Loading...
HomeMy WebLinkAboutCapture Technologies Inc; 2014-12-19;AGREEMENT FOR POLICE CALL RECORDING SYSTEM CAPTURE TECHNOLOGIES, INC. THIS AGREEMENT is made and entered into as ofthe day of r)e.c:<^rv\hcv • 20/^. by and between the CITY OF CARLSBAD, a municipal corporation, ("City"), and Capture Technologies Inc. a California Corporation, ("Contractor"). RECITALS A. City requires the professional services of a Contractor that is experienced in installation and maintenance of police call recording systems. B. Contractor has the necessary experience in providing professional services and advice related to police call recording systems. C. City purchased the Verint Audiolog Police Call Recording System in 2010 from Capture Technologies. D. City now needs to upgrade the operating system of the Verint Audiolog Call Recorder System due to the retirement of Windows server 2003. E. City requires maintenance sevices on the new upgraded Verint Audiolog Call Recorder System. F. Contractor has submitted a proposal to City and has affirmed its willingness and ability to perform such work; and NOW, THEREFORE, in consideration of these recitals and the mutual covenants contained herein. City and Contractor agree as follows: 1. SCOPE OF WORK City retains Contractor to perform, and Contractor agrees to render, those services (the "Services") and equipment that are defined in attached Exhibit "A" and Exhibit "B", which are incorporated by this reference in accordance with this Agreement's terms and conditions. 2. STANDARD OF PERFORMANCE While performing the Services, Contractor will exercise the reasonable professional care and skill customarily exercised by reputable members of Contractor's profession practicing in the Metropolitan Southern California Area, and will use reasonable diligence and best judgment while exercising its professional skill and expertise. 3. TERM The term of this Agreement will be effective for a period of three (3) years from the date first above written. The City Manager may amend the Agreement to extend it for two (2) additional one (1) year periods. Extensions will be based upon a satisfactory review of Contractor's performance, City needs, and appropriation of funds by the City Council. The parties will prepare a written amendment indicating the effective date and length of the extended Agreement. 4. TIME IS OF THE ESSENCE Time is of the essence for each and every provision of this Agreement. 5. COMPENSATION City Attorney Approved Version 1/30/13 The total fee payable for ail Services and Equipment provided under this Agreement shall not exceed twenty three thousand nine hundred and five dollars and seventy eight cents ($23,905.78). The total fee payable forthe Services to be performed and the equipment provided during the upgrade of the police call recording system as defined in Exhibit A shall not exceed eight thousand one hundred and forty three dollars and twenty eight cents ($8,143.28). The total fee payable for the Services to be performed for the maintenance of the police call recording system as defined in Exhibit B shall not exceed fifteen thousand seven hundred and sixty two dollars and fifty cents ($15,762.50). No other compensation for the Services will be allowed except for items covered by subsequent amendments to this Agreement. Incremental payments, if applicable, should be made as outlined in attached Exhibit "A" and Exhibit "B". 6. STATUS OF CONTRACTOR Contractor will perform the Services in Contractor's own way as an independent contractor and in pursuit of Contractor's independent calling, and not as an employee of City. Contractor will be under control of City only as to the result to be accomplished, but will consult with City as necessary. The persons used by Contractor to provide services under this Agreement will not be considered employees of City for any purposes. Prior to being allowed to perform any work on this project, all non-city personnel assigned to the project who have not already been through a Carlsbad Police background, must submit to and pass a background check conducted by the Carlsbad Police Department. In addition, if, at any time, the City determines an individual is not able to effectively perform the services required by this Agreement, the City will notify and discuss the matter with the Contractor in an attempt to reach a mutual resolution. However, at the City's request, the Contractor will immediately remove the individual fi-om the project and replace the person with another qualified person who has been or will complete the Carlsbad Police background. Further, in the event that a non-City person assigned to this Project by Contractor is arrested for any reason. Contractor shall immediately notify the City of this event and City reserves the right to have Contractor remove said person from this Project The payment made to Contractor pursuant to the Agreement will be the full and complete compensation to which Contractor is entitled. City will not make any federal or state tax withholdings on behatf of Contractor or its agents, employees or subcontractors. City will not be required to pay any workers' compensation insurance or unemployment contributions on behalf of Contractor or its employees or subcontractors. Contractor agrees to indemnify City within thirty (30) days for any tax, retirement contribution, social security, overtime payment, unemployment payment or workers' compensation payment which City may be required to make on behalf of Contractor or any agent, employee, or subcontractor of Contractor for work done under this Agreement. At the City's election. City may deduct the indemnification amount from any balance owing to Contractor. 7. SUBCONTRACTING Contractor will not subcontract any portion of the Sen/ices without prior written approval of City. If Contractor subcontracts any of the Sen/ices, Contractor will be fully responsible to City for the acts and omissions of Contractor's subcontractor and ofthe persons either directly or indirectly employed by the subcontractor, as Contractor is for the acts and omissions of persons directly employed by Contractor. Nothing contained in this Agreement will create any contractual City Attorney Approved Version 1/30/13 relationship between any subcontractor of Contractor and City. Contractor will be responsible for payment of subcontractors. Contractor will bind every subcontractor and every subcontractor of a subcontractor by the terms of this Agreement applicable to Contractor's work unless specifically noted to the contrary in the subcontract and approved in writing by City. 8. OTHER CONTRACTORS The City resen/es the right to employ other Contractors in connection with the Sen/ices. 9. INDEMNIFICATION Contractor agrees to indemnify and hold harmless the City and its officers, officials, employees and volunteers from and against all claims, damages, losses and expenses including attorneys' fees arising out of the performance of the work described herein caused by any negligence, recklessness, or willful misconduct of the Contractor, any subcontractor, anyone directly or indirectly employed by any of them or anyone for whose acts any of them may be liable. The parties expressly agree that any payment, attorney's fee, costs or expense City incurs or makes to or on behalf of an injured employee under the City's self-administered workers' compensation is included as a loss, expense or cost for the purposes of this section, and that this section will survive the expiration or early termination ofthis Agreement 10. INSURANCE Contractor will obtain and maintain for the duration of the Agreement and any and all amendments, insurance against claims for injuries to persons or damage to property which may arise out of or in connection with performance of the sen/ices by Contractor or Contractor's agents, representatives, employees or subcontractors. The insurance will be obtained from an insurance carrier admitted and authorized to do business in the State of California. The insurance carrier is required to have a current Best's Key Rating of not less than "A-:VII". OR with a surplus line insurer on the State of California's List of Eligible Surplus Line Insurers (LESLI) with a rating in the latest Besfs Key Rating Guide of at least "A:X". 10.1 Coveraaes and Limits. Contractor will maintain the types of coverages and minimum limits indicated below, unless Risk Manager or City Manager approves a lower amount. These minimum amounts of coverage will not constitute any limitations or cap on Contractor's indemnification obligations under this Agreement. City, its officers, agents and employees make no representation that the limits ofthe insurance specified to be carried by Contractor pursuant to this Agreement are adequate to protect Contractor. If Contractor believes that any required insurance coverage is inadequate. Contractor will obtain such additional insurance coverage, as Contractor deems adequate, at Contractor's sole expense. 10.1.1 Commercial General Liabilitv Insurance. $1,000,000 combined single-limit per occurrence for bodily injury, personal injury and property damage. If the submitted policies contain aggregate limits, general aggregate limits will apply separately to the work under this Agreement or the general aggregate will be twice the required per occurrence limit. 10.1.2 Automobile Liabilitv. (if the use of an automobile is involved for Contractor's work for City). $1,000,000 combined single-limit per accident for bodily injury and property damage. City Attorney Approved Version 1/30/13 10.1.3 Workers' Compensation and Emplover's Liabilitv. Workers' Compensation limits as required by the California Labor Code. Workers' Compensation will not be required if Contractor has no employees and provides, to City's satisfaction, a declaration stating this. 10.1.4 Professional Liability. Errors and omissions liability appropriate to Contractor's profession with limits of not less than $1,000,000 per claim. Coverage must be maintained for a period of five years following the date of completion ofthe work. I I If box is checked. Professional Liabiity City's Initials Contractor's Initials Insurance requirement is waived. 10.2. Additional Provisions. Contractor will ensure that the policies of insurance required under this Agreement contain, or are endorsed to contain, the following provisions: 10.2.1 The City will be named as an additional insured on Commercial General Liability which shall provide primary coverage to the City. 10.2.2 Contractor will obtain occurrence coverage, excluding Professional Liability, which will be written as claims-made coverage. 10.2.3 This insurance will be in force during the life of the Agreement and any extensions of it and will not be canceled without thirty (30) days prior written notice to City sent by certified mail pursuant to the Notice provisions ofthis Agreement. 10.3 Providing Certificates of Insurance and Endorsements. Prior to City's execution of this Agreement, Contractor will furnish certificates of insurance and endorsements to City. 10.4 Failure to Maintain Coverage. If Contractor fails to maintain any of these insurance coverages, then City will have the option to declare Contractor in breach, or may purchase replacement insurance or pay the premiums that are due on existing policies in orderto maintain the required coverages. Contractor is responsible for any payments made by City to obtain or maintain insurance and City may collect these payments from Contractor or deduct the amount paid from any sums due Contractor under this Agreement. 10.5 Submission of Insurance Policies. City reserves the right to require, at anytime, complete and certified copies of any or all required insurance policies and endorsements. 11. BUSINESS LICENSE Contractor will obtain and maintain a City of Carlsbad Business License for the term of the Agreement, as may be amended fi-om time-to-time. 12. WARRANTIES 12.1 Warrantv Period. The warranty period on all Contractor installed computer software and hardware is for one year following the date the City accepts the system as complete and authorizes final payment to Contractor. 12.2 Svstem Warrantv. Contractor warrants that the upgraded Police Call Recorder System will meet the requirements as defined in this Agreement the proposal submitted by Contractor and the final documentation for the Police Call Recorder system. Contractor warrants that for City Attorney Approved Version 1/30/13 the warranty period and for as long as there is an agreement in effect between the parties, the Police Call Recorder system will be free from defects in material and workmanship and remain in good working order. 12.3 Eguipment Warrantv. Contractor warrants that at the time of delivery, all installed equipment listed in Section 1 of Exhibit A and any other piece of equipment or computer hardware or general component hardware installed as part ofthe Police Call Recorder System will be new and unused, will be free from defects in materials and workmanship and will remain in good working order during the Warranty period. 12.4 Software Warranty. Contractor agrees that during the warranty period and as long as there is a maintenance agreement between the parties. Contractor will provide the City with any updates to the application software and any related documentation at no additional charge. 12.5 Work Qualitv Warranty. Contractor warrants that all work performed by Contractor under this agreement will confirm to best industry practices and will be performed in a professional and workmanlike manner by staff with the necessary skills, experience and knowledge to do so. 12.6 Warranty of Title and Non-infringement. Contractor warrants that is has good title to all Contractor application software("Software") provided under this Agreement and the right to license its use to the City free of any proprietary rights of any other party or any other encumbrance whatsoever. Contractor shall indemnify, hold harmless, and defend the City from any liability for damage, costs, or other loss incurred bythe City in connection with any claim that the Software or the City's use thereof under this agreement violates the trade secret, trademark, copyright, patent, or other proprietary right of any other party; provided, however, that City has given Contractor prompt written notice of any such claim and Contractor shall not admit liability on behalf of the City. Should the Software become the subject of a claim of infringement of a trade secret, trademark, copyright or patent, the City may, at is option and expense either (1) procure for the City the right to continue to use the Software as contemplated in this agreement, or (2) replace or modify the Software and/or modify its use to make its use under this agreement non-infringing. Contractor agrees that the City's remedy here under shall not be limited to this corrective action. 12.7 Sen/ice Warranty. Contractor warrants that it will remedy any failure, malfunction, defect or nonconfomnity in the Police Call Recorder system as specified in Exhibit B, Scope of Services - Maintenance. 12.8 The provisions of the foregoing warranties are in lieu of any other warranty, whether express or implied, written or oral (including any warranty of merchantability or fitness for a particular purpose). The foregoing warranties extend to the City only and shall not be applicable to any other person or entity. 14. ACCOUNTING RECORDS Contractor will maintain complete and accurate records with respect to costs incurred under this Agreement. All records will be clearly identifiable. Contractor will allow a representative of City during normal business hours to examine, audit and make transcripts or copies of records and any other documents created pursuant to this Agreement. Contractor will allow inspection of all work, data, documents, proceedings, and activities related to the Agreement for a period of three (3) years from the date of final payment under this Agreement City Attorney Approved Version 1/30/13 15. OWNERSHIP OF DOCUMENTS All work product produced by Contractor or its agents, employees, and subcontractors pursuant to this Agreement is the property of City. In the event this Agreement is terminated, all work product produced by Contractor or its agents, employees and subcontractors pursuant to this Agreement will be delivered at once to City. Contractor will have the right to make one (1) copy of the work product for Contractor's records. 16. COPYRIGHTS Contractor agrees that all copyrights that arise from the sen/ices will be vested in City and Contractor relinquishes all claims to the copyrights in favor of City. 17. NOTICES The name of the persons who are authorized to give written notices or to receive written notice on behalf of City and on behalf of Contractor under this Agreement. City Attorney Approved Version 1/30/13 For Citv: Name Maria Callander Title Public Safety Technology Manager Department Police Department City of Carlsbad Address 2560 Orion Wav Carlsbad. CA 92010 Phone No. 760-931-2176 City Attorney Approved Version #05.06.08 For Contractor: Name Chris Williams Title Capture Technologies. Inc. Address 3575 Alameda Ave Oakland. CA 94601 Phone No. 800-544-5050 x 179 Each party will notify the other immediately of any changes of address that would require any notice or delivery to be directed to another address. 18. CONFLICT OF INTEREST Contractor shall file a Conflict of Interest Statement with the City Clerk in accordance with the requirements of the City of Carlsbad Conflict of Interest Code. The Contractor shall report investments or interests in all four categories. 19. GENERAL COMPLIANCE WITH LAWS Contractor will keep fully informed of federal, state and local laws and ordinances and regulations which in any manner affect those employed by Contractor, or in any way affect the performance of the Sen/ices by Contractor. Contractor will at ali times obsen/e and comply with these laws, ordinances, and regulations and will be responsible for the compliance of Contractor's sen/ices with all applicable laws, ordinances and regulations. Contractor will be aware of the requirements of the Immigration Reform and Control Act of 1986 and will comply with those requirements, including, but not limited to, verifying the eligibility for employment of all agents, employees, subcontractors and consultants whose sen/ices are required bythis Agreement. 20. DISCRIMINATION AND HARASSMENT PROHIBITED Contractor will comply with all applicable local, state and federal laws and regulations prohibiting discrimination and harassment 21. DISPUTE RESOLUTION If a dispute should arise regarding the performance of the Services the following procedure will be used to resolve any questions of fact or interpretation not othenwise settled by agreement between the parties. Representatives of Contractor or City will reduce such questions, and their respective views, to writing. A copy of such documented dispute will be fonwarded to both parties involved along with recommended methods of resolution, which would be of benefit to both parties. The representative receiving the letter will reply to the letter along with a recommended method of resolution within ten (10) business days. Ifthe resolution thus obtained is unsatisfactory to the aggrieved party, a letter outlining the disputes will be fonwarded to the City Manager. The City Manager will consider the facts and solutions recommended by each party and may then opt to direct a solution to the problem. In such cases, the action of the City Manager will be binding upon the parties involved, although nothing in this procedure will prohibit the parties from seeking remedies available to them at law. City Attomey Approved Version #05.06.08 22. TERMINATION In the event of the Contractor's failure to prosecute, deliver, or perform the Services, City may terminate this Agreement for nonperformance by notifying Contractor by certified mail of the termination. If City decides to abandon or indefinitely postpone the work or services contemplated by this Agreement, City may tenninate this Agreement upon written notice to Contractor. Upon notification of termination, Contractor has five (5) business days to deliver any documents owned by City and all work in progress to City address contained in this Agreement. City will make a determination of fact based upon the work product delivered to City and ofthe percentage ofwork that Contractor has performed which is usable and of worth to City in having the Agreement completed. Based upon that finding City will determine the final payment ofthe Agreement. Either party upon tendering thirty (30) days written notice to the other party may terminate this Agreement. In this event and upon request of City, Contractor will assemble the work product and put it in order for proper filing and closing and deliver it to City. Contractor will be paid for work performed to the termination date; however, the total will not exceed the lump sum fee payable under this Agreement. City will make the final determination as to the portions of tasks completed and the compensation to be made. 23. COVENANTS AGAINST CONTINGENT FEES Contractor warrants that Contractor has not employed or retained any company or person, other than a bona fide employee working for Contractor, to solicit or secure this Agreement, and that Contractor has not paid or agreed to pay any company or person, other than a bona fide employee, any fee, commission, percentage, brokerage fee, gift, or any other consideration contingent upon, or resulting from, the award or making of this Agreement. For breach or violation of this warranty. City will have the right to annul this Agreement without liability, or, in its discretion, to deduct from the Agreement price or consideration, or otherwise recover, the full amount of the fee, commission, percentage, brokerage fees, gift, or contingent fee. 24. CLAIMS AND LAWSUITS By signing this Agreement, Contractor agrees that any Agreement claim submitted to City must be asserted as part of the Agreement process as set forth in this Agreement and not in anticipation of litigation or in conjunction with litigation. Contractor acknowledges that if a false claim is submitted to City, it may be considered fraud and Contractor may be subject to criminal prosecution. Contractor acknowledges that California Government Code sections 12650 et seg.. the False Claims Act applies to this Agreement and, provides for civil penalties where a person knowingly submits a false claim to a public entity. These provisions include false claims made with deliberate ignorance of the false information or in reckless disregard of the truth or falsity of information. If City seeks to recover penalties pursuant to the False Claims Act, it is entitled to recover its litigation costs, including attorney's fees. Contractor acknowledges that the filing of a false claim may subject Contractor to an administrative debarment proceeding as the result of which Contractor may be prevented to act as a Contractor on any public work or improvement for a period of up to five (5) years. Contractor acknowledges debarment by another jurisdiction is grounds for City to terminate this Agreement. 25. JURISDICTIONS AND VENUE Any action at law or in equity brought by either of the parties for the purpose of enforcing a right or rights provided for by this Agreement will be tried in a court of competent jurisdiction in the County of San Diego, State of California, and the parties waive all provisions of law providing for a change of venue in these proceedings to any other county. 26. SUCCESSORS AND ASSIGNS City Attomey Approved Version #05.06.08 It is mutually understood and agreed that this Agreement will be binding upon City and Contractor and their respective successors. Neither this Agreement nor any part of it nor any monies due or to become due under it may be assigned by Contractor without the prior consent of City, which shall not be unreasonably withheld. 27. ENTIRE AGREEMENT This Agreement, together with any other written document referred to or contemplated by it, along with the purchase order for this Agreement and its provisions, embody the entire Agreement and understanding between the parties relating to the subject matter of it. In case of conflict, the terms of the Agreement supersede the purchase order. Neither this Agreement nor any of its provisions may be amended, modified, waived or discharged except in a writing signed by both parties. 28. AUTHORITY The individuals executing this Agreement and the instruments referenced in it on behalf of Contractor each represent and warrant that they have the legal power, right and actual authority to bind Contractor to the terms and conditions of this Agreement. CONTRACTOR ^'''Q.fi 3>AA I (sign here) John H Babin / President (print name/title) >ign/iere) 3hnily Sitchon / Treasurer CITY OF CARLSBAD, a municipal corporation of the State of California City Manager or Mayor or Division Director as authorized by the City Manager Gary Morrison ATTEST: BARBARA ENGLESON City Clerk (print name/title) If required by City, proper notarial acknowledgment of execution by contractor must be attached. If a corporation. Agreement must be signed by one corporate officer from each of the following two groups. Group A Chairman, President, or Vice-President Group B Secretary, Assistant Secretary, CFO or Assistant Treasurer Otherwise, the corporation must attach a resolution certified by the secretary or assistant secretary under corporate seal empowering the officer(s) signing to bind the corporation. 10 City Attorney Approved Version #05.06.08 APPROVED AS TO FORM: CELIA A. BREWER, City Attorney BY: ^kS^slbnt City Attorney City Attomey Approved Version #05.06.08 11 EXHIBIT "A" SCOPE OF SERVICES - INSTALLATION Section 1: Equipment and Services List Contractor will provide all necessary equipment and sen/ices for the upgrade of the Verint police call recording system, including but not limited to all equipment listed below. Vendor will ship the equipment to the City. City will receive equipment according to the vendor instructions. Receipt of equipment does not constitute acceptance for purposes of this Agreement. All travel expenses are included in cost of sen/ices under exhibit A. Description Part ID Cost Hardware/Software 4u RACK MOUNT-WIN2008 R2-lncludes embedded intel@E6500 (Dual Core; 2m Cache, 2.93 GHz, 1066MHz FSB)-Standard: 3 x Hot-Swap 500 GB 7200 RPM ES SATA (RAIDS, 1TB total storage) -4GB RAM-WIN2008-lntegrated on -board Dual Intel PCI-e Gigabite LAN-Redundant Hot- Swap SOOW (1+1) Redundant AC-DC high efficiency PS with PFC 100 - 240v, 50-60HZ, 10-4 Ampere C89-170-3601 $5341.00 Existing VERINT Audiolog Recording Server C89-170-3002 Trade in Hardware (minus call database) 8 channel digital station tap base card with 8 channel licenses C89-170-0013 Transfer to new server -No Charge 8 channel analog card with 8 channel licenses C89-170-0010 Transfer to new server - No Charge 24 channel analog card with 24 channel licenses C89-170-0012 Transfer to new server -No Charge 32 input card for detection of dry contact closure card and cables C89-170-0071 Transfer to new server -No Charge Audiolog/Verint Screen Recording-Server Module (up to 10 seat positions) C89-170-0192 Transfer to new server - No Charge Audiolog LICENSING DONGLE-Compliance Software Complete Playback, NAS, ANI/ALI, Bundle Licensing-PSAP Package Site Licensing for Audiolog Remote Playback Client (ALRC)++ C89-170-3085 Transfer to New Server- No Charge 12 City Attomey Approved Version #05.06.08 *Site License for Audiolog Remote Monitoring Client Loaner call recorder equipment for 911 trunks only No Charge Subtotal - Equipment and Licensing $5341.00 Services System Installation $2250.00 Subtotal - Services $2250.00 Subtotal - Equipment, Licensing and Services $7591.00 Shipping $125.00 Taxes @ 8% $427.28 Total - Equipment, Licensing and Services $8,143.28 Contractor TIN# 94-26-60822 GSA# GS-35F-0661T CMAS# 3-08-70-1799C Section 2: City Software/Hardware installation requirements The upgraded police call recording system will provbe at a minimum 365 days of storage. Data over 365 days will be archived on the Safety Center Compellent SAN. The provided sen/er will be joined to the Carlsbad domain and undergo security review befbre and after installation of application. It is expected that all police call recording system components will function correctly with all current patches and standard security protocols such as Antivirus, and all appropriate Microsoft updates. Contractor is responsible for installing all software necessary for the police call recording system, including but not limited to the server application, the client application and performing whatever configuration of those is necessary. Contractor understands and agrees that the police call recording system will currently interface and record phone conversations from a NEAX 2400. 13 City Attomey Approved Version #05.06.08 Section 3: Hardware Component Installation Contractor is responsible for installing all hardware including but not limited to all hardware listed in Section 1. Installation will be supervised by City staff. Section 4: Planned upgrade to City of Carlsbad Phone System Contractor acknowledges that the City plans to upgrade the city phone system to a VoIP system in the near future and warrants that the call recorder as installed will be able to continue to record phone traffic with no additional hardware or software required. Section 5: Project Plan Taskl: Initial walkthrough Contractor and City staff will inspect the Safety Center computer room to verify placement of all new upgraded call recording equipment to be installed and document any cabling necessary for the installation. Task 2: Wiring, cabling and power installation City will provide and install 1. 4U of space in a City-provided rack 2. Power outlets for sen/er. 3. Any Motorola radio equipment necessary for recording radio conversations 4. Testing & troubleshooting of audio presented to and before the "left" side of the 66 block- confirming audio is present Contractor will install any and all wiring and cabling identified in Task 1. Installation will be supen/ised by City staff. Task 3: Call recorder eguipment installation Contractor will install all equipment listed in Section 1. Installation will be supen/ised by City staff. To eliminate downtime, contractor agrees to provide temporary recording system to capture and record 911 trunks only during the course ofthe installation. Task 4: Software installation and configuration Contractor will install the sen/er operating system and call recording application. City and Contractor will configure the call recording application. Contractor will provide full documentation in electronic format for all hardware and software installed. Task 5: Preliminary review and testing Contractor and City staff will test all channels for proper recording, volume and contact closure. Application functionality will also be tested against the documentation provided. All variances will be noted and then remedied by the Contractor. Task 6: Training Contractor will provide any training necessary onsite for system administrators who manage the system and users who use the system. City understands that the software application will not change and minimal training will be necessary. Contractor and City will determine a mutually agreeable time and date for training. City Attorney Approved Version #05.06.08 14 Task 7: Production Once all variances identified in Task 5 have been remedied by Contractor, City and contractor will configure current client software on police workstations to talk to the new call recorder and confirm connectivity and functionality. Once complete. Contractor will uninstall loaner and move 911 trunks to new recorder. City and Contractor will test recording of 911 trunks on new recorder. Once all functionality has been confirmed. City will commence use of system. Task 8: Final Acceptance City will use the system for thirty (30) calendar days. If no major failures have occurred. City will accept the project as complete. If major failures occur during this 30 day period, then Contractor will remedy the system and a new thirty calendar day period will commence. City resen/es the right to determine what constitutes a major failure. Section 10: Incremental Payments Upon Payment Payment Completion Percentage Amount 1 Upon receipt of hardware 20% $1628.66 2 Production cutover 60% $4885.97 3 Final Acceptance 20% $1628.65 $8,143.28 15 City Attomey Approved Version #05.06.08 EXHIBIT "B" SCOPE OF SERVICES - MAINTENANCE Section 1: Maintenance Services Contractor will provide all necessary equipment and sen/ices in order to maintain the police call recording system installed as defined in Exhibit A to this Agreement in complete working order as further described belcw. Following acceptance of all police call recording system hardware and software listed in Section 1 of Exhibit A and thereafter for a period of thirty-six (36) months. Contractor will remedy any failure, malfunction, defect or nonconfomnity as follows: a. All labor and parts necessary for remedy will be provided at no charge to the City. b. Contractor will provide loaner equipment if necessary. 0. Contractor will respond to requests for sen/ice as follows: o By phone within 30 minutes of receiving notice of any system malfunction or failure. o Onsite if necessary within 4 hours of receiving notice of any system malfunction or failure, o Maintenance and repairs that are not of a critical nature may be scheduled at a later date and time by mutual agreement d. Contractor will provide all revisions to current software as required by manufacturer for continued operation. e. Sen/ice is provided twenty-four hours per day, seven days per week. Section 2: Payments Subject to appropriation of funds by the City Council, payment for maintenance sen/ices will be paid as follows: Payable annually at the beginning of each sen/ice year for each year of maintenance up to three years: • $4150.00 for first year of maintenance sen/ices • $850.00 for first year of 2"" Tier Manufacturer Software Maintenance • Maintenance sen/ices will not increase more than five percent (5%) per year. • Contractor agrees to continue providing maintenance sen/ices on current call recorder until the new recorder is installed and in production. • Any money paid for future maintenance sen/ices on the replaced call recorder will be applied toward the payment for the first year of maintenance on the new maintenance contract. City Attorney Approved Version #05.06.08 16