HomeMy WebLinkAboutAgenda Report - October 4, 2017 C-04TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C-4
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Service
Agreement with Quest Media and Supply Inc., of Roseville for the Purchase and
Installation of Video Surveillance System and Maintenance Plan ($72,474.37) and
amending the Fiscal Year 2017/18 budget to appropriate funds ($42,174.37)
MEETING DATE: October 4, 2017
PREPARED BY: Information Technology Manager
RECOMMENDED ACTION:
Adopt resolution authorizing City Manager to execute Professional
Service Agreement with Quest Media and Supply Inc., of Roseville
for the purchase and installation of video surveillance system and
maintenance in the amount of $72,474.37 and amending the Fiscal
Year 2017/18 budget to appropriate funds in the amount of
$42,174.37.
BACKGROUND INFORMATION: The City currently relies on an outdated video surveillance system to
monitor the transactions, customers and staff within the Finance
Center. The current system has inadequate retention capability for
storing video, offers poor video quality, rendering many captured images useless. The cameras
and the back -end hardware are beginning to fail.
Request for proposals was released on June 1, 2017. Eleven vendors requested to be included on the
request for proposal distribution, and seven vendors submitted proposals. From the seven submissions,
four met the requirements of the RFP. All the proposals were reviewed by a committee made up of staff
from Parks and Recreation, Police, Finance, Electric Utility, Public Works and Information Technology.
The proposals were ranked on several criteria including, but not limited to: completeness of proposal,
satisfaction of requirements, project management, implementation support and competiveness of price.
The vendors were required to show pricing for equipment, installation and a five-year maintenance plan.
4 Responding
Vendors
Aggregated
Score/Rank
Quest Media and
Su • • lies
Kratos
34
Maintenance
over 5 years
$30,300
26
Cost of equipment
and installation
Total System
Price
$42,174.37
$72,474.37
$5,000
$61,337
$66,337.00
Delta Wireless 20 $29,990* $41,252 $71,242.00
3D Datacom 19 $11,435.25 $76,235 $87,670.25
* Actual bid was $17,994 for 3 years. Due to company policy, Delta would not provide a 5 year agreement.
Implementing a modern video surveillance system will improve protection of City assets, which includes
cash, infrastructure and staff. Quest's system will help deter theft, detect customer movement and
APPROVED:
$tear e chwab'aue , City Manager
patterns, and could possibly serve as a means for providing customer service training. In addition, it can
help monitor individuals loitering inside and outside the finance building. The enhanced video resolution
and coverage angles will improve identification of faces and vehicles. Digital video surveillance systems
store all the footage from the cameras on a digital video recorder, giving a centralized management point
for both Finance and Police, if necessary, to monitor and react in a timely manner. Quest also provides
enhanced management software with the ability to gather state-of-the-art video analytics, providing
support to Police personnel. Analytics can be pre -defined or custom, and set to recognize patterns in
movement. When anomalies are detected, security alerts can be sent out to notify Finance and Police
personnel.
Although not the low bid, staff rankings recommend awarding the bid to Quest. Quest was the only
provider offering real-time network monitoring on the health of the video surveillance system. This
service would help detect errors and failures of equipment and initiate a repair technician immediately.
System downtime will be reduced by real-time monitoring, enhancing the City's ability to rely on the
system and increasing the security provided by the cameras. Quest's real-time network monitoring also
reduces internal labor's role in monitoring the surveillance system by eliminating the need to conduct
regular testing and maintenance with City employees. Quest also provided the strongest warranty and
product guarantee during the five year maintenance term. Quest will replace, repair and maintain all
endpoint devices during the life of the contract as needed, barring intentional physical damage or misuse
of the hardware.
FISCAL IMPACT:
Funding for this project was originally included in the fiscal year 2016 —
2017 budget. The project was delayed and appropriations expired with the
close of the Fiscal Year. Staff is requesting Council to authorize installation
and year one maintenance appropriations in the amount of $42,174.37.
Installation of the system is a deterrent to theft and property damage, and
enhances safety of staff and customers by a highly functional security
camera system.
FUNDING AVAILABLE: Purchase and Installation ($42,174.37) — Equipment Replacement:
40199000.77030.
The five-year maintenance of $30,300 will come from the following
sources:
Fund
Percentage
Account
General Fund
14%
10020203.72499
Electric Utility
61%
50060001.72499
Wastewater
10%
53503001.72499
Water
15%
56052001.72499
Andrew Keys
Deputy City Manager
Attachments
cc:
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on , 2017, by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Quest
Systems (hereinafter "CONTRACTOR").
Section 1.2 Purpose
CITY selected the CONTRACTOR to provide the services required in
accordance with attached Scope of Services, Exhibit A, attached and incorporated by
this reference.
CITY wishes to enter into an agreement with CONTRACTOR for VIDEO
SURVEILLANCE SYSTEM INSTALLATION AND MAINTENANCE (hereinafter "Project")
as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR
acknowledges that it is qualified to provide such services to CITY.
ARTICLE 2
SCOPE OF SERVICES
Section 2.1 Scope of Services
CONTRACTOR, for the benefit and at the direction of CITY, shall perform the
Scope of Services as set forth in Exhibit A.
Section 2.2 Time For Commencement and Completion of Work
CONTRACTOR shall commence work pursuant to this Agreement, upon receipt
of a written notice to proceed from CITY or on the date set forth in Section 2.6,
whichever occurs first, and shall perform all services diligently and complete work under
this Agreement based on a mutually agreed upon timeline or as otherwise designated in
the Scope of Services.
CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other
work products as may be designated in the Scope of Services.
CONTRACTOR shall not be responsible for delays caused by the failure of CITY
staff to provide required data or review documents within the appropriate time frames.
The review time by CITY and any other agencies involved in the project shall not be
counted against CONTRACTOR's contract performance period. Also, any delays due to
1
weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall
remain in contact with reviewing agencies and make all efforts to review and return all
comments.
Section 2.3 Meetings
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffing
CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's
capabilities and on the qualifications of CONTRACTOR's principals and staff as
identified in its proposal to CITY. The Scope of Services shall be performed by
CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified
by CONTRACTOR of any change of Project Manager and CITY is granted the right of
approval of all original, additional and replacement personnel at CITY's sole discretion
and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff
prior to any change.
CONTRACTOR represents it is prepared to and can perform all services within
the Scope of Services (Exhibit A) and is prepared to and can perform all services
specified therein. CONTRACTOR represents that it has, or will have at the time this
Agreement is executed, all licenses, permits, qualifications, insurance and approvals of
whatsoever nature are legally required for CONTRACTOR to practice its profession, and
that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of
this Agreement all such licenses, permits, qualifications, insurance and approvals, and
shall indemnify, defend and hold harmless CITY against any costs associated with such
licenses, permits, qualifications, insurance and approvals which may be imposed against
CITY under this Agreement.
Section 2.5 Subcontracts
Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter
into any subcontract with any other party for purposes of providing any work or services
covered by this Agreement.
Section 2.6 Term
The term of this Agreement commences on SEPT 2, 2017 and terminates upon
the completion of the Scope of Services or on AUGUST 31, 2022, whichever occurs first.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference.
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement.
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law.
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA.
Section 4.3 indemnification and Responsibility for Damage
CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold
harmless CITY, its elected and appointed officials, directors, officers, employees and
volunteers from and against any claims, damages, losses, and expenses (including
reasonable attorney's fees and costs), arising out of performance of the services to be
performed under this Agreement, provided that any such claim, damage, loss, or
expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any
subcontractor employed directly by CONTRACTOR, anyone directly or indirectly
employed by any of them, or anyone for whose acts they may be liable, except those
injuries or damages arising out of the active negligence, sole negligence, or sole willful
misconduct of the City of Lodi, its elected and appointed officials, directors, officers,
employees and volunteers. CITY may, at its election, conduct the defense or participate
in the defense of any claim related in any way to this indemnification. If CITY chooses at
its own election to conduct its own defense, participate in its own defense, or obtain
independent legal counsel in defense of any claim related to this indemnification,
CONTRACTOR shall pay all of the costs related thereto, including without limitation
reasonable attorney fees and costs. The defense and indemnification obligations
required by this Agreement are undertaken in addition to, and shall not in any way be
limited by the insurance obligations set forth herein.
Section 4.4 No Personal Liability
Neither the City Council, nor any other officer or authorized assistant or agent or
City employee shall be personally responsible for any liability arising under this
Agreement.
4
Section 4.5 Responsibility of CITY
CITY shall not be held responsible for the care or protection of any material or
parts of the work described in the Scope of Services prior to final acceptance by CITY,
except as expressly provided herein.
Section 4.6 Insurance Requirements for CONTRACTOR
CONTRACTOR shall take out and maintain during the life of this Agreement,
insurance coverage as set forth in Exhibit C attached hereto and incorporated by this
reference.
Section 4.7 Successors and Assigns
CITY and CONTRACTOR each bind themselves, their partners, successors,
assigns, and legal representatives to this Agreement without the written consent of the
others. CONTRACTOR shall not assign or transfer any interest in this Agreement
without the prior written consent of CITY. Consent to any such transfer shall be at the
sole discretion of CITY.
Section 4.8 Notices
Any notice required to be given by the terms of this Agreement shall be in writing
signed by an authorized representative of the sender and shall be deemed to have been
given when the same is personally served or upon receipt by express or overnight
delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class
or certified mail, postage prepaid, addressed to the respective parties as follows:
To CITY:
City of Lodi
221 West Pine Street
P.O. Box 3006
Lodi, CA 95241-1910
Attn: Benjamin Buecher
To CONTRACTOR: QUEST MEDIA & SUPPLIES, INC.
9000 FOOTHILLS BLVD.
ROSEVILLE, CA 95747
ATTN: VLADIMIR PIVTORAK
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services.
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees
This Agreement shall be governed by the laws of the State of California.
Jurisdiction of litigation arising from this Agreement shall be venued with the San
Joaquin County Superior Court. If any part of this Agreement is found to conflict with
applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict
with said laws, but the remainder of this Agreement shall be in force and effect. In the
event any dispute between the parties arises under or regarding this Agreement, the
prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's
fees from the party who does not prevail as determined by the San Joaquin County
Superior Court.
6
Section 4.14 City Business License Requirement
CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020
requires CONTRACTOR to have a city business license and CONTRACTOR agrees to
secure such license and pay the appropriate fees prior to performing any work
hereunder.
Section 4.15 Captions
The captions of the sections and subsections of this Agreement are for
convenience only and shall not be deemed to be relevant in resolving any question or
interpretation or intent hereunder.
Section 4.16 Integration and Modification
This Agreement represents the entire understanding of CITY and
CONTRACTOR as to those matters contained herein. No prior oral or written
understanding shall be of any force or effect with respect to those matters covered
hereunder. This Agreement may not be modified or altered except in writing, signed by
both parties.
Section 4.17 Contract Terms Prevail
All exhibits and this Agreement are intended to be construed as a single
document. Should any inconsistency occur between the specific terms of this
Agreement and the attached exhibits, the terms of this Agreement shall prevail.
Section 4.18 Severabilitv
The invalidity in whole or in part of any provision of this Agreement shall not void
or affect the validity of any other provision of this Agreement.
Section 4.19 Ownership of Documents
All documents, photographs, reports, analyses, audits, computer media, or other
material documents or data, and working papers, whether or not in final form, which
have been obtained or prepared under this Agreement, shall be deemed the property of
CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such
documents during CONTRACTOR's regular business hours. Upon termination or
completion of services under this Agreement, all information collected, work product and
documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days.
CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any
liability resulting from CITY's use of such documents for any purpose other than the
purpose for which they were intended.
7
Section 4.20 Authority
The undersigned hereby represent and warrant that they are authorized by the
parties to execute this Agreement.
Section 4.21 Federal Transit Funding Conditions
❑ If the box at left is checked, the Federal Transit Funding conditions attached as
Exhibit D apply to this Agreement. In the event of a conflict between the terms of this
Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the
Federal Transit Funding Conditions will control.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST:
JENNIFER M. FERRAIOLO
City Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
CITY OF LODI, a municipal corporation
STEPHEN SCHWABAUER
City Manager
Quest Media and Supplies, Inc.
By: By:
Name: VLADIMIR PIVTORAK
Title: Operations Manager, Infrastructure
Attachments:
Exhibit A — Scope of Services
Exhibit B — Fee Proposal
Exhibit C — Insurance Requirements
Exhibit D — Federal Transit Funding Conditions (if applicable)
Funding Source:
Doc ID:
CA:Rev.01.2015
(Business Unit & Account No.)
8
9000 Foothills Blvd Ste 100
Roseville, CA 95747
800.326.4220
Fax 916.344.5964
Customer: City of Lodi
Contact: Benjamin Beucher
Project: City of Lodi Surveillance Managed Service Proposal
Exhibit A/B
Proposal number: 10685-3
Proposal date: 09/14/17
Scope of Work
Quest is pleased to provide this proposal for labor and materials to do the following work:
Monitor the up / down status of all endpoint devices included in the system.
Monitor the health of all servers, networked -video -recorders, and their components included in the system.
Upon detection of any irregularities, Quest's Network Operation Center (NOC) will open a ticket and assign to a Quest engineer for
troubleshooting and / or evaluation.
Quest will also alert the customer (City of Lodi) in the event of any irregularities and provide the ticket number and status.
Quest will autonomously schedule and / or dispatch any onsite technicians or engineers on an as -needed basis.
Quest will replace / repair / maintain all endpoint devices during the life of the contract as needed, barring intentional physical damage or
misuse of the hardware.
Quest will provide, install, and configure a DGE Extension to allow remote access to servers and cameras through its secure Traverse
Datacenter for maintenance, troubleshooting, and monitoring.
Quest will provide 24 / 7 access to its Network Operation Center (NOC) for ticketing and service -related requests.
Warranty / Standard of Installation
Upon acceptance of this proposal, Quest will require a minimum of 7 business days to assemble materials before beginning any work. Quest
will perform labor and installation of materials as per Quest's "Data Communications Standards".
As per the guidelines set forth by the State Contractors Association, Quest will provide a one-year warranty covering workmanship and
compliance with applicable industry standards.
Network cabling, servers, system software installation, network cards, network electronics, configuration of hubs and routers, an internet
provider, and any other materials not specifically listed will not be provided.
Quest would be privileged to provide you with additional pricing and consulting information upon request. If you have any further questions
regarding these services please contact our offices at (916) 338-7070.
It is assumed by Quest or Quests' agents, that the above project is clear of any asbestos or any other chemical / biological hazard.
Payment terms are NET 30 days from date of invoice.
5 -year Managed Service Option (with upfront cost of total purchase price): $505.00 Per Month
($6,060.00 Annually)
PRICES VALID FOR 30 DAYS FROM DATE OF PROPOSAL based on a 60 month agreement
Name
Signature
ACCEPTANCE
Title
Date
Page 1
Quest • 9000 Foothills Blvd Ste 100, Roseville 95747 • 800.326.4220 • Fax: 916.344.5964
Exhibit A/B City of Lodi
Phase 1 - Finance Building Surveillance Project
Proposal number: 10249-11
Proposal date: 09/14/17
Scope of Work
Quest is pleased to provide this proposal for labor and materials to do the following work:
Materials
Lin Qty UM Description Unit Price Ext Price
10 1 EA HD-NVR3-STD-24TB NVR3 2U RACK MOUNT 9,669.60 9,669.60
20 1 EA REDUNDANT POWER FOR NVR3 299.73 299.73
30 1 EA 24 CAMERA LICENSE BUNDLE 4,315.41 4,315.41
40 1 EA 6MP FISHEYE 360 CAMERA (FOR LOBBY) 422.20 422.20
50 6 EA 1MP DOME CAMERA (FOR COUNTERS) 232.05 1,392.28
60 6 EA 2MP DOME CAMERA W/ANALYTICS (FOR WINDOWS) 515.66 3,093.94
70 6 EA 2MP DOME CAMERA W/ANALYTICS/IR (FOR INTERIOR) 547.89 3,287.32
80 7 EA 3MP OUTDOOR DOME CAMERA W/ANALYTICS 634.91 4,444.36
90 3 BX CAT5E PLENUM BLUE JACKET CABLE 167.59 502.77
100 1 EA RJ45 CONNECTIONS 57.43 57.43
110 27 EA CAT5E 3' PATCH CORDS 2.87 77.44
120 27 EA CAT5E JACKS 3.82 103.25
130 1 EA 32" MONITOR SAMSUNG 276.97 276.97
140 1 EA WYRESTORM HDMI OVER UTP CONVERTER 468.77 468.77
150 1 EA MID -TOWER PC, i5-6600, WINDOWS 10 862.89 862.89
160 1 EA CALIFORNIA E -WASTE RECYCLING FEE FOR 32" 6.00 6.00
170 3 EA SINGLE CAMERA LICENSE 210.05 630.15
180 1 EA 3MP OUTDOOR PENDANT CAMERA W/ ANALYTICS 579.98 579.98
190 1 EA WALL MOUNT BRACKET FOR PENDANT CAMERA 37.62 37.62
200 1 EA CORNER MOUNT BRACKET FOR WALL MOUNT 56.43 56.43
Material Total: $30,584.53
Labor
FINANCE BUILDING
Provide, install, and configure one Avigilon 6.0L-H4F-D01-IR fisheye lens camera in the main lobby (CAM.1).
Provide, install, and configure one Avigilon 3.0C-H4A-D01 3MP exterior camera on the North entrance to the main lobby (CAM.2).
Provide, install, and configure one Avigilon 3.0C-H4A-D01 3MP exterior camera on the South entrance to the main lobby (CAM.3).
Provide, install, and configure one Avigilon 2.0C-H4A-D1-IR 2MP interior camera inside the lobby (CAM.4).
Provide, install, and configure one Avigilon 1.3C-H4SL-D1 1.3MP interior camera directly above each cashier window (CAM.5-8).
Provide, install, and configure one Avigilon 2.0C-H4A-D1 2MP interior camera directly behind each window (CAM.9-14).
Provide, install, and configure one Avigilon 2.0C-H4A-D1-IR 2MP interior camera inside the open office area (CAM.15).
Provide, install, and configure one Avigilon 2.0C-H4A-D1-IR 2MP interior camera outside the cash room entrance (CAM,16).
Provide, install, and configure one Avigilon 2.0C-H4A-D1-IR 2MP interior camera to cover the South employee entrance (CAM.17).
Provide, install, and configure one Avigilon 2.0C-H4A-D1-IR 2MP interior camera to cover the North employee entrance (CAM.18).
Provide, install, and configure one Avigilon 2.0C-H4A-D1-IR 2MP interior camera to cover the interior vestibule entrance (CAM.19).
Page 1
Sales tax to be added and calculated per current state and local municipalities rates at time of invoice.
Labor $11,589.84
Material $30,584.53
Freight Prepay and Add
Sales tax $2,369.84
Total Purchase Price $42,174.37
ACCEPTANCE
Name Title
Signature Date
Page 3
RESOLUTION NO. 2017-187
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE A FIVE-YEAR PROFESSIONAL SERVICES
AGREEMENT AND MAINTENANCE PLAN WITH QUEST MEDIA AND
SUPPLIES, INC., FOR THE PURCHASE AND INSTALLATION OF VIDEO
SURVEILLANCE SYSTEM; AND FURTHER AMENDING FISCAL YEAR
2017/18 BUDGET TO APPROPRIATE FUNDS
WHEREAS, the City of Lodi relies on video surveillance system for security and
protection of City resources, persons, and property; and
WHEREAS, the video surveillance system is complex, requiring annual operational
costs and parts, equipment replacement, and continuous staff hours to maintain; and
WHEREAS, Request for Proposals (RFP) were released on June 1, 2017, to
11 vendors, of which seven vendors submitted proposals for consideration, and four met the
requirements of the RFP; and
WHEREAS, all proposals received were reviewed by a committee of seven staff
members and ranked on several criteria, including, but not limited to: completeness of
proposal, satisfaction of requirements, project management, implementation support, and
competiveness of price.
Responding Vendors Aggregated Score/Rank
Quest Media and Supplies
Kratos
Delta Wireless
3D Datacom
34
26
20
19
Total System Price
(Includes 5 -yr. Maintenance)
$72,474.37
$66,337.00
$59,246.00
$87,670.25
WHEREAS, staff recommends that the City Council authorize the City Manager to
execute a five-year Professional Services Agreement with Quest Media and Supplies, Inc., for
the purchase and installation of video surveillance system from Quest Media and Supplies, Inc.,
in the amount of $42,174.37; and
WHEREAS, staff further recommends that the City Council authorize the City Manager
to execute a five-year maintenance agreement for the video surveillance system from
Quest Media and Supplies, Inc., in the amount of $30,300; and
WHEREAS, staff further recommends that City Council authorize installation and year
one maintenance appropriations in the amount of $42,174.37 for the 2017/18 fiscal year budget
account 40199000.77030 (Equipment Replacement).
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby
authorize the City Manager to execute a five-year Professional Services Agreement and
Maintenance Plan with Quest Media Supplies, Inc., for the purchase and installation of video
surveillance system, with Quest Media and Supplies, Inc., in an amount not to exceed
$72,474.37; and
BE IT FURTHER RESOLVED that the City Council hereby approves appropriating funds
in the amount of $42,174.37 for the 2017/18 fiscal year budget account 40199000.77030
(Equipment Replacement).
Dated: October 4, 2017
hereby certify that Resolution No. 2017-187 was passed and adopted by the City
Council of the City of Lodi in a regular meeting held October 4, 2017 by the following votes:
AYES: COUNCIL MEMBERS — Chandler, Johnson, Mounce, Nakanishi, and
Mayor Kuehne
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
2017-187
NIFER FERRAIOLO
ity Clerk