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