Loading...
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 BACKGROUND INFORMATION: The City currently relies on an outdated video surveillance system to monitor the transactions, customers and staff within the Finance Center.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