of all Workers' Compensation policies must be received by City at least thirty (30) calendar days (10 calendar days written notice of non - payment of premium) prior to such change. The insurer shall agree to waive all rights of subrogation against City, its officers, agents, employees and volunteers for losses arising from work performed by Contractor for City. ii. General Liability Coverage. Contractor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal injury, and property damage, including without limitation, contractual liability. If commercial general liability insurance or other form with a general aggregate limit is used, either the general aggregate limit shall apply 2 0 0 separately to the work to be performed under this Contract, or the general aggregate limit shall be at least twice the required occurrence limit. iii. Automobile Liability Coverage. Contractor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Contractor arising out of or in connection with work to be performed under this Contract, including coverage for any owned, hired, non -owned or rented vehicles, in an amount not less than one million dollars ($1,000,000) combined single limit for each occurrence. E. Endorsements. Each general liability and automobile liability insurance policy shall be endorsed with the following specific language: The City, its elected or appointed officers, officials, employees, agents and volunteers are to be covered as additional insureds with respect to liability arising out of work performed by or on behalf of the Contractor. This policy shall be considered primary insurance as respects to City, its elected or appointed officers, officials, employees, agents and volunteers as respects to all claims, losses, or liability arising directly or indirectly from the Contractor's operations or services provided to City. Any insurance maintained by City, including any self- insured retention City may have, shall be considered excess insurance only and not contributory with the insurance provided hereunder. iii. This insurance shall act for each insured and additional insured as though a separate policy had been written for each, except with respect to the limits of liability of the insuring company. iv. The insurer waives all rights of subrogation against City, its elected or appointed officers, officials, employees, agents and volunteers. Any failure to comply with reporting provisions of the policies shall not affect coverage provided to City, its elected or appointed officers, officials, employees, agents or volunteers. vi. The insurance provided by this policy shall not be suspended, voided, canceled, or reduced in coverage or in limits, by either party except after thirty (30) calendar days (10 calendar days written notice of non - payment of premium) written notice has been received by City. Timely Notice of Claims. Contractor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Contractor's performance under this Contract. G. Additional Insurance. Contractor shall also procure and maintain, at its own cost and expense, any additional kinds of insurance, which in its own judgment may be necessary for its proper protection and prosecution of the work. 10. PREVAILING WAGES. Pursuant to the applicable provisions of the Labor Code of the State of California, not less than the general prevailing rate of per diem wages including legal holidays and overtime i 0 work for each craft or type of workman needed to execute the work contemplated under the Agreement shall be paid to all workmen employed on the work to be done according to the Agreement by the Contractor and any subcontractor. In accordance with the California Labor Code (Sections 1770 et seq.), the Director of Industrial Relations has ascertained the general prevailing rate of per diem wages in the locality in which the work is to be performed for each craft, classification, or type of workman or mechanic needed to execute the Agreement. A copy of said determination is available by calling the prevailing wage hotline number (415) 703 -4774, and requesting one from the Department of Industrial Relations. The Contractor is required to obtain the wage determinations from the Department of Industrial Relations and post at the job site the prevailing rate or per diem wages. It shall be the obligation of the Contractor or any subcontractor under him /her to comply with all State of California labor laws, rules and regulations and the parties agree that the City shall not be liable for any violation thereof. 11. SUBCONTRACTING City and Contractor agree that subcontractors may be used to complete the work outlined in the Scope of Services provided the Contractor obtains City approval prior to the subcontractor performing any work. Contractor shall be fully responsible to City for all acts and omissions of the subcontractors. Nothing in this Contract shall create any contractual relationship between City and subcontractor nor shall it create any obligation on the part of City to pay or to see to the payment of any monies due to any such subcontractor other than as otherwise required by law. 12. WITHHOLDINGS City may withhold payment to Contractor of any disputed sums until satisfaction of the dispute with respect to such payment. Such withholding shall not be deemed to constitute a failure to pay according to the terms of this Contract. Contractor shall not discontinue work as a result of such withholding. Contractor shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Contractor shall be entitled to receive interest on any withheld sums at the rate of return that City earned on its investments during the time period, from the date of withholding of any amounts found to have been improperly withheld. 13. CONFLICTS OF INTEREST The Contractor or its employees may be subject to the provisions of the California Political Reform Act of 1974 (the "Act "), which (1) requires such persons to disclose any financial interest that may foreseeably be materially affected by the work performed under this Contract, and (2) prohibits such persons from making, or participating in making, decisions that will foreseeably financially affect such interest. If subject to the Act, Contractor shall conform to all requirements of the Act. Failure to do so constitutes a material breach and is grounds for immediate termination of this Contract by City. Contractor shall indemnify and hold harmless City for any and all claims for damages resulting from Contractor's violation of this Section. 14. NOTICES All notices, demands, requests or approvals to be given under the terms of this Contract shall be given in writing, to City by Contractor and conclusively shall be deemed served when delivered personally, or on the third business day after the deposit thereof in the United States mail, postage prepaid, first -class mail, addressed as hereinafter provided. • • All notices, demands, requests or approvals from Contractor to City shall be addressed to City at: Attention: Terry Ulaszewski Fire Department City of Newport Beach 3300 Newport Boulevard Newport Beach, CA 92660 Phone: 949- 644 -3352 Fax: 949 - 644 -3120 All notices, demands, requests or approvals from CITY to Contractor shall be addressed to Contractor at: Attention: David Mitchell Pro 911 Systems 422 Glenneyre, Suite 4 Laguna Beach, CA 92651 Phone: 949 -836 -1299 Fax: 949 -499 -2374 Cell: 714 - 404 -2035 15. TERMINATION In the event that either party fails or refuses to perform any of the provisions of this Contract at the time and in the manner required, that party shall be deemed in default in the performance of this Contract. If such default is not cured within a period of two (2) calendar days, or if more than two (2) calendar days are reasonably required to cure the default and the defaulting party fails to give adequate assurance of due performance within two (2) calendar days after receipt of written notice of default, specifying the nature of such default and the steps necessary to cure such default, the non - defaulting party may terminate the Contract forthwith by giving to the defaulting party written notice thereof. Notwithstanding the above provisions, City shall have the right, at its sole discretion and without cause, of terminating this Contract at any time by giving seven (7) calendar days prior written notice to Contractor. In the event of termination under this Section, City shall pay Contractor for services satisfactorily performed and costs incurred up to the effective date of termination for which Contractor has not been previously paid. On the effective date of termination, Contractor shall deliver to City all materials purchased in performance of this Contract. 16. COMPLIANCE WITH ALL LAWS Contractor shall at its own cost and expense comply with all statutes, ordinances, regulations and requirements of all governmental entities, including federal, state, county or municipal, whether now in force or hereinafter enacted. 7 • • 17. WAIVER A waiver by City of any term, covenant, or condition in the Contract shall not be deemed to be a waiver of any subsequent breach of the same or any other term, covenant or condition. 18. INTERPRETATION The terms of this Agreement shall be construed in accordance with the meaning of the language used and shall not be construed for or against either party by reason of the authorship of the Agreement or any other rule of construction which might otherwise apply. 19. INTEGRATED CONTRACT This Contract represents the full and complete understanding of every kind or nature whatsoever between the parties hereto, and all preliminary negotiations and Contracts of whatsoever kind or nature are merged herein. No verbal Contract or implied covenant shall be held to vary the provisions herein. 20. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Contract and the Scope of Services, the terms of this Contract shall govern. 21. AMENDMENTS This Contract may be modified or amended only by a written document executed by both Contractor and City and approved as to form by the City Attorney. 22. EFFECT OF CONTRACTOR'S EXECUTION Execution of this Contract by Contractor is a representation that Contractor has visited the Project Site, has become familiar with the local conditions under which the work is to be performed, and has taken into consideration these factors in submitting its Project Proposal and Scope of Work. 23. CONTROLLING LAW AND VENUE The laws of the State of California shall govern this Contract and all matters relating to it and any action brought relating to this Contract shall be adjudicated in a court of competent jurisdiction in the County of Orange. 24. WARRANTY 24.1 Contractor agrees that the Pro 911 Systems equipment installed pursuant to this Contract shall be covered by the manufacturer's warranty on parts and labor. The Pro 911 Systems includes one year of support with 2417 support with a 4 hour response time. Pro 911 Systems will provide 1 year of software updates and a 1 year hardware warranty for hardware failure on all surveillance system equipment. IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the day and year first written above. APP VED AS TO FORM: 7 Aaron C. Harp Assistant City Attorney for the City of Newport Beach ATTEST: LaVonne Harkless, City Clerk , E"W"It Attachments: Exhibit A — Scope of Work F:\users\cat\shared\Ag\Pro911 vehicle.doc CITY OF NEWPORT B H, A Munici orporati By: n b Mayor for the City of Newport Beach PRO 911 SYSTEMS: By: &A. Name: 0"4 Title: bwKev. RFt" ST -EMS:, By: Y Name: Title: .0 Newport Beach LifeGuard Virtual Lifeguard Proposal Prepared by: PRO 911 Systems 422 Glenneyre, Suite 4 Laguna Beach, CA 92651 949- 836 -1299 All information contained in this document is proprietary and confidential. For official use only. Not for redistribution. PR0Wu&q)N stems leav►s" i Table of Contents 1. Executive Summary ........................................................................................................................ ..............................3 1.1 Corporate and Subcontractor Backgrounds ................................................................................ ............................... 4 2.0 Qualifications and Key Personnel ................................................................................................. ..............................4 2.1 Project Manager .......................................................................................................................... ..............................4 2.2 Other Key Personnel ................................................................................................................... ............................... 5 2.3 Firm's and Key Personnel Relationships with Local Government Organizations......................... ............................ 5 2.4 Firm's Approach to implementing and completing projects ...................................................... ............................... 5 2.5 Organizational Chart .................................................................................................................. ............................... 5 3.0 Installation Plan ............................................................................................................................. ..............................6 3.1 Wireless Equipment and Security Camera Placement Plan ........................................................ ............................... 6 3.2 Installation of Head End ............................................................................................................. ............................... 6 3.3 Electrical System ........................................................................................................................ ............................... 6 3.4 Needed Permission ..................................................................................................................... ............................... 6 3.5 Estimated Time to Complete Project .......................................................................................... ............................... 6 4.0 Proposed Wireless and Surveillance Equipment ......................................................................... ..............................7 4.1 Wireless System ......................................................................................................................... ............................... 7 4.2 Security Cameras ........................................................................................................................ ............................... 7 4.3 Video Recording System ............................................................................................................ ............................... 7 5.0 Training ........................................................................................................................................... ..............................7 6.0 Maintenance .................................................................................................................................... ..............................7 7.0 Cutting -Edge upgrades that can go with Proposed Wireless and Video Surveillance System ..............................8 7.1 Intelligent Video Surveillance System ........................................................................................ ..............................8 7.2 Gunshot Location System ........................................................................................................... ............................... 9 7.3 Geospatial Information System ................................................................................................... ..............................9 8.0 Quote and Price List ..................................................................................................................... .............................10 I a,,� — weem 1. Executive Summary PRO 911 Systems will put into place an effective, powerful, reliable, appropriate, cost - effective wireless and video surveillance system for your Virtual LifeGuard Project. PRO 911 Systems is acutely aware that the City's needs assurances that the installed system will work as intended and within budget. Therefore, PRO 911 Systems recommends for a much more effective, powerful, reliable, appropriate, and cost - effective video surveillance system. The system will help you: ❑ Intelligently monitor the areas of interest ❑ Easily notify and alert agencies simultaneously, ❑ Store and transfer all video and data easily between agencies This entire system is robust, scalable for the future, independent, customizable, mobile - enabled, and remotely accessible. All the advanced security technologies PRO 911 Systems is putting into place for you has been t rp oven. The entire system will be operational within 1 -2 weeks (setup, tested, running and trai personally overseen by the principals of PRO 911 Systems. Further ensuring you that the firm is committed to deliver top -notch quality and in doing so help the City of Newport Beach continue its role in providing a secure and aware community. Basic Characteristics of the Wireless Is Expandable, flexible, adjustable, and able to relocate. System Cost Effective • Works on Non - Proprietary Wireless Link Standards • Long -Term Technological Life Span and upgradeability • Able to Link with city computer network systems, effectil and useful on a site specific, and system wide basis • Receiving and responding to timely, Get customized video and alerts on mobile devices accurate information at command centers with more cost effective and easier deliverability of communication between Wireless Mesh Network: The key advantages of wireless mesh networks include ease of installai no cable costs and system "self- awareness ". Automatic connection among all nodes means a redundant, self - healing system with potentially no single points of failure. PRO !Msystems ■ Intelligent Video Surveillance Use intelligent video to detect dumping, loitering, and other suspicious behaviors: pan - tilt -zoom cameras automatically keep moving suspicious activity in view. Save on Costs associated with monitoring and save costly time and money spent searching past video footage for forensic Durgoses. • gunshot and IED location system Detect Gunshots such as high powered assault rifles or IEDs (improvised explosive devices) for immediate response 1.1 Corporate and Subcontractor Backgrounds About PRO 911 Systems: PRO 911 Systems is a 35- year -old company located in Southern California that provides mission - critical communications support to over 20 law enforcement and public safety agencies serving over 40 cities. We are specialists in providing video, telemetry and alarm communications, processing and display systems. Our clients include the Orange County Sheriff, The University of California at Berkeley Police Department and the West -Comm 911 Center. PRO's advisors include specialists in mesh networking, law enforcement, public safety, military intelligence, security and information systems. Recently completed projects include building the mesh wireless networks covering the City of Laguna Beach, Newport Harbor and the Newport Beach Virtual Lifeguard Cameras as seen on CBS Channel 2 News. Ongoing projects include mesh networks for water districts' SCADA systems, data networks for fire authorities and video sensitive site protection for other agencies and businesses. Mow � About PRO's Partner (Subcontractor): A security consulting firm, ity technology is dedicated to providing its clients with the best cutting -edge, advanced security technology solutions for their unique and challenging environments. Merging its expertise in both t protect security and technology, the firm constantly seeks out and evaluates numerous offerings of various manufacturers to know the most suitable environments for a particular product, while remaining independent of any particular manufacturer. This provides clients with further assurance that the firm renders its expertise in an environment as independent of bias as it can. 2.0 Qualifications and Key Personnel 2.1 Project Manager David Mitchell: David Mitchell has owned and operated PRO 911 Systems for over 20 years. As a published author, he has written the closing chapter in a Sam's publication on the Internet, a monthly column on tele- presence and tele- operations, and several misc. articles. In design and engineering, his work on educational and PROSAsylems miniature planetary rovers resulted in his winning a NASA award in 1997 for circum- navigation and simulation systems. Recent projects include the Virtual Lifeguard Camera system shown on CBS Channel 2 News for the Newport Beach Harbor Lifeguards, the FireWatch Council brushfire monitoring cameras (WUI Watch) and the deployment of mesh wireless networks in several cities. Copies of published works and a resume is available upon request, if necessary, pending acceptance of this proposal. 2.2 Other Key Personnel David Engel: Network and telecommunications engineering: • Design, Configuration and Implementation of Cisco, Nortel, Extreme Networks, Adtran, Paradyne, Kentrox Companies worked for: • T- mobile, CA Dept Of Agriculture, CA Dept of Education, American Airlines, Lufthansa, Continental Airlines, Air Canada, Airbus, Wells Fargo (Saved Wells Fargo more than $5 Million Dollars in estimated downtime), Aeroground, AT &T, United Airlines, Cisco, Equant, SBC, NetSolve, Qwest and Radianz. Carlos Menendez: 14 years experience in security systems: • Implemented and administered Casi Rusco System • Programmed sensors and verify they were operational • Managed other security officers • Access control and video surveillance Engineering: • Oracle engineering programming globalization - code translator • OCR sorter programmer and implementer • OCR hardware and software integration • CLC fire -e network engineer • Telecommunications Companies worked far: • Oracle, EFI, Americas Protective Services, United States Postal Services and Taylor made Corp. 2.3 Firm's and Key Personnel Relationships with Local Government Organizations PRO 911 Systems focuses on building long -term relationships with many aspects of each community it serves. In Laguna Beach, PRO works with City ITAS, Lifeguards, Police, Fire and volunteer public safety groups such as the FireWatch Council. In each city we work with, we report periodically to the City Council at public meetings, we meet with local groups such as the Chamber of Commerce, Visitors Bureau, Senior Center and local newspapers. Our entire focus is on finding the needs, mission and goals of a community — then offer solutions and options. References are available upon request. 2.4 Firm's Approach to implementing and completing projects PRO 911 Systems has a 35 year track record of building systems that must work on time, must work every time and must work all the time. One of the reasons we choose and qualified Tropos MetroMesh two years ago was the need for a self - healing system for life - critical communications. Our field survey and advance engineering techniques involve doing actual test/verify in the real locations and conditions where the network will be deployed. When we install a system, we bring up the system in increments — proving full functionality step -by -step, generating an assured- success strategy 2.5 Organizational Chart PRO 911 Systems uses a flat organizational chart with our entire team cross - trained in all operational and technical areas. This is necessary to assure support to twenty 911 centers serving 40 cities in the event of many disaster scenarios. David Mitchell is the owner with the entire team handling projects and workload on a distributed (both functionally and geographically) basis. 1i I R091nsystems 3.0 Installation 3.1 Wireless Equipment and Security Camera Placement Plan PRO 911 Systems' plans for the Wireless and Video Virtual LifeGuard System deployment around Newport Beach areas include: • A planning meeting to determine the order of deployment • Install and test 2 cameras in one day — then verify operation • Install the rest of the cameras per the deployment pattern from the planning meeting Each Location will have one Sony SNC -RZ25N Camera, an outdoor housing, and a Tropos- Compatible MetroMesh Router. 3.2 Installation of Head End PRO 911 Systems is estimating that the Head End equipment will be housed in a secure area with a reliable power source at the LifeGuard headquarters. PRO will also need rack space to hold network equipment, ONSSI NetDVMS Server, and UPS backup system, totaling 20U of Rack Space. 3.3 Electrical System PRO 911 Systems has not included the pricing of any electrical work. Additional cost will apply if additional electrical work is needed. If electrical work is needed Symis can provide a properly bonded and licensed C-10 electrical contractor or use a preferred electrical contractor used by the city. 3.4 Needed Permission PRO 911 Systems will need permission from the correct city departments for the deployment of cameras on light poles, buildings or other areas that cameras will have the best field of view to be placed within or around the beaches. 3.5 Estimated Time to Complete Project PRO 911 Systems plans to have all equipment preconfigured and tested prior to start date of starting work onsite. PRO estimates that the time for completion of the wireless and surveillance system will take 14 Business Days. ' * • 47l 4.0 Proposed Wireless and Surveillance Equipment 4.1 Wireless System PRO 911 Systems recommends using a Tropos Compatible MetroMesh Router this would provide a scalable fully independent network for the City of Newport's wireless network system. Key advantages of wireless Tropos mesh networks include ease of installation, no cable costs, and automatic connection among all nodes, redundancy and self - healing reliability. This would be ultimately be the most secure, expandable, and cost effective solution for the city with no one single point of failure in the wireless network 4.2 Security Cameras PRO 911 Systems plans to use cameras with superior image quality and able to work in low light situations. For this PRO is offering the Sony SNC -RZ25N Network Pan/Tilt(Zoom Color Camera with an outdoor - ruggedized housing. These cameras have a 18X optical zoom with a 12X Digital zoom. The Sony SNC -RZ25N will also be able to see well in low light situations with a low Lux visibility. A speaker can also be mounted to the pole or other structure for an additional cost and can be used to communicate with someone performing a wrongful act to possibly deter them from what they are doing. 4.3 Video Recording System For video recording PRO recommends using ONSSI's NetDVMS solution is has been a well proven solution used in over 600,000 cameras worldwide with Corporate Buildings and Campus, government facilities, public utilities, municipalities, law enforcement, and other clients with critical infrastructure. With ONSSI's software you will be able to record video at a remote or onsite location. Record at rates up to 30 fps per camera at CIF or 4CIF resolution, in our quote we are estimating CIF resolution at 30 fps per camera with 30 days of storage, if the city would like 4CIF resolution there would be a extra cost in hardware for the video storage. 5.0 Training PRO 911 Systems plans to provide one day of training on how to use the wireless and security surveillance system. With this one -day of training PRO 911 Systems will also "sit in" with operations personal for questions as they are working with the system. If more time is required PRO 911 Systems will allow for an extra day at no charge. Also, PRO 911 Systems will provide one day of training for technical personal that would like to be educated in the technical aspects of the security surveillance system. 6.0 Maintenance PRO 911 Systems is including 1 year of support with 2417 support with 4 -hour response time. PRO 911 Systems will actively monitor the system for preventive maintenance and to know about system failures instantly. PRO 911 Systems will provide 1 year of software updates and a 1 -year hardware warranty for hardware failures on all surveillance system equipment. systems 7.0 Cutting -Edge upgrades that can go with Proposed Wireless and Video Surveillance System 7.1 Intelligent Video Surveillance System PRO 911 Systems highly recommends that the city use intelligent video surveillance to enhance its surveillance. Intelligent Surveillance in real-time automatically detects security incidents or potentially threatening events taking place within the view of the cameras. Using applied computer vision technology — a highly sophisticated branch of artificial intelligence — Intelligent Surveillance detects objects (people, vehicles, aircraft, watercraft) in real-time, identifies the objects, and automatically generates alerts notifying all appropriate security personnel in real time when a security threat occurs. Intelligent surveillance's sophisticated threat recognition capabilities enable the automatic detection of a wide range of events and activities including perimeter breaches, theft, left bags, loitering, and counter -surveillance activities, allowing customers to provide high levels of protection and security to facilities and personnel. IF11,111PROC systems 7.2 Gunshot Location System Gunshot location systems have been very successful in fighting gun -related crimes and in many other cities such as Redwood City, CA., Gary, IN., Charleston, SC., Rochester, NY., and Chicago, IL. A gunshot location system can present a tremendous value to the City. Gunshot location systems have been able to reduce the number of gunshots in some cities by as much as 85%. It is able to integrate with the Surveillance System that PRO will install on the airport or any other location that the city expands its surveillance to, for faster Police response and easier prosecution of suspects. This system will not only save money but the lives of citizens and the lives of the first responders and can bring up the property value of homes in the area bringing up the city's income from property tax. 7.3 Geospatial Information System From security operations to counter -terrorism to incident response, GIS technologies are transforming the way organizations prepare, plan, and respond. By presenting information from a wide range of information systems in a realistic operational context, GIS systems provide operations professionals with a flexible Public Safety Tool Kit for planning, analysis, surveillance, response and training. From command centers to mobile, desk top and web enabled configurations, GIS delivers the right information to the right people at the right time clearly giving decision makers and first responders clear information in times of crisis to make clear decisions. E 8.0 Quote and Price List Item Description -------------------------------- - - - - -- Sony SNC -RZ25N Camera Weatherproof enclosure Camera Installation Solar Power Units OnSSI NVR software 16 camera license Video Server 750 GigaByte storage Tropos Mesh Wireless Unit Price --------- - - - - -- 1,300.00 400.00 250.00 1,500.00 950.00 3,000.00 2,200.00 ie 0 Suggested Quantity ---------------------- - - - - -- 10 10 10 6 1 1 4 Raw5RD • • C-3?-71 CITY OF NEWPORT BEACH CITY COUNCIL STAFF REPORT Agenda Item No. (Council Meeting Date) TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Fire Department Tim Riley, 644 -3101, triley @city.newport- beach.ca.us SUBJECT: Shoreline Observation System (SOS) RECOMMENDATION: City Council approve the continued development of the Newport Beach Shoreline Observation System (SOS) to enhance the Lifeguard's ability to prevent injury and loss of life. City Council approve the purchase and installation of cameras and ancillary equipment from ISMS Inc., Shakespeare Composite Structures Mfg., and Pro 911 Systems. DISCUSSION: During the summer, the fire department staffs up to 38 lifeguard towers, 10 patrol units and 3 rescue boats to prevent injury and loss of life to those who visit our beaches. It is neither financially feasible nor practical to maintain that level of staffing the rest of the year when beach attendance is minimal. During most of the year, we have a maximum of six people providing lifeguard surveillance from mobile patrols and lifeguard towers. However, there are many times throughout the non - summer months when we have beach users show up at locations remote to our staffing patterns. The use of remote video observation capabilities in the lifeguard communications center has enhanced lifeguards ability to identify areas of concern year round and more effectively respond resources when and where needed. A few years back, we entered into a trial project with Surfline; a commercial website that provides up -to -date video images of surf conditions at popular surfing beaches. We were provided access to their images in our Lifeguard Communications Center and used them to observe changing surf conditions and gather updated beach attendance information at remote locations. Base upon our 0 0 initial review, we developed a proposal to create a comprehensive system using settlement funds form the American Trader Oil Spill incident. This project gained approval from the City Council and the American Trader Oil Spill Settlement Sub- committee. We then began a trial project by installing cameras at Balboa and Newport piers. The trial period is complete and the cameras have proven effective at providing important information from which to make decisions regarding lifeguard staffing needs. They also allow the public to visually assess beach conditions via a website prior to making the trip to the beach. Staff is ready to develop the rest of the system for a total of 8 cameras. The additional 6 cameras are planned for the Wedge, Orange Street, 15'' Street, 56h Street, Corona Del Mar State Beach, and 441' Street. The cameras and microwave antennas are mounted on 30 foot poles at each of these locations. In most cases, the poles will replace shorter ones already in place that support lifeguard tower phone lines. The equipment identified in this contract has been tested in our environment. Each of the vendors have a proven track record in these types of installation. Issues of public privacy have been raised in connection with these types systems. The Fire Department has developed a policy (attached) to deal with these concerns and to ensure appropriate use of the system. Only trained and authorized personnel may use the system. The system may only be used for lifeguard operations. Areas such as homes where the public has a reasonable expectation of privacy will be blocked from the cameras view. The cameras can only be controlled in the lifeguard communications center and are subject to close supervision by the on duty watch commander. In addition, the public will be able to view the same images on the internet, therefore providing another level of oversight. Environmental Review: The project will be recommended as exempt from the California Environmental Quality Act (CEQA) pursuant to Section 15302 of the CEQA Implementing Guidelines at the time the project is authorized by the City Council. This exemption covers the maintenance and alteration of existing public facilities with negligible expansion of the facilities in areas that are not environmentally sensitive. Public Notice: None required. Funding Availability: Funding is appropriated in the FY 2006/2007 Capital Improvement Program, Project C5100566. American Trader Oil Spill funds were used to develop the . . ` t • • trial and will be used again in this phase of the project. Cost is estimated at $70,000. There is currently $78,616 remaining in the existing fund. Prepared by: Terry Ulaszewski Support Services Manager Submitted by: Timothy Riley, Fire Chief