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