Loading...
HomeMy WebLinkAboutC-3958 - Purchase and Installation Contract for a Police Facility Network Video Recording System for the Newport Beach Police Department0 ` C"/yl% PURCHASE AND INSTALLATION CONTRACT WITH SILICONAVE.COM, INC. FOR A POLICE FACILITY NETWORK VIDEO RECORDING SYSTEM FOR THE NEWPORT BEACH POLICE DEPARTMENT THIS CONTRACT is made and entered into as of this 1B__ day of September, 2007, by and between the CITY OF NEWPORT BEACH, a Municipal Corporation ( "City"), and SILICONAVE.COM, INC., a California Corporation whose address is 2138 E. Orangethorpe Ave. Fullerton, California 92831 ( "Vendor"), 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. For the past 15 years, the Newport Beach Police Department has used a VHS video camera system to provide video of its jail operations at itspolice facility, located at 870 Santa Barbara Drive in the City of Newport Beach (the "NBPD Facility "). C. The VHS video system has served its useful life and City now desires to replace the system with a new Network Video Recording ( "NVR ") system that uses Digital Video Recording ( "DVR ") technology, which requires less storage space and offers higher resolution images than the current VHS system. D. To this end, City desires to purchase from Vendor a 36- camera system, which will include 24 cameras to be installed in the jail facility and 12 cameras to be installed on the interior and exterior of the NBPD Facility. Specifically, the equipment the City has agreed to purchase, and Vendor has agreed to provide, is as follows:: 36 Network IP cameras and lenses manufactured by Axis; three NVR recording servers manufactured by SI- Force; three storage servers manufactured by SI- Force; four 42 -inch LCD video displays manufactured by Viewsonic; six 20 -inch LCD video displays manufactured by Viewsonic; ten battery back -ups manufactured by Belkin; one intercom system manufactured by Airphone; 52.5TB of hard drive storage manufactured by SI- Force; one rack server cabinet manufactured by APC Netshelter; one NVR viewing station; 30,000 -feet of CAT6 cable; and all other items set forth in Vendor's Quotation attached hereto as Exhibit A (hereinafter collectively referred to as the "Equipment ") City also desires to have Vendor deliver and install the Equipment at the NBPD Facility, including the servers, cameras, and all other equipment necessary to establish the Police Department's NVR system (hereinafter referred to as the "Protect "). E. Vendor 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. Vendor has entered into a subcontracting agreement with Bay Shore Electric, Inc. to provide the cable installation and parts for the Project. G. City also desires to purchase from Vendor a three -year monthly service contract and a three -year extended warranty for all components of the NVR system, extending the manufacturers' standard warranties. NOW, THEREFORE, it is mutually agreed by and between the undersigned parties as follows: SCOPE OF WORK Vendor shall provide all products and services set forth in the Quotation attached hereto as Exhibit A and incorporated herein by this reference. Vendor shall also deliver and install the products as described in the Scope of Work attached hereto as Exhibit B and incorporated herein by this reference. As a material inducement to the City entering into this Agreement, Vendor represents and warrants that Vendor is a provider of first -class products and services and Vendor is experienced in performing the work and services contemplated herein and, in light of such status and experience, Vendor covenants that it shall follow the highest professional standards in performing the work and services required hereunder and that all products and 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. Vendor shall perform everything required to be performed in connection with the Project, and shall provide and furnish all the equipment, software, 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 delivery of goods and performance of services under this Contract and Vendor shall deliver the goods and complete the Project in a diligent and timely manner. The failure by Vendor to perform the services in a diligent and timely manner may result in termination of this Contract by City. Notwithstanding the foregoing, Vendor shall not be responsible for delays due to causes beyond Vendor's reasonable control. However, in the case of any such delay in the services to be provided for the Project, each parry hereby agrees to provide notice to the other party so that all delays can be addressed. 2.1 Vendor shall submit all requests for extensions of time for performance in writing to the Project Administrator not later than five (5) calendar days after the start of the condition that purportedly causes a delay. The Project Administrator shall review all such requests and may grant reasonable time extensions for unforeseeable delays that are beyond Vendor's control. 2.2 For all time periods not specifically set forth herein, Vendor shall respond in the most expedient and appropriate manner under the circumstances, by telephone, fax, email, hand - delivery or mail. 3. COMPENSATION As full compensation for the purchase, delivery and installation of the products listed in Exhibit A and for the performance and completion of the Project as required by the Scope of Work, City shall pay to Vendor and Vendor accepts as full payment the sum of Two Hundred, Twenty -One Thousand, One Hundred and Thirty Dollars and 81/100 ($221,130.81). Vendor shall not receive any additional compensation unless approved in advance by the City in writing. The City shall make progress payments as the Project work proceeds based on the percentage of Project work completed in accordance with Exhibit C, attached hereto and incorporated herein by this reference, and upon evidence that all subcontractors and suppliers have been paid in full. City shall require that all subcontractors and suppliers submit written releases to prove they have been compensated by Vendor in full for their work and /or products prior to the City's release of payment to Vendor for the work performed. The City shall retain twenty percent (20 %) of any amount due and owing under this Agreement until all Project work is completed and upon final acceptance by the City of the goods and services. 4. ADMINISTRATION This Contract will be administered by the Newport Beach Police Department. Lieutenant Steve Shulman shall be the Project Administrator and shall have the authority to act for City under this Contract. The Project Administrator or his 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 Vendor shall use only the products, equipment and materials described in Exhibits A and B. Any deviation from the products, equipment and materials described in these exhibits shall not be installed unless approved in advance by the Project Administrator. 5.2 All of the services shall be performed by Vendor or under Vendor's direct supervision. Vendor 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 0 0 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 Vendor's performance of the services required hereunder; or for damage to property from any cause arising from the performance of the Project by Vendor, or its subcontractors, workers, or anyone employed by either of them. 6.2 Vendor 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 Vendor's work on the Project, or the work of any subcontractor or supplier selected by Vendor. 6.3 Vendor 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 Vendor, 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 Vendor's subcontractors 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 Vendor to indemnify City from the sole negligence or willful misconduct of City, its officers or employees. 6.4 Vendor shall perform all Project work in a manner to minimize public inconvenience and possible hazard, shall restore other work areas to their original condition and former usefulness as soon as possible, and shall protect public and private property. Vendor 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 Vendor 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 The rights and obligations set forth in this Section shall survive the termination of this Contract. 7. INDEPENDENT CONTRACTOR City has retained Vendor as an independent contractor and neither Vendor nor its employees or subcontractors are to be considered employees of the City. The manner and means of conducting the work are under the control of Vendor, 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 Vendor or its employees or subcontractors. 0 8. COOPERATION 0 Vendor 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 Vendor on the Project. <)lI.F�177_T�I Without limiting Vendor's indemnification of City, and prior to commencement of work, Vendor 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. Vendor 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. Vendor 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, Vendor 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 Vendor for City. ii. General Liability Coverage. Vendor shall maintain commercial general liability insurance in an amount not less than one million dollars ($1,000,000) per occurrence for bodily injury, personal E. 0 0 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 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. Vendor shall maintain automobile insurance covering bodily injury and property damage for all activities of the Vendor 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. 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 Vendor. 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 Vendor'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. V. 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. 0 Timely Notice of Claims. Vendor shall give City prompt and timely notice of claim made or suit instituted arising out of or resulting from Vendor's performance under this Contract. G. Additional Insurance. Vendor 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. SUBCONTRACTING City and Vendor agree that subcontractors may be used to complete the work outlined in the Scope of Work provided the Vendor obtains City approval prior to the subcontractor performing any work. Vendor 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. 11. WITHHOLDINGS City may withhold payment to Vendor 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. Vendor shall not discontinue work as a result of such withholding. Vendor shall have an immediate right to appeal to the City Manager or his /her designee with respect to such disputed sums. Vendor 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. 12. CONFLICTS OF INTEREST The Vendor 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, Vendor 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. Vendor shall indemnify and hold harmless City for any and all claims for damages resulting from Vendor's violation of this Section. 13. NOTICES All notices, demands, requests or approvals to be given under the terms of this Contract shall be given in writing, to City by Vendor 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, 0 0 addressed as hereinafter provided. All notices, demands, requests or approvals from Vendor to City shall be addressed to City at: Attention: Lieutenant Steve Shulman Newport Beach Police Department 870 Santa Barbara Drive Newport Beach, CA 92660 Phone: 949 -644 -3740 Fax: 949 -644 -3749 Email: sshulman @nbpd.org All notices, demands, requests or approvals from CITY to Vendor shall be addressed to Vendor at: Attention: Jack Su Siliconave.com Inc. 2138 E. Orangethorpe Ave. Fullerton, CA 92831 Phone: 714- 680 -3188 Fax: 714 - 680 -4988 Email: jack @siliconcave.com 14. 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 parry 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 Vendor. In the event of termination under this Section, City shall pay Vendor for services satisfactorily performed and costs incurred up to the effective date of termination for which Vendor has not been previously paid. On the effective date of termination, Vendor shall deliver to City all materials purchased in performance of this Contract. 15. COMPLIANCE WITH ALL LAWS Vendor 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. 0 0 16. 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. 17. 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. 18. CONFLICTS OR INCONSISTENCIES In the event there are any conflicts or inconsistencies between this Contract and the Scope of Work, the terms of this Contract shall govern. 19. AMENDMENTS This Contract may be modified or amended only by a written document executed by both Vendor and City and approved as to form by the City Attorney. 20. EFFECT OF VENDOR'S EXECUTION Execution of this Contract by Vendor is a representation that Vendor has visited the Project Site (the NBPD Facility), 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. 21. 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. 22. SOFTWARE LICENSE Vendor hereby grants to City, a perpetual, non - exclusive and non - transferable license to use for the internal business purposes of City any and all Software provided to City under this Agreement in accordance with the terms and conditions set forth in this Agreement. 23. INTELLECTUAL PROPERTY A. Vendor has created, acquired or otherwise has rights in, and may, in connection with the performance of services hereunder, employ, provide, modify, create, acquire or otherwise obtain rights in, various concepts, ideas, methods, methodologies, procedures, processes, know -how, 0 0 techniques, models, templates, the generalized features of the structure, sequence and organization of software, user interfaces and screen designs, general purpose consulting and software tools, utilities and routines, and logic, coherence and methods of operation of systems (collectively, "Vendor Technology "). To the extent that Vendor uses any of its intellectual or other property in connection with the performance of its services, Vendor shall retain all right, title and interest in and to such property, and, except for the license expressly granted, City shall acquire no right, title or interest in or to such property. B. City has permanent ownership of all directly connected and derivative materials first produced under this Agreement in connection with the products and services provided by Vendor for delivery to the City, excluding any Vendor Technology contained therein. All documents, reports and other incidental or derivative work or materials furnished hereunder shall become and remain the sole property of the City and may be used by the City as it may require without additional cost to the City. Vendor without the express written consent of the City shall use none of the documents, reports and other incidental or derivative work or furnished materials except in providing the Services hereunder. All materials, documents, data or information obtained from City data files or any City medium furnished to Vendor in the performance of this Agreement will at all times remain the property of the City. C. City shall have the right to use the trademarks and name of Vendor. D. Unless otherwise expressly provided in this Contract, Vendor shall be solely responsible for clearing the right to use any patented or copyrighted materials in the performance of this Contract. Vendor warrants that any software as modified through services provided hereunder will not infringe upon or violate any patent, proprietary right, or trade secret right of any third party. Vendor shall indemnify and defend City, at Vendor's expense, against all claims, demands, suits, liability, and expense on account of alleged infringement of any patent, copyright or trademark, resulting from or arising in connection with the manufacture, sale, normal use or other normal disposition of any good or article of material furnished hereunder. 24. COMPUTER DELIVERABLES All system and project management documentation including (but not limited to: design documents, as -built documentation, working papers, test results, training materials and other written documents shall be delivered in hard copy and transmitted to City in an electronic version using Microsoft Office Products, including Microsoft Word, Excel and Project readable by City. 25. WARRANTY AND ONGOING MAINTENANCE SUPPORT A. General Warranty. Vendor hereby represents and warrants that the goods and services covered by this Contract are (1) free of liens or encumbrances, (2) merchantable and good for the ordinary purposes for 10 0 0 which they are used, and (3) fit for the particular purpose for which they are intended. Acceptance of this Contract shall constitute an agreement upon Vendor's part to indemnify, defend and hold City harmless from liability, loss, damage and expense, incurred or sustained by City by reason of the failure of the goods and services to conform to such warranties. B. Specific Warranty: Vendor hereby represents and warrants that for a period of one year from the date of final acceptance, all equipment and software purchased under this Agreement shall be free of material defects and shall function in conformance with its published documentation and other specifications. All hardware and software purchased under this Agreement shall be warranted for a period of one (1) year from the date of delivery. C. Extended Warranty. City has exercised the right to purchase extended warranties as outlined in Exhibit D, attached hereto and incorporated herein by this reference. Vendor agrees to abide by the extended warranties as outlined in Exhibit D. D. Warranty of Title: Vendor represents and warrants that it owns or has a right to license any and all Software provided to City under this Agreement. E. Response Times: During the warranty period, the Vendor shall provide a 24 -hour response time (7 days a week) to a system deficiency or service request. F. Routine Maintenance: During the lifetime of the Software, Vendor will, at no charge to the City, ensure that City is made aware of all downloadable updates and upgrades for Software. IN WITNESS WHEREOF, the parties have caused this Contract to be executed on the day and year first written above. [SIGNATURES ON FOLLOWING PAGE] 11 APPROVED AS TO FORM: Aaron C. Harp, Assistant City Attorney for the City of Newport Beach City Clerk for the City of Newport Beach CITY OF NEWPORT BEACH, A Mu al Cor ora By: Steve Rosansky, Mayor^/ for the City of Newport SILICONAVE.COM, INC., A California Corporation B itle: ............... By: Ngne: -Du nCa r1 Title: C ir O Attachments: Exhibit A — Vendor's Quotations Exhibit B — Scope of Work Exhibit C — Payment Terms Exhibit D — Extended Warranty F:users\CAT\SharedWG\NBPD\Silicon Avenue NVR Contract.doc 12 0 EXHIBIT B" SCOPE OF WORK Ll TITLE. NVR Installation for the Newport Beach Police Department. 2. GENERAL. The following installation description will outline the service installation to be provided by Siliconave.com, Inc. ( "SOW "). 3. OBJECTIVE. The objective of this installation is to monitor the behavior of people, objects or processes for security purposes. . 4. SPECIFIC TASKS. A. Jai! Site: a. Installation of Enclosed rack for server, backup power supply units, switches and monitor. b. Termination of coaxial (RG59) connectors for the network video surveillance camera (server section and camera equipment). C. Replacement of power supply unit for individual camera at original designated locations. d. Installation of microphone (selected camera location) at designated locations. e. Installation of LCD monitors for remote viewing at Jail site location (includes installation of LCD Wall Mount Bracket). Securing the mounting bracket to standard wall frame or masonry wall. 2. Mounting and securing the LCD TV. 3. Connecting the LCD TV to a pre- existing AC power supply using neat wire management. Power cord will not be concealed in the wall. 4. Connecting video inputs and outputs to TV. 5. Concealing cables in a standard frame wall, from the tuner source to the LCD TV. The wire may be concealed by track molding provided by Provider. 14 • • f. Configure /setup NVR recording server for motion detection and recording. g. Fine tuning individual camera for clarity to optimize in recording. h. Neatly connecting and grouping all wires and cables. B. Watch Commander's Office: a. Installation of coaxial (RG59) connectors for the video surveillance camera (server section and camera equipment). b. Installation of power supply unit for individual camera at original designated locations. c. Installation of LCD monitors for remote viewing at Watch Commander's Office location (includes installation of LCD Wall Mount Bracket). Securing the mounting bracket to standard wall frame or masonry wall. Mounting and securing the LCD TV. 3. Connecting the LCD TV to a pre- existing AC power supply using neat wire management. Power cord will not be concealed in the wall. 4. Connecting video inputs and outputs to TV. 5. Concealing cables in a standard frame wall, from the tuner source to the LCD TV. The wire may be concealed by track molding provided by Provider. d. Configure /setup NVR recording server for constant recording (two servers: interior /exterior for Police Department and inventory department. e. Fine tuning individual camera for clarity to optimize in recording. Installation /Configure of remote monitoring system for 42" LCD monitor. W-1 0 g. Neatly connecting and grouping all wires and cables. 5. REPORTING REQUIREMENTS. A final report summarizing the work performed and the results and conclusions derived shall be submitted to the City by Siliconave.com, Inc. within thirty days after the end of the contract period of performance. 6. QUALIFICATION REQUIREMENTS. The subcontractor selected for the performance of the services outlined in this SOW must have specific experience in NVR installation and configuration. 7. PLACE AND PERIOD OF PERFORMANCE, WORK DAYS AND TRAVEL. a. Place of Performance: All work will be performed at the Newport Beach Police Department Facility, located at 870 Santa Barbara Drive, Newport Beach, California. b. Period of Performance: The period of performance shall be from the effective date of the delivery order through the following (60) days. C. Work Days: An estimate of 20 working days per location on each installation. 8. SECURITY CLEARANCE. None required; the effort is unclassified. TRAINING. Training will be provided upon the completion of the performance. Training will include: basic operation of the NVR recording system and backup of existing data from storage (actual backup from existing DVD -RW device or from a DVD recorder without audio). 16 • TASK EXHIBIT "C" PAYMENT TERMS 0 A. Completion of Cabling /Conduit (Bay Shore Electric, Inc.) B. Installation of complete NVR system (Jail and Watch Commander) C. Final Acceptance by City Total Contract Value (including Taxes) 17 Total 20% 60% 20% 100% $221,130.81 0 EXHIBIT "D" 0 Police Facility NVR System Extended Warranty The extended warranties purchased by City cover all components of the police facility NVR system including, but not limited to, cabling, conduit, cameras, camera lenses, recording servers, storage servers, computer hard drives, intercom system, stand alone NVR unit, battery back ups, and the rack server cabinet. The components are covered against defect only and do not cover theft, vandalism or misuse. Cost for Additional Coverage 2nd and 3rd year: Parts and Labor (Watch Commander NVR system) $1,200.00 2nd and 3rd year: Parts and Labor (Jail NVR system) kV $2,580.00 Total $3,780.00 0 0 ACORD TM. CERTIFICATE OF LIABILITY INSURANCE DATE 9120 YYYY) PRODUCER Phme: (620) SDO -DODO Fax 620.5740BDB THIS CERTIFICATE IS ISSUED AS A MATTER OF INFORMATION NEW CENTURY INS SERVICES, INC. ONLY AND CONFERS NO RIGHTS UPON THE CERTIFICATE 16 N. 2ND ST. HOLDER. THIS CERTIFICATE DOES NOT AMEND, EXTEND OR ALHAMBRA CA 91801 ALTER THE COVERAGE AFFORDED BY THE POLICIES BELOW. e('claT LTm -1 GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR 202507900$ INSURERS AFFORDING COVERAGE NAIC # Lin: aem6es $ ,000 '100000 DAMAGE TO RENTED PREMIaEBO owwerca) INSURED INSURER A: CNA INS, COJTRANSPORTATION INS. CO. 5 10,000 INSURER B: PROGRESSIVE INSURANCE $ 11000,000 SILICON AVENUE.COM 2138 E. ORANGETHORPE AVENUE FULLERTON CA 92831 INSURER C: EMPLOYERS COMPENSATION $ 2,000,000 INSURER D: PRODUCTS- COMPIOPAGG. $ 2,000,000 INSURER E: B COVERAGES THE POLICIES OF INSURANCE LISTED BELOW HAVE BEEN ISSUED TO THE INSURED NAMED ABOVE FOR THE POLICY PERIOD INDICATED. NOTWITHSTANDING ANY REQUIREMENT, TERM OR CONDITION OF ANY CONTRACT OR OTHER DOCUMENT WITH RESPECT TO WHICH THIS CERTIFICATE MAY BE ISSUED OR MAY PERTAIN. THE INSURANCE AFFORDED BY THE POLICIES DESCRIBED HEREIN IS SUBJECT TO ALLTHE TERMS, EXCLUSIONS AND CONDITIONS OF SUCH POLICIES. AGGREGATE LIMITS SHOWN MAY HAVE BEEN REDUCED BY PAID CLAIMS. HSR LTR ADD IN TYPEOFINSURANCE POLICY NUMBER POLICY UnCTNE PAYE MlDaf! POLICY EYPIRATION OAIE MM LIMITS A e('claT LTm -1 GENERAL LIABILITY X COMMERCIAL GENERAL LIABILITY CLAIMS MADE OCCUR 202507900$ 04(01/07 04/01/08 EACH OCCURRENCE $ ,000 '100000 DAMAGE TO RENTED PREMIaEBO owwerca) S NED. EXP I" we persm) 5 10,000 PERSONAL & AOV INJURY $ 11000,000 GENERAL AGGREGATE $ 2,000,000 GEN'L AGGREGATE LIMIT APPLIES PER: POLICY P- C I JECRO T LO PRODUCTS- COMPIOPAGG. $ 2,000,000 B AUTOMOBILE UABNTY ANY AUTO ALL OWNED AUTOS SCHEDULED AUTOS HIRED AUTOS NON -OWNED AUTOS 057182080 04110107 04110108 COMBINED SINGLE LIMIT (Eaas6Oenl) S 11000,000 BODILY INJURY (Per ",,.1 S X BODILY INJURY (Per acddm1) S PROPERTY DAMAGE (Per ecdtlenl) 5 GARAGE LIABILITY ANY AUTO AUTO ONLY - EA ACCIDENT & OTHER THAN EA ACC AUTO ONLY: AGO $ S A EXCESS I UMBRELLA LIABILITY X I OCCUR CLAIMS MADE DEDUCTIBLE RETENTION S 2025079DDS 04/01107 04101108 EACH OCCURRENCE S 1,000,000 AGGREGATE $ S S $ C WORKERS COMPENSATION MD EMPLOYERS' LIABILITY ANY PROPRIETOWnARTNEMEMiCPTNE OFMCMMEMBER EXDLUDEDT If M cream unwr SPECNAPROVIBION9INl— FN03039486 10/27!0$ 10127/07 WC STATF OTHER X TORY LIMrcs E.L. EACH ACCIDENT S 1,000,ODO E.L. DISEASE-EA EMPLOYEE $ 1,ODO,00D E.L. DISEASE - POLICY LIMIT S 1,000,000 OTHER: DESCRIPTION OF OPERATIONS/LOCATIONSNEHICLES /EXCLUSIONS ADDED BY ENDORSEMENT/ SPECIAL PROVISIONS THIS CERTIFICATE IS FOR INFORMATION -ONLY PURPOSES. CERTIFICATE HOLDER CANCELLATION CITY OF NEWPORT BEACH 3300 NEWPORT BLVD SHOULD ANY OF THE ABOVE DESCRIBED POLICIES BE CANCELLED BEFORETHE EXPIRATION DATE THEREOF. THE ISSUING INSURER WILL ENDEAVOR TO MAIL SO DAYS WRITTEN NOTICE TO THE CERTIFICATE HOLDER NAMED TO THE LEFT. BUT FAILURE NEWPORT BEACH, CA 926$3 TO 00 $0 SHALL IMPOSE NO OBLIGATION OR LIABILITY OF ANY KIND UPON THE INSURER, ITS AGENTS OR REPRESENTATIVES. AUTHORt2ED REPRESENTATIVE Attention: e('claT LTm -1 ACORD 25 (2001/08) Certificate It 62016 0 ACORD CORPORATION 1988 0 0 CITY OF NEWPORT BEACH • CITY COUNCIL STAFF REPORT Agenda July 24, 2007 TO: HONORABLE MAYOR AND MEMBERS OF THE CITY COUNCIL FROM: Police Department John Klein, Chief of Police, 644 3701, JKlein @nbpd.org Steve Shulman, Lieutenant, 644 3740, SShulman @nbpd.org SUBJECT: PURCHASE OF POLICE DEPARTMENT DIGITAL VIDEO SYSTEM FOR JAIL AND POLICE FACILITY RECOMMENDATION: Authorize purchase of Police facility DVR system from existing CIP budget appropriations, Budget No. 7017- C1820819 ($222,000). 2. Remove and replace current VHS video system with a DVR recording • system. 3. Use Silicon Avenue as a single source vendor to provide the equipment and installation of the system. DISCUSSION: Background: The existing Police Department video system, including the jail video system, was installed approximately 15 years ago and has served its useful life. The system is deteriorating, as is the coaxial cabling that lies on the rooftop of the Police Department supplying exterior cameras. All future cabling must be installed in conduit as required by the Building Department. Current technology provides a significantly higher quality image and requires less physical storage space for both the equipment used to record the images as well as the media used to store the recorded data. The Digital Video Recorders (DVR) will require about a third of the physical space required to store the equipment. The stored media will be archived on hard drives rather than VHS tapes. The Police Department is required to retain recorded video of its jail facility for a period of two years, therefore storage space is critical. In the past, all video images were recorded on VHS tapes and stored in a secure room. With the proposed system, hard drives would be stored until they reach capacity. Hard drives contain a • greater number of days per drive than VHS tapes thereby requiring far less overall physical space. Jail Digital Video System July 24, 2007 Page 2 • The importance of high quality images should not be overlooked or understated. The cost savings associated with accurate and clear recordings has proven to be a wise investment in the Mobile Video System (MVS) currently used in patrol vehicles. Many costly lawsuits have been avoided through the use of clear and accurate video and audio recordings. The Police Department currently deploys 36 cameras, 24 of which serve the jail facility and 12 that serve the interior and exterior of the Police facility. The recording equipment is "time lapse" and will be set so it captures optimum quality video and audio while not using excessive hard drive space. Cabling for this system must run from the jail and all other building locations to the Watch Commander's Office. Monitors allow the Watch Commander to view ongoing activities including the "Sally Port," pre - booking of prisoners, inventory of prisoner's personal property, and activities inside cells as well as the Police facility. The current monitors in the Watch Commander's Office consist of a variety of small and large televisions for viewing with split screens that allow the Watch Commanders to view multiple locations at the same time. Monitors exist in the custody section so that Custody Officers can view all jail operations. • Additional components of the system are new video cameras, monitors, computers (CPU's), and replaceable /removable hard drives that store the video images. A challenge in locating an appropriate video system was finding a cost effective method to store digital video. Due to the length of time the Department is required to retain video images, (two years for the jail facility) the amount of storage is significant. Beginning in 2003/2004, the Department interviewed vendors for the replacement of the current jail video recording system. The Department received several quotes, most of which would have ultimately exceeded the one provided by Silicon Avenue had they been able to provide the service. None of the companies we spoke with appeared to have the expertise or experience to provide the service requested. Several of the companies for which we received quotes underestimated the total storage costs associated with archiving data. As a result, we questioned their ability to provide accurate quotes on the remaining portions of the proposal and continued to search for alternative solutions. Silicon Avenue was the only vendor the Department found that provided a system that was cost effective and had a proven level of service and experience with the type of system required in a police jail facility. Due to the nature of this project and the various solutions offered by each company, obtaining competitive bids for the identical product was problematic. With the exception of Silicon • 0 0 Jail Digital Video System • July 24, 2007 Page 3 Avenue, the companies listed below were rejected due to inadequate products or service reliability. SECURE TECHNOLOGY, INC. In 200312004, Secure Technology, Inc., provided a solution that cost approximately $179,000 for replacing the jail video system. Their proposal only included the jail facility and did not include replacing any of the cameras on the exterior of the building or cabling. It also included a monitoring station that does not satisfy the current needs of the Department. HI -TECH PROTECTION SYSTEMS In 2005, NBPD Computer Analyst, Jeff Buzzella, began contacting companies that provide digital video recording systems (DVR). Mr. Buaella met with a representative from Hi -Tech who assured him that they could modify their existing system to make it work in our environment. The company delivered a system for testing purposes but never made any modifications to meet the needs • of the Police Department. During the testing phase, the system proved to be very unstable and "crashed" repeatedly. The vendor requested we return the system and failed to make changes or enhancements in order to make the system work properly. AXIUM TECHNOLOGIES The next system that the Police Department tested was a DVR system produced by Axium Technologies. This system ran on the Linux operating system on their proprietary hardware. The system was tested in the jail and the Watch Commander's Office for over a year. During that time, we continued to test the system and make improvements. While the company had significant experience in video installations, they had not yet installed a DVR system in a jail or law enforcement environment. While Axium provided a quote in the area of $79,000, we found that their bid did not include a number of items we discovered were necessary to complete the project. During a year of testing, we were still making changes, and the system was not operating to the Departments satisfaction. The Department requested Axium remove their system NAVCO SECURITY The Department requested a bid from Navco, a company who specializes in time lapse video camera recording systems. Navco conducted a site inspection; • however, they never provided the Department with a quote. • Jail Digital Video System July 24, 2007 Page 4 • MFW TECHNOLOGIES The Department reviewed a system from MFW Technologies. They are a security system integrator and work with multiple vendors. The storage requirements for this digital system were much greater than the other systems and were cost prohibitive. After several months of conversations and meetings, the vendor called and stated that he was unable to complete our project and would need to "hand us off' to a bigger integrator. He stated he would remain the installer if we desired. We found that using multiple vendors for one project could have been problematic and did not see MFW as a viable alternative. SILICON AVENUE In 2006, the Department entered into discussions with Silicon Avenue, a technology reseller located in Fullerton, California. Silicon offered the Police Department a system that runs on the Linux platform, customized by their company. They have successfully installed and maintained a DVR system in the Fullerton Police Department jail. Their approach to storage requirements is to use. a series of hard drives that can be swapped out as they become. full. This • reduces the cost of storage as it allows the hard drives to be purchased in moderate quantities over time. As technology is improved, the capacity of the hand drives increase and the cost of each unit of storage are reduced. By using this methodology it allows the Department to purchase a complete system yet defer a portion of the cost into the future at a lower price. A site inspection of the Fullerton Police Department was conducted. The system had been installed and operating for over one year. prior to our inspection. Fullerton Police communicated that the system was operating as designed, that they installed the system on schedule, it was reasonably priced, and they would do business with this vendor in the future. SCOPE OF SILICON AVENUE PROPOSAL Silicon Avenue would be installing 24 cameras in the jail and 12 cameras on the interior and exterior of the building.. They would be replacing the 36 existing cameras and contract with Bayshore Electric to run the cabling for the entire system. Replacement monitors will be installed in both the jail and Watch Commander's Office. Equipment will be supplied that allow incidents to be recorded at a later date for investigative, claim, or court purposes. The Watch Commander has the ability to expand the size of the picture for more detailed viewing. Hard drives, capable of storing approximately six months of recorded data, will be installed with the system. There will be a back -up hard drive with • • U • 0 Jail Digital Video System July 24, 2007 Page 5 each main drive in the event a hard drive fails. A three -year warranty is included in the bid provided by Silicon Avenue. COSTS Quote # Description Expense 4511 Jail Video System '$75,128.63 4508 One Year Onsite Bimonthly Service $7,800.00 4512 Police Facility System $77,013.48 4619 Cabling $39,500.00 4507 Additional Hard Drives & Warranty $21,688.98 TOTAL: I $221,13119 -mcivaes first year warranty Environmental Review: No environmental impact. ALTERNATIVES: Due to the variety of solutions available for this project and difficulty in finding vendors who have installed equipment in a jail facility, the Department recommends a single source vendor to install and service the proposed equipment. Prepared by: Steve Shulman, Lieutenant Traffic Services Commander Attachments: Quotation #: 4511 Quotation #: 4508 Quotation #: 4512 Quotation #: 4519 Quotation M. 4507 Submitted by: OF POLICE R SILILY7M,4VE,CQM Quoted to: NEWPORT BEACH PD 870 Santa Barbara Dr. Newport Beach. CA 92660 0 2138 E. Orangethorpe Ave. Fullerton, CA 92831 Te1:714- 680 -3188 Fax:714- 680 -4988 Pagel Customer Contact Customer E-mail P:O. No. Terms Sales Rep dwhite@nbpd.org Item Description Qty Unit Price Total DIGITAL SURVEILLANCE SYSTEM FOR JAIL SITE, 24 VIDEO, 18 AUDIO CHANNEL DVR RECORDING SERVER ON 201N MONITOR MFGLNX04404 -4 ST FORCE DIGITAL SURVEILLANCE SYSTEM. 1 22,000.00 22.000.OD VIDEO AND AUDIO ON MOTION. TWO I2- CHANNEL DIGITAL VIDEO AND AUDIO RECORDING SYSTEM. DVDRW FOR COPYING IMAGES. REPLACEMENT CAMERAS & LENSES FOR EXISTING EQUIPMENT MFGVCC -6594 SANYOVCC -6594CCDCAMERA-520TVL0.3EX 24 0.00 0.00 MFGLENS.V28 -1... 2.8 -12mm VE'RI -FOCAL AUTO W.Is LENSES 24 0.00 AUDIO RECORDING ON SELECTED CAMERA LOCATION "NO RECORDING WITHIN JAIL OFFICE 020000 AUDIO SURVEILLANCE KIT PRE AMPLIFIED 18 0.00 0.00 MICROPHONE WITH AC ADAPTER VIDEO DISPLAY ON TOP OF BOOKING AREA 020000 42IN LCD VIEWSONIC 2 0.00 0.00 LCD MOUNTING BRACKETS FOR 42IN LCD LCD WALL MO... LCD WALL MOUNT 2 0.00 0.00 Subtotal Please can or email your sales rep to confirm order' Refer to Quote # at the top right. Sales lax 1 k 7.75 °( Total Thank you for the opportunity Pagel . 2138 E. Orangethorpe Ave. Campvte*rS Fullerton, CA 92831 Tel:714- 680 -3188 Fax:714- 6804988 • Quoted to: Santa Barbara Dr. pod Beach, CA 926W Quotation Date Quote # 1/23/2007 4s 11 Page 2 Customer Contact Customer E -mail P.O. No. Terms Sales Rep dwhiteOnbpd.org Item Description Qty Unit Price Total STORAGE SERVER FOR DVR 3 r& 4 (APPROX l YEAR OF VIDEO). STORAGE SIFORCE 8TB NATIVENAS STORAGE SERVER 1 13,000.00 13,000.00 006372 ADDMONAL COST PER TB (2X 500GB) STORAGE 22 500.00 11,000.00 NETWORK SWITCH TO LINK ALL DVR UNITS (UPSTAIRS WITH DOWNSTAIRS) MFGGS116NS NETGEAR 16PORT t0/I=I000MBPS SWITCH 1 220.00 220.00 RACK SERVER CABINET FOR CENTRALIZED SERVER LOCATION AWGAR2800BLK APC NETSHELTER VS 42U BLACK I 000.00 1,300.00 LABOR INSTALLATION On -Site INSTALLATION OF SERVER EQUIPMENT FOR 1 7,300.00 7,300.00 JAIL SITE'S VIDEO SERVER, MOUNT 24 CAMERAS AND TERMINATE VIDEO CONNECTIONS. INSTALL 18 MICROPHONES. INSTALL APC NETSHELTER AND MOUNT DVR SERVERS, STORAGE SERVER, NETWORK DVR SERVER TO WATCH COMMANDER. MOUNT 2 42IN LCD TV FOR DISPLAYING 24 CAMERAS, BUILD NEW INTERCOM SWITCH, INSTALL 18 MICROPHONE WITH CENTRALIZED ON/OFF SWITCH. TAG CABLE FOR AUDIO AND VIDEO. On -Site TRAINING 2 0.00 Subtotal Pkase call or email your sales rep to confirm order. Refer to Qeote # at the top right. Sales Tax (7.75%) Total juank you for we opportunity Page 2 0 LA,511JEONAVEXOM Quoted to: NEWPORT BEACH PD 870 Santa Barbara Dr. Newport Beach, CA 92660 2138 E. OrangethoJpe Ave. Fu lerton, CA 92831 Te1:714- 680 -3188 Fax:714- 680 -4988 Quotation Date Quote # 1232007 4511 7 Page 3 Customer Contact Customer E -mail P.O. No. Terms Sales Rep dwbite ®nbpd.org Item Description Qty Unit Price Total 'TWO -WAY AUDIO COMMUNICATIONS FOR SELECTED JAIL CELL MFGNESS AIRPHONE INTERCOM SYSTEM 17 CHANNEL 1 51900.00 5,900.00 OfMCOM ' MISC CUSTOM BUILT ON /OFF SWPPCH FOR l8 1 270.00 270. CHANNELMICROPHONES STAND ALONE DVR UNIT FOR VIDEO RETRIEVAL AFrEP STORAGE HAS BEEN ARCHIVED `NOT NETWORKED KVTTH TWO PORT KVM SWITCH & 20IN LCD 020000 DVRVIBWINGSTATION 1 2,000.00 2,000.00 020000 REMOTE VIEWING STATION l 700.00 700.00 BATTERY BACK UPS 009021 BELKIN BACKUPS 1501IVA STORAGE SERVER 1 250.00 250.00 009050 BEL67N 1000VA T'OWER/fIORizoNTAL tips 120V 5 200.00 1,000.00 8OUT AVR USB/SER/RJII 200K CEW CABLES MFGRG -59 -U RG59 COAXIAL CABLE 1000'90% COPPER 18 170.00 3,060.00 C13POWER 2118 POWER CABLE 18 125.00 2,250.00 *Quote amount is good durn Aug 3ist 2007. Price will not exceed quoted amount Subtotal $70,250,00 Please can or email your sales rep to coetirm order' Refer to Quote # at the top right Sales Tax .75% ) $4,878.63 Total $75,128.6 Thank you for the opportunity Page 3 0 L U s SII_I!-JMAVCjC0,1fflA- 0 Quoted to: NEWPORTBEACHPD 870 Sautes Barbara Dr. Newport Beach, CA 926W 2138 E. Orangethorpe Ave. Fullerton, CA 92831 Tel:714- 680 -3188 Fax:714 -680 -4988 Quotation •Thant you for the opportunity Total Page t Customer Contact C Customer E-mail P P.O. No. T Terms S Sales Rep dwhi"nbpd.org Item D Description Q Qty U Unit Price T Toffit DIGITAL SURVEILLANCE SYSTEM FOR WATCH COMMANDER -12 CHANNEL VIDEO DVR RECORDING SERVER ON 20" MONITOR WITH KVM SWITCH *IYEARSTORAGE *AUTO RECYCLE AFTER STORAGE REACHES ITS CAPACITY MFGLNX04404 -4 S SI -FORCE DIGITAL SURVEILLANCE SYSTEM, 12 1 1 1 17,900.00 1 17,900.00 CHANNEL DIGITAL CAPTURE. DVDRW FOR COPY IMAGES WITH 2TB NATIVE STORAGE CAPACITY REPLACEMENT CAMERAS & LENSES FOR EXISTING EQUIPMENT MFGVCC -6594 S SANYO VCC -6594 CCD CAMERA,520 TVL 03 LX 1 12 0 0.00 0 0.00 MF(TM -13 VG28... T TAMRON 2.8 -12mm FAA VARI FOCAL AND AUTO 1 12 0 0.00 0 0.00 IRIS LENS REPLACEMENT OUTDOOR ENCLOSURES FOR EXISTING HOUSING MFGPE- EH4718... P PELCO OUTDOOR ENCLOSURE 9 9 0 0.00 0 0.00 STORAGE S SIPORCE M NATIVE NAS STORAGE SERVER 1 1 1 13,000.00 1 13,000.00 006372 A ADDITIONAL COST PER TB (2X 5000B) STORAGE 3 30 5 500.00 1 15,000.00 CENIRAISZBD POWER DISTRIBUTION BOX MFGPIDB- 24VA -. A AC POWER DISTRIBUTION BOX 18 CAMERAS 0 0 -00 0 0.00 Subtotal Please call or email your sales rep m confirm order. Page t 0 /l.I�:aMAVE.CC7M Quoted to: NEWPORT BEACH PD 870 Santa Barbara Dr. Newport Beach, CA 92660 n u 2138 E. Orangethorpe Ave. Fullerton, CA 92831 I— 14- 680-3188 Fax:714- 680 -4988 Quotation Date Quote # 1/2312007 4512 Page 2 Customer Contact Customer E-mail P.O. No. Terms Sales Rep dwhiteC obpd.org Item Description Qty unit Price Total 020000 42" LCD DISPLAY (VIEWSONIC) 2 0.00 001060 REMOTE WORKSTATION FOR VIEWING JAI, AND 2 700.00 1,400.00 BUILDING ' DVR RECORDING SERVER (PROPERTY) *24 X 7 FOR 1 YEAR MFGLNX04404 -4 SI -FORCE DIGITAL SURVEILLANCE SYSTEM, 1 4,000.00 4,000.00 4CHANNEL DIGITAL CAPTURE, DVDRW FOR COPY IMAGES STORAGE SERVER FOR (PROPERTY) DVR 2 (1 YEAR STORAGE) STORAGE SIFORCE 8TH NATIVE STORAGE SERVER 1 13,000.00 13,000.00 BATTERY BACK UPS 009021 BELKIN BACKUPS 1500YA ( STORAGE SERVER) 1 250.00 250.00 009050 BBLKIN 1000VATOWERMORIZONTALUPS 120V 3 200.00 600.00 BOUT AVRUSB/SER/RJ11200KCEW LABOR Subtotal Please call or email your sales rep to confirm order. Refer to Quote # at the top right. Sales Tax (7.755 %) Tnta Thank you for the opportunity Page 2 • • 0 S1t.I OfVAVE,COM Mmm W9_ ww'-j -7 13 2-71 71 Quoted to: NEWPORT BEACH PD 870 Santa Barbara Dr. Newport Beach, CA 92660 0 2138 E. Orangethorpe Ave. Fullerton, CA 92831 1- 1:714- 680 -3188 Fax:714- 680 -4988 Quotation Date Quote # 1(L3/2007 a512 •Thant` you for the opportunity Total 577,013.48 Page 3 Customer Contact C Customer E -mail P P.O. No. T Terms S Safes Rep dwhita@nbpd.org Item D Description Q Qty U Unit Price T Total On -Site I INSTALLATION FOR SERVER EQUIPMENT, 1 1 3 3,000.00 3 3,000.00 INSTALL 9 OUTDOOR CAMERA AND HOUSING, REPLACE ALL POWER ADAPTER, INSTALL 3 INDOOR CAMERA AND POWER ADAPTER,INSTALL 42" LCD TV, CONNECT REMOTE WORK STATION. CABLE TAG FOR AUDIO AND VIDEO. On -Site Service O ON SITE TRAINING 2 2 0 0.00 0 0.00 CABLES MFGRG -59 -U R RG59 COAXIAL CABLE 1000'90% COPPER 1 12 1 170.00 2 2,040.00 CBPOWER 2 2118 POWER CABLE 1000' 1 12 1 125.00 1 1,500.00 'Quote amount is good thru Aug 31st 2007. Price will not exceed quoted amount Subtotal 571,690.00 Please call or email your sales rep to con6rrn order. S Sales Tax (7.75 %) $5.323.48 Page 3 0 SILICONAVE.COM if Quoted to: NEWPORT BEACH PD 870 Santa Barbara Dr. Newport Beach, CA 92660 u 2138 E. Orangethorpe Ave. Fullerton, CA 92831 Tel:714 -680 -3188 Fax:714 -680 -4988 Quotation Customer Contact Customer E -mail P.O. No. Terms Sales Rep dwhiteglnbpd.org Item Description Qty Unit Price Total On•Site ON-SITE LABOR FOR CABLE INSTALLATION AND 11 39,500,001 39,500.00 ( BASED ON QUOTE FROM BAY SHORE) *(29) 3J4 "PIPES FROM MONITOR LOCATIONS TO CAMERAS (GARAGE PROPERTY, FRONT LOBBY AND STAIRS ALL GO BACK TO W.C. *(J) CAMERAS ON ROOF PIPED IN RIGID TO WATCH COMMANDER *(4) E POWER CIRCUITS FOR SYSTEMS IN JAIL *INSTALL ACCESS DOOR IN JAIL CEILING FOR INSTALLATION OF RACKING FOR PIPES *OPEN BACK SIDE OF THE WALL THAT CONTAINS THE MONITORS TO INSTALL PIPES AND REPAIR THE WALL *PULL IN RG59 WITH AUDIO CABLE IN SAME CONDUIT AS POWER TO ALL LOCATIONS *(2) 42" LCD AND (1)19" LCD I W.C. *ADD E POWER TO FEED (3) RECEPTACLES FOR LCD MONITORS ABOVE WINDOWS IN W.C. *(4) RECEPTACLES AT EXISTING MONITORS IN W.C. NWC FEED FROM B POWER *(L) 42" LCD'S IN JAIL, ADD E POWER FOR BANGING MONITORS BY WINDOWS (2" PIPE FRO MONITOR TO WINDOW) *(6) CAT5E DOWN TO JAIL WITH CONDUIT. *PLEASE SEE ATTACH DIAGRAM FOR FULL Please call or email your sales rep to confirm order. Refer to Quote # at the top right '[hank you for the opportunity Page t Subtotal Sales Tax (7.75%) Total 9 0 • 2138 E. Orangethorpe Ave. Compute rs Ftillerton, CA 92831 Tel:714- 680 -3188 Fax:714- 6804988 • E Quoted to: NEWPORT BEACH PD 870 Santa Barbara Dr. Newport Beach, CA 92660 Quotation Date Guote tt 21&2007 4619 Page 2 Customer Contact Customer E -mail P -O, No. Terms Sales Rep dwhite@nbpd.org Item Description Qty Unit Price Total *SRJCONAVE.COM WILL PROVIDE ALL CABLING MATERIAL *BAYSHORB WELL BE THE CONTRACTED VENDOR FOR ALL UPGRADE AND MODIFICATION FOR BUILDING STRUCTURE. *Quote amount is good duv Aug 31st 2007. Price will not exceed quoted amount Subtotal $39,500.00 Please call or email your sales rep to contiru order. Refer to Quote d at the top right. Sales Tax (7.75 °k) $0.00 Total $39,500.00 Thank you for the opportunity Page 2 0 SfLIEONAVE OM Quoted to: NEWPORTBEACH PD 870 Santa Barbara Dr. Newport Beach, CA 92660 9 2138 E. Orangethorpe Ave. Fullerton, CA 92831 Te1:714- 680 -3188 Fax:714 -680 -4988 Quotation . . =Date _ .. Page 2 Customer Contact Customer E-mail P.O. No. Terms Sales Rep dwbite @nbpd.og Item Description Qty Unit Price Total 2ND & 3RD YR ... 2ND YR EXTENDED PARTS WARRANTY (WATCH l 600.00 600.00 COMMANDER) 2ND & 3RD YR ... 2ND YR EXTENDED PARTS WARRANTY (JAIL 1 1,290.00 (,290.00 SITE) ADDITIONAL STORAGE FOR ONE YEAR (ESTIMATE ONLY) 006372 ADDITIONAL COST PER TB (2 x 500GB) STORAGE 22 500.00 11,000.00 (JAIL SITE) "Quote amount is good tut Aug 3 tat 1.007. Puce will not exceed quoted amount Subtotal $20,690.00 Please call or email your sales rep to confirm order. Refer to Quote # at the top right. Sales Tax (7.75%) $998.98 Total $z1,688.98 Tbank you for the opportunity Page 2 r 1 U 1I ,, u r1 LI 9 -- -rr-'�1 a a Quoted to: NPORT BEACH PD Santa Barbara Dr. port Beach, CA 92660 0 2138 E. Orangethorpe Ave. Fullerton, CA 92831 Te1:714 -680 -3188 Fax:714- 680 -4988 Quotation Date V23l2007 Customer Contact Customer E -mail P.O. No. Terms Sales Rep dwhitz@nbpd.org Item Description Oty Unit Price Total On -Site MONTHLY SERVICE CONTRACT- lst Year 12 650.00 7,800.00 SEdCONAVB WILL PERFORM THE FOLLOWING TASKS TWICE MONTHLY: "Service on 4 DVR systems(two in watch commander's of oc, two in )ail site) * Replace filled video data drive at half of capacity of totat storage when needed. * Check archive drive for integrity of recording. * Label archived drive for stmage(customer provide labels). * Re n fialize new mirror drives. * Format spare duplicates of archive drives for future rotation. • Check battery backup status. • Check camera lenses -clean and adjust where applicable • Repair Surveillance system when needed(paris not included after wammty expired) . * E-mail check list to NBPD assigned e-mail address *Siliconave service Technician will be on call 90 NBD, after hours available where applicable at no additional charge. Siliconave.com is not response for system failure, drives failure, and lost of data Terms is Net -30 *Quote amount is good thru Aug 31st 2007. Price will not exceed quoted amount Subtotal $7,800.00 Please call or email your sales rep to confirm order. Refer to Quote p at the top right Sales Tax (7.75 %) $0.00 Total $7,800.00 Thank you for the opportunity