HomeMy WebLinkAboutAgenda Report - May 16, 2018 C-09TM
CITY OF LODI
COUNCIL COMMUNICATION
AGENDA ITEM
C-9
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No.1 to
Professional Service Agreement with Quest Media and Supplies, Inc., for the
Police Department's Video and Surveillance System Installation and Equipment
($23,995.38)
MEETING DATE: May 16, 2018
PREPARED BY: Chief of Police
RECOMMENDED ACTION:
Adopt resolution authorizing City Manager to execute Amendment
No.1 to Professional Service Agreement with Quest Media and
Supplies, Inc., for the Police Department's video and surveillance
system installation and equipment in the amount of $23,995.38.
BACKGROUND INFORMATION: The Police Department currently relies on an outdated video
surveillance system that was purchased and installed when the
Police Department building was built in 2004. The current system
has inadequate retention capability for storing video and offers poor
video quality, rendering many captured images useless. In addition to poor quality, the cameras and the
back -end hardware are beginning to fail.
Implementing a modern video surveillance system will improve protection of City assets, which includes
equipment, infrastructure, and staff. The enhanced video resolution and coverage angles will improve
identification of faces and vehicles. The digital video surveillance system will store all the footage from
the cameras on a digital video recorder, giving a centralized management point for Police. The
department plans on keeping the current location of cameras that monitor the main lobby, main lobby
entrance, parking lot, sally port, jail, jail/court entrance, property lobby, and bike storage area.
The system planned for the Police Department 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 Police personnel.
On October 4, 2017 the Council adopted a 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. Request for proposals for this agreement were
released on June 1, 2017.
The Police Department and Information Technology are requesting to use Quest Media without going
back out to bid. If Quest is used for this new project the systems will be on the same network as Finance
allowing the Police Department to monitor the cameras installed in other City -owned areas. Whereas,
Lodi Municipal Code §3.20.070 authorizes dispensing with bids for purchase of supplies, services or
equipment when it is in the best interest of the City to do so, staff recommends that Council authorize the
City Manager to execute Amendment No.1 to Professional Service Agreement with Quest Media.
APPROVED:
Ste
en Schw
, City Manager
Adopt Resolution Authorizing City Manager to Execute Amendment No.1 to Professional Service
Agreement with Quest Media and Supplies, Inc., for the Police Department's Video and Surveillance
System Installation and Equipment ($23,995.38)
Page 2
FISCAL IMPACT:
Funding for this project was approved with the mid -year budget.
Salary savings from retirements and unfilled positions has allowed
the department to appropriate funds to this project.
FUNDING AVAILABLE: Purchase and Installation ($23,995.38) — 10031004.72450.
Andrew Keys
Deputy City Manager
Tod Patterson
Chief of Police
AMENDMENT NO. 1
QUEST MEDIA AND SUPPLIES, INC.
VIDEO SERVEILLANCE SYSTEM INSTALLATION AND MAINTENANCE
THIS AMENDMENT NO. 1 TO PROFESSIONAL SERVICES AGREEMENT,
made and entered this day of April, 2018, by and between the CITY OF LODI, a
municipal corporation (hereinafter "CITY"), and Quest Media and Supplies, Inc.
(hereinafter "CONTRACTOR").
WITNESSETH:
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services
Agreement on November 3, 2017 in the amount of $42,174.37, a true and correct
copy of which is attached as Exhibit 1; and
2. WHEREAS, CITY requested to perform additional work as set forth in the Scope
of service attached hereto as Exhibit 2, and increase the total cost to $66,169.75;
and
3. WHEREAS, CONTRACTOR agrees that if required by state law, including Labor
Code §§ 1720, 1771, 1774, 1775, and 1776, CONTRACTOR must pay prevailing
wages. CONTRACTOR is responsible for interpreting and implementing any
prevailing wage requirements and CONTRACTOR agrees to pay any penalty or
civil damages resulting from a violation of the prevailing wage laws. In
accordance with Labor Code § 1773.2, copies of the prevailing wage rates are
available at the website for State of California Department of Industrial Relations
at http://www.dir.ca.gov.
4. WHEREAS, CONTRACTOR agrees to said amendments; and
5. WHEREAS, all other terms and conditions remain unchanged.
NOW, THEREFORE, the parties agree to amend the Scope of Services and
increase the fees by $23,995.38 as set forth in Exhibit 2, for an annual cost of services
of $66,169.75.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Amendment No. 1 on , 2018.
CITY OF LODI, a municipal corporation Quest Media and Supplies, Inc.
hereinabove called "CITY" hereinabove called "CONTRACTOR"
STEPHEN SCHWABAUER VLADIMIR PIVTORAK
City Manager Operations Manager, Infrastructure
Attest:
JENNIFER M. FERRAIOLO
City Clerk
Approved as to Form:
JOHN P. FUKASAWA
Deputy City Attorney
Exhibit 1
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on AN.3, 2017, by and between the CITY
OF LODI, a municipal corporation (hereinafter "CITY"), and Quest Media and Supplies,
Inc. (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 SYSTME 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, Toss, 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 Severability
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:
.44
J yr IFER FERRAIOLO
Ci y Clerk
APPROVED AS TO FORM:
JANICE D. MAGDICH, City Attorney
1)
CITY OF LODI, a municipal corporation
ST SCHWA ER
City Manager
Quest Media and Supplies, Inc.
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
Quest
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 dear 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)
based on a 60 month agreement
PRICES VALID FOR 30 DAYS FROM DATE OF PROPOSAL
Name
Sgnature
Approved sae to form
ACCEPTANCE
ilt Title (
Date
ATTEST: ,
■
0 IFER ERRAIOLO
Clerk
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 I 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 3.00-H4A-DO1 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 2.00-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.1 7).
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 $11,585.84
Material $30,584.53
Freight Prepay and Add
Sales tax $2,389.84
Total Purchase Price $42,174.37
Name
Signature
ACCEPTANCE
Approved as to form
/2 (
flemrty City Attorney
ATTEST:
•��A.•
a.
NIFER FERRAIOLO
City Clerk
Page 3
EXHIBIT C
Insurance Requirements for Contractor The Contractor shall take out and maintain during the life of this
Agreement, insurance coverage as listed below. These insurance policies shall protect Contractor and any
subcontractor performing work covered by this Agreement from claims for damages for personal injury, including
accidental death, as well as from claims for property damages, which may arise from Contractor's operations under
this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or
indirectly employed by either of them, and the amount of such insurance shall be as follows:
1. COMPREHENSIVE GENERAL LIABILITY
$1,000,000 Each Occurrence
$2,000,000 General Aggregate
2. COMPREHENSIVE AUTOMOBILE LIABILITY
$1,000,000 Combined Single Limit
Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles)
operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form
CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form.
5 ERRORS AND OMISSIONS / TECHNOLOGY
$1,000,000 Per Claim
$2,000,000 Annual Aggregate
Covering all acts, errors, omissions, negligence, network security and privacy risks, including but not limited to
unauthorized access, failure of security, breach of privacy perils, wrongful disclosure, collection, or other
negligence in the handling of confidential information, privacy perils, and including coverage for related
regulatory defense and penalties; data breach expenses, and payable whether incurred by City of Lodi or
Contractor, including but not limited to consumer notification, whether or not required by law, computer
forensic investigations, public relations and crisis management firm fees, credit file or identity monitoring or
remediation services in the performance of services for, or on behalf of, City of Lodi. Such insurance shall be
maintained in force at all times during the term of the agreement and provide an Extended Reporting Period
(ERP) for a period of one year thereafter, for services completed during the term of the agreement.
All limits are to be designated strictly for the City of Lodi, its elected and appointed boards, commissions, officers,
agents, employees, and volunteers. All deductibles or self-insured retentions (SIR) must be disclosed to City's Risk
Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing
any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied
by either the Named Insured(s) or the City of Lodi.
It is required that any available insurance proceeds broader than or in excess of the specified minimum insurance
coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore,
the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these insurance
requirements; or (ii) the broader coverage and maximum limits of coverage of any insurance policy or proceeds
available to the Contractor; whichever is greater.
Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims
period following termination of coverage which is at least consistent with the claims period or statutes of limitations
found in the California Tort Claims Act (California Government Code Section 810 et seq.).
A copy of the certificate(s) of insurance with the following endorsements shall be furnished to the City:
(a) Additional Named Insured Endorsement
Pursuant to a separate endorsement (ISO form CG 2010 (11/85) or a later version, that provides liability
coverage at least as broad as this form) such insurance as is afforded by this policy shall also apply to the City
of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers as
additional named insureds. An additional named insured endorsement is also required for Auto Liability.
(b) Primary and Non -Contributory Insurance Endorsement
Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will
not seek contribution from City's insurance or self-insurance and shall be at least as broad as ISO form CG 20
01 04 13.
Page 1 1 of 2 pages 1 Risk: rev.03.2016
Insurance Requirements for Contractor (continued)
NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West
Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an
endorsement, a description of the prosect that it is insuring.
(c) Waiver of Subrogation
Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions,
officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability.
(d) Limits of Coverage
The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or
excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a
provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City
before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured.
(e) Severability of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured
shall not operate to increase the limit of the company's liability.
(f)
Notice of Cancellation or Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi,
CA 95240.
(g) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days
prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or
extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor
shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's
insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and
immediately obtain replacement insurance.
(h) Failure to Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of
coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with
interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The
City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount
paid, the names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest
on the first (1S) day of the month following the City's notice. Notwithstanding any other provision of this
Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails
to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such
termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently
pursue the removal of any and all of its personal property from the site or facilities.
(i) Qualified Insurers)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in
the State of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are
acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the
most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements.
Workers Compensation Insurance The Contractor shall take out and maintain during the life of this Agreement,
Worker's Compensation Insurance for all of Contractor's employees employed at the site of the project and, if any
work is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all
of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case
any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected
under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to
provide insurance for the protection of said employees. A waiver of subrogation is required for workers
compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written
notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA
95240.
NOTE: The City reserves the right to obtain a full certified copy of any insurance policy or endorsements
required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the
effective date.
Page 2 1 of 2 pages 1 Risk: rev.03.2016
Exhibit 2
Quest • 9000 Foothills Blvd Ste 100, Roseville 95747 • 800.326.4220 • Fax: 916.344.5964
City of Lodi
Police Department Surveillance
Proposal number: 10973-2
Proposal date: 01/26/18
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 6 EA AVIGILON 1MP INTERIOR CAMERA W/ANALYTICS 454.30 2,725.80
20 1 EA AVIGILON 2MP INTERIOR CAMERA W/ANALYTICS 561.00 561.00
30 3 EA AVIGILON 3MP EXTERIOR DOME CAMERA W/ANALYTICS 643,50 1,930.50
40 3 EA PENDANT WALL ARM 39,60 118.80
50 11 EA 4 -PORT ENCODER 227.70 2,504.70
60 4 EA 1U MOUNTING BRACKET FOR 3 AVIGILON ANALOG VIDEO ENCOD 36.30 145.20
70 1 EA 16C-ACC6-ENT 16 CAMERA BUNDLE LICENSE 2,843.09 2,843.09
80 1 EA ACC 6 ENTERPRISE LICENSE FOR UP TO 4 CAMERA CHANNEL 762.30 762.30
90 1 EA ACC 6 ENTERPRISE LICENSE FOR UP TO 1 CAMERA CHANNEL 221.10 221.10
100 44 EA DEPS-LB-3FT 2.94 129.36
110 10 EA 1 PORT SURFACEMNT BOX WHT 1.66 16.60
120 3 EA AXIS T8351 OMNIDIRECTIONAL MICROPHONE 3.5MM 161.99 485.97
130 4 BX CAT5E PLENUM BLUE JACKET CABLE 171.60 686.40
140 3 EA 3.5MM AUDIO EXTENSION CABLE MALE TO FEMALE 18.00 54,00
150 44 EA CAT 5E JACK BLUE 3.91 172,04
160 1 EA JOB MISC 368.52 368.52
Material Total: $13,725.38
Labor
POLICE DEPARTMENT/COURT/JAIL
Provide, install, and configure (1) Avigilon 1MP dome camera in Property Room lobby,(CAM01)
Provide, install, and configure (1) Avigilon 2MP dome camera outside of Juvenile Holding Cells.(CAM02)
Provide, install, and configure (1) Avigilon 3MP dome camera on exterior Data Center wall facing TowerYard.(CAM05)
Provide, install, and configure (2) Avigilon 3MP dome cameras on exterior Police Department wall facing Parking Lot,(CAM03,04)
Provide, install, and configure (5) Avigilon 1MP dome cameras In main Jail corridor.(CAM06-10)
Provide labor to remove (5) Interior cameras and cabling from the main jail.
Provide labor to remove (2) exterior cameras and cabling from Police Department.
Provide, install, terminate, test, and label (11) CAT5e blue cables from MDF to current DVR location for encoder uplinks.
Provide and install (11) 4 -port encoders at existing DVR locations.
Provide, install, terminate, test, and label (1) CAT5e blue cable from each of (10) new camera locations to its respective IDF.
Provide labor to remove existing DVRs and store onsite.
Provide and install microphone cable to (3) existing cameras.
Provide and install microphones to (3) existing cameras.
Provide labor to integrate (10) new cameras into existing Avigilon system.
Page 1
Provide labor to Integrate (41) existing cameras into existing Avigilon system.
Customer responsible for providing IP addresses for all endpoint devices.
Customer responsble for ensuring availability of PoE switch ports.
Customer responsible for ensuring availability of patch panel ports.
Customer responsible for ensuring configuration of PoE switch ports for appropriate VLAN.
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 instailation, network cards, network electronics, configuration of hubs and routers, an Internet
provider, and any other materials notspecifically 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 aur 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.
Sales fax to be added and calculated par current slate and local municipalities rates al lima of invoice.
PRICES VALID FOR 30 DAYS FROM DATE OF PROPOSAL
Labor $10,270.00
Material $13,725,38
Freight Prepay and Add
Total Purchase Price $23,995.38
Managed Services: $315.00 Per Month
based on a 48 month agreement
ACCEPTANCE
Quest Is hereby authorized to furnish all materials and labor to complete the work specified In thls proposal, for which I/we agree to pay the
contract price mentioned in this proposal, and according to the terms thereof.
In the event that an action at law or in equity is brought In any public court or private dispute resolution forum to enforce or interpret the terms
of this agreement, the prevailing party shall be awarded reasonable attorneys' fees, photocopying expenses, etc,
I/we have read and agree to the provisions contained herein, and in any attachments that are made a part hereof and are described as City of
Lodi Proposal # 10973-2.
Name Title
Signature Date
Page 2
RESOLUTION NO. 2018-88
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO.1 TO THE
PROFESSIONAL SERVICE AGREEMENT WITH
QUEST MEDIA AND SUPPLIES, INC., OF ROSEVILLE, AS THE
SOLE -SOURCE PROVIDER FOR THE POLICE DEPARTMENT'S VIDEO
AND SURVEILLANCE SYSTEM INSTALLATION AND EQUIPMENT
WHEREAS, the Police Department currently relies on an outdated video surveillance
system that was purchased when the Police Department building was built in 2004; and
WHEREAS, the current system has inadequate retention capability for storing video and
offers poor video quality, which renders many captured images useless. The cameras and the
back -end hardware are beginning to fail; and
WHEREAS, on October 4, 2017, City Council adopted a resolution authorizing the
City Manager to execute a Professional Service Agreement with Quest Media and Supply Inc.,
of Roseville, for the purchase and installation of video surveillance system and maintenance
plan; and
WHEREAS, the Police Department and Information Technology is requesting to sole
source the equipment and installation to Quest Media and Supplies, Inc., without going back out
to bid to allow networking capability throughout the City; and
WHEREAS, funding for this project was approved at the same time as the mid -year
budget review process. Salary savings from retirements and unfilled positions has allowed the
department to appropriate funds to this project.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council hereby authorizes the
City Manager to execute Amendment No.1 to the Professional Service Agreement with
Quest Media and Supplies, Inc., of Roseville, California, as the sole -source provider for the
Police Department's video and surveillance system installation and equipment, in the amount of
$23,995.38.
Date: May 16, 2018
I hereby certify that Resolution No. 2018-88 was passed and adopted by the Lodi City
Council in a regular meeting held May 16, 2018, by the following vote:
AYES: COUNCIL MEMBERS — Chandler, Johnson, Kuehne, Mounce, and
Mayor Nakanishi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
-)0(\,?1:1--/tALUA
NNIFER . FERRAIOLO
City Clerk
2018-88