Loading...
HomeMy WebLinkAboutAgenda Report - August 19, 2020 C-08AGENDA ITEM Crrv op Lour CourucIr C oTvIMUNIcATI oN AGENDA TITLE:Adopt Resolution Authorizing City Manager to Execute Amendment No. 3 to Professional Services Agreement with Quest Media & Supplies, lnc., of Roseville, for Purchase and lnstallation of Server Storage and Video Surveillance Cameras at City Hall, Parks and Recreation Maintenance Facility, and Fire Station No. 1, lncluding System Support and Maintenance Plan ($89,875) MEETING DATE: August 19,2020 PREPARED BY: lnformation Technology Manager RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 3 to Professional Services Agreement with Quest Media & Supplies, lnc., of Roseville, for purchase and installation of server storage and video surveillance cameras at City Hall, Parks and Recreation Maintenance Facility, and Fire Station No. 1, including system support and maintenance plan, in the amount of $89,875. BACKGROUND INFORMATION: ln an effort to enhance security at City facilities, it is vital to expand the video surveillance program within City Hall, Civic Plaza, and Hale Park. There have been reoccurring acts of graffiti over the past month at the Veteran's Plaza and repeated vandalism at Fire Station No. 1, damaging apparatus bay doors and personal vehicles. City of Lodi Police have reported several cases of violence at Hale Park. Parks and Recreation have repeated trespassing, theft, and vandalism at the Park's Maintenance Facility. Adding additional cameras will give staff the opportunity to identify suspects or possibly deter vandalism to City property. lmplementing a modern video surveillance system will improve protection of City assets, which includes cash, infrastructure, and Staff. 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 City staff and Police, if necessary, to monitor and react in a timely manner. On October 4,2017 , Council adopted a resolution authorizing City Manager to execute Professional Service Agreement with Quest Media & Supplies, lnc., of Roseville, for the purchase and installation of video surveillance system and maintenance plan, in the amount of $72,475. Amendment No. 1 was authorized by Council on May 16,2018 and included equipment and installation at Lodi Police Department, in the amount of $23,996. Amendment No. 2 was authorized by Council on June 17,2020 and included certain camera upgrades within the Finance building, in the amount of $5,989. lf approved, Amendment No. 3 will add $89,875 to the agreement amount, for a total agreement amount of $192,335. Quest Media & Supplies, lnc. offered realtime network monitoring of the health of the video system. This was a unique option not offered by other vendors. This service would help detect errors and failures of equipment and initiate a repair technician immediately. Quest Media & Supplies, lnc. will replace, repair, and maintain all endpoint devices during the life of the contract, as needed, barring intentional physical APPROVED: c-g ÏM K:\WP\COUNCIL\2020\C Quest BB.doc r, City Manager 8110t2020 Adopt Resolution Authorlzing Cily Meneger to Execute Amendment No. 3 to Professional Sorvlces Agreement wlth Quest Medla & Supplle3, lnc., of Rosevllle, forPurchaseandlnstållâtlonofServerStoragoandVideoSurveillanceCameraoatCltyHall,Parksand-RecreatlonMalntenanceFàciflty,'åndFh;SlafioJHó.i,'- locluding System Support and Maint€nanc€ Plan (0Ag,B7S) August 19, 2020 Page 2 damage or misuse of the hardware. Quest Media & Supplies, lnc.'s real-time network monitoring helps ease the pressure of City staff from conducting reguler testing and maintenance of the video surveillance system. Staff recommends authorizing City Manager to execute Amendment No. 3 to Professional Services Agreement with Quest Media & Supplies, lnc., of Roseville, for purchase and installation of server storage and video surveillance cameras at City Hall, Parks and Recreation Maintenance Facility, and Fire Station No. 1, including system support and maintenance plan, in the amount of $89,875, FISCAL IMPACT: Funding for this project is included in the Fiscal Year 2O2Ot2'l budget. FUNDING AVAILABLE: Purchase and lnstallation - gBg,BTS The remainder of the five-year maintenance of $30,300 will increase by $10,800 lor 24 months, for a total of $41 ,100, which will be funded solely from General Fund. The remainder of the original contract will remain funded from the following sources: Fund Percentage Account General Fund 37o/o 10020203.72499 Electric Utility 44o/o 50060001 .72499 Wastewater 8o/o 53503001.72499 Water 11o/o 56052001 .72499 Andrew Keys Andrew Keys Deputy City Manager/l nternal Services Director zo Be Al(/BB/tc Attachment lnformation Technology Manager K:\WP\COUNCIL\2020\C Quest BB,doc aAol2020 AMENDMENÏ NO. 3 QUEST MEDIA & SUPPLIES, INC. PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT NO, 3 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this - day of 2020,by and between the CITY OF LODI, a municipal corporation (hereinafter uClTY"), and QUEST MEDIA & SUPPLIES, lNC., a California corporation. (hereinafter "CONTRACTOR"), WITNESSETH:., 1, WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on November 3, 2017, Amendment No, 1 on June 25, 2018, and Amendment No, 2 on August 6,2020 (collectively the "Agreement"), as set forth in Exhibit 1, attached hereto and made part ofl and 2. WHEREAS, CITY now requests to increase the fees by $89,875, in addition to the original Professional Services Agreement in the amounl ol $72,475, Amendment No, 1 in the amount of $23,996, and Amendment No. 2 in the amount of $5,989, for a total amount of $192,335, and amend the Scope of Services, as set forth in Exhibit 2, attached hereto and made part of; and 3. WHEREAS, CONTRACTOR agrees to the amendment set forth above. NOW, THEREFORE, the parties agree to amend the Agreement as set forth above, All other terms and conditions of the Agreement remain unchanged. lN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No, 3 on the date and year first above written. CITY OF LODI, a municipalcorporation QUEST MEDIA & SUPPLIES, lNC., a California corporation hereinabove called "CITY' hereinabove called "CONTRACTOR" STEPHEN SCHWABAUER City Manager Attest: JENNIFER CUSMIR, City Clerk Approved as to Form: VLADIMIR PIWORAK Operations Manager, lnfrastructure JANICE D. MAGDICH, City AttorneY ,0, Exhibit 1 AMENDMENT NO. 2 QUEST MEDIA AND SUPPLIES, INC, VIDEO SURVEILLANCE SYSTEM IN$TALLATIONAND MAINTENANCE THIS AMENDflEN,T NO, 2 TO-PRQFESSIONAL SERVIOEE AGREEMENT, made and entored lhls úrú{. dav oî*Ø¿a¡M020, by and þetween the ctry oF LoDt, â municlpal corporation (herelnafter [cfiY'\, and euest Madla and $upplies, lnc, (hereinafter "CONTRACTOR'), WITNESSETH: 1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services Agreement on November 3,2017 in the amount oî $42,174,37 and Amendment No. 1 on June 26, 2018, to increase the annual "not to exceed amount" from 942,174.37to $66,169.75, as a result of increased survelllance services adding labor and malntenance ln the Police Department ("Amendrnent No, 1"). The Agrèement and Amendment No. 1 are attached hereto ae Exhibits A and A-1, resþectlvely, and made a part hereof, All other terms and condiflons remained unchanged. 2. sEcoND AMENDMENT: coNTRAcroR and ctry requested to perform addltional work as set forth in the Scope of service attached hereto as Exhibit A-2, and increase the total cost to $71,738.37; and 3' WHEREAS, CONTRACTOR agrees that if requlred by state law, including Labor code 1720, 1771,1774, 1775, and 1726, coNTRAcroR must pay prevalling wages' CONTRACTOR ls responsible for interpreting and tmplenieritlng any prevailing wage requirements and CONTRACTOR agroeı to pay any penalty ór c¡vil damages resulting from a violation of the prevailing wage laws, tn Eccordañce with Labor Code 1773.2, copies of the prevailing wage rates are available at the website for State of Californía Department of lndustrlal Relatlons at http;{lwww,dlr.cq$oy. 4, WHEREAS, CONTRACTOR agrees to aaid amendments; and 5. WHERAS, all other terms and conditions remain unchanged, NOW, THEREFORE, the parties agree to amend the Scope of Services and increase the fees by $5,568.62 as set fofth in Exhiþit A-2, for an annual cost of services of $21,738,07, lN wlrNESs WHERE9F, ,,ctry and coNTRAcroR have executed thls Amendment No. 2 on /úrzr.& /a_ .2020, / CITY OF LODI, a municipalcorporation hereinabove called "ClTY" Quest Media and Supplies, lnc. hereinabove called "CONTRACTOR" Steve Schwabauer R ,/" STEPHEN SCHWABAUER City Manager OPERATIONS MANAGER Attest: Approved ae to Forml Janice D. Magdich €ñn{l,tlmtf C*y C JANICE D. MAGDICH City Attorney d AMENDMENT NO. 1 QUEST MEDIA AND SUPPLIES, INC. vlDEo sERVEILLANCE SYSTEM INSTALLATION AND MAINTENANCE. rHrs AMENDMENï. No. 1 ,o ¡#ffitoNAL sERVtcEs A.REEMENT, made and entcred tnfi ¿E¡p¿ay of.A,p#,2018, loy and between the CITYOFLODI, a rüñ¡.fôái corporation lññinaiter "ÕlTY'), and Quest Media and Supplps, lnc. (hereinafteq'CONTRACTORT' WITNES-SE*TH: 1, WHEREAS, CONTRACTOR and clTY entered inlo a Professional services Agreement on Novenrb er 3,2017 in the amount of $42,174.37, a true and correct cıpy of which is attached as Exhibit 1; and Z. WHEREAS, CITY requested to peúorm additional work as set forth in the Scope of service attached håreto as f ih¡nit 2, and increase the total cost to $66,169.75; and 3, WHEREAS, CONTRACTOR agrees that if requirad by slate law, including Labor Code gg 1720,1771,1774,1775, and 1776, CONTRACTOR must pay prevailing waf"rì-coruiRnCfon is responsible for interpreting and implementing. any preîailing wage requlrements anO CONTRACTOR agroes to pay any penalty or äivit Oam"g*ä r""utttng from a violation of the prevailing wage laws' ln accordance with Labor -Code $ 1773.2; copfes of the prevailing wage rates. are available at the website for Stãte of Caiifornia Department of lndustrial Relatlons at httP://wnrw. dir, ca'gov, 4.WHEREAS,CONTRACTORagreestosaidamendments;and S.WHEREAS,allothertermsandconditionsremainunchanged' NoW,THEREFoRE,thepartlesagreetoame.n{lheScope,otS.eryi991..1no increase the fees by $23,995.38 as set forth in Exhibit 2,lor an annual cost ol servlces of $66,169.75. IN WITNESS Amendment No. 1 on CITY OF LODI, a municipal corporation hereinabove called "CITY' STEPHEN Quest Media and SuPPlies, lnc. hereinaþove called "CONTRACTOR' Exhibit 1 EOF,CITY and CONTRACTOR have executed this n6 .2018. R PIVTORAK City Manager ER Operations Manager, lnfrastructure /8 tu,, Attest: M Clty Clerk Approved as to Form: P Clty Attorney Exhibit 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE,I PARTTES AN_p PURPOSE Section l.,l Parties THIS AGREEMENT is entered into on l,,lou.3, 2017,by and between the CITY OF LODI, a municipal corporation (hereinafter "C|TY"), and Quest Media and Supplies, lnc. (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 SURVEI LLANCE SYSTME I NSTALLATION AN D MAI NTENAN CE (hereinafter "Project") as set foÉh 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 benefít and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement anC Cofnpletion 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 othenruise 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 agaínst CONTRACTOR's contract pedormance period. Also, any delays due to I weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all etforts to review and return all comments. Section 2.3 Meetinqs CONTRACTOR shall attend meetings as may þe set forth in the Scope of Services, Section 2.4 Staffinq 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 othen¡vise 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, addiiional 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 ít 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. Section2.S Çubcontracts 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 COMPENSAÏION Section3.l Compensatiotl 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, CONTRAGTOR shall not undertake any work beyond the scope of this Agreement unless such additionalwork is approved in advance and in writíng by CITY. Section 3.2 Method of Pavment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as othen¡¡¡ise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly raie, and indicating to what aspect of the Scope of Services said work ís 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 pedormance 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 Au-ditins 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 MTSCELLANEOUS PROVISIONS Section4.l Nondlscrimination ln 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 GomPliance ln 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 lndemnification and ResponsiÞilitv for Damase 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. lf 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 Responsiþilitv of GITY 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 ClÏY, except as expressly provided herein. Section 4.6 lnsurance Requ.ire{nents.for CONTRACTQR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibít C attached hereto and incorporated by this reference. Section 4.7 Successors and Assiglns. CITY and CONTRACTOR each bind themselves, their parlners, 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 N.o-tices 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 ce¡tified 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 Aitn: Benjamin Buecher To CONTRACTOR:QUEST MEDIA & SUPPLIES, INC 9OOO FOOTHILLS BLVD. ROSEVILLE, CA95747 ATTN:VLADIMIR PIWORAK Section 4.9 Cooneration 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 Emplovee 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.ll 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 fufther, 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 alf 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 Confideltialitv 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. Severaþilitv. and Attornev'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. lf 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. ln 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 Citv 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 Captigns 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 lnteqration 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 noi 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. Shor.lld 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 par1 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, audíts, 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 ClTy. 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' ClTy 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 forwhich they were intended, 7 Section 4.20 Authoritv The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement' Section 4.21 Federa[ransit Fundins Conditions n lf the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. ln 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' lN WITNESS WHEREOF, GITY and GONTRACTOR have executed this Agreement as of the date first above written' CITY OF LODI, a municipal corporation ATTEST: J FER M S S ER City Manager APPROVED AS TO FORM JANICE D. MAGDI , city Quest Media and SuPPlies, lnc. Ntornevffl, 1 By:By Name Title: Attachments: Exhibit A - Scope of Services ExhibitB-FeeProPosal Exhibit C - lnsurance Requirements Exhibit D - Federal Transít Funding Gonditions (if appllcable) Funding Source: iÉFiness Unit & Account No.) Doc lD: CA:Rev.01.2015 PIVTORAK Operations Manager, I nfrastructure 9000 Foothills Blvd Ste 100 Roseville, CA 55747 800.326.4220 Fax 916.344.5964 Exhíbit A/B Customer: Gity of Lodl Contacti Benjamln Beucher Proqc,li City of Lodì Surveillance Managed Service Proposal Title Proposal number: 10605-3 Proposal dale: 0911 4117 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 lncluded in the system ' Monitor the health of all servers, networked"vldeo-recorders, and their components included in the system' Upon detection of any irregularities, Quest's Network Operation Center (NOO) will open a ticket and assign to a Quest englneer for troubleshooting and / or evaluation' Ouest will also alort the customer (City of Lodi) in the event ol any irregularities and provlde the ticket number and status. euest will autonomously schedule and / or dlspatch any onslte techniclans or engineers on an as-needed basis. euest will roplace / repair I maintain all endpoint devices during the life of the contract as needed, barring intentional physical damage or misuse of the hardware' euest will provide, install, and conflgure a DGE Extension to allow remote access to servers and cameras through lts secure Traverse Datacenter for maintenance, trouþleshooting, and monitoring. Quest w¡ll provide 24 / 7 access 1o its Network Operation Center (NOC) for ticketing and service-related requests, Warranly / Standard of lnstallâtion Upon acceptance of this proposal, Quest will require a minimum of 7 business days to assemble materials bofore beginning any work. Quest wlll perform labor and installatlon of materials as per Quest's "Data Communícations Standards". As per the guidelines.set forth by the State Contractors Associatlon, Quest will provide a one-year warranty covering workmanship and compliance with applicable industry standards' Network cabling, seryers, 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. euest would be prlvileged to prov¡de you wlth additional pricing and consulting information upon r€quest, lf you have any further questions regarding these servlces please contact our offices at (91 6) 338-7070' It is assumed by Ouêst or Quests' agents, that the above project is clear of any asbestos or any other chemical / biological hazard. Payment terms arê NET 30 days from date of invoice' ACCEPTANCE y'v(,,^(fl-æ- AfTBST¡ FERRAIOTO 5-year Servlce Option (wlth uplront cost purchase price):6505.00 Per Month (86,060,CI0 AnnuallY) PRICES VALID FOR 30 DAYS FROM DA|E OF PROPOSAL based on a 60 month agreement Apprrrd s to firm Altoræy Clty Page I Quesf . 9000 Footh¡tts BIvd ste 100, Roseville 95747 . 800.326.4220 . Fax:916.344.5964 Exhibit A/B City of Lodi Phase 1 - Finance Building $urueillance Proiec't Proposal number: Proposal date: Uníi Price 10249-1 1 09114117 Scope ol Work Quest is pleased to provide this proposal for labor and materials to do the following work: Materials Lin Qty UM Description Ext Prlce 1 'I 1 I 6 6 þ 7 3 1 ÉA EA EA EA EA EA EA EA BX ËA EA EA ÊA EA EA EA EA EA EA EA 27 27 HD-NVF3.SI 9,669.60 299.73 4,315.41 422.20 232.05 515.66 547.89 634.91 167.59 57.43 2.87 3.82 276.97 468.77 862.e9 6.00 210.05 579.98 37.62 56.43 Malerial Tolal: 9,669.60 299.73 4,315.41 422.20 1,392.28 3,093.94 3,287.32 4,444.36 502.77 57.49 77.44 103.25 276.97 468.77 862.89 6.00 630.15 579.98 37.62 56.43 $30,584.53 D-24T8 NVR3 2U RACK MOUNT10 20 30 40 50 60 70 80 90 100 110 120 130 140 150 160 170 180 190 200 1 1 1 1 J I 1 1 REDUNDANT POWEB FOR NVR3 24 CAMEBA LICENSE BUNDLE 6MP FISHEYE 360 CAMERA (FOR LOBBY) lMP DOME CAMERA (FOB COUNTERS) 2MP DOME CAMERAW/ANALYTICS (FOR WINDOWS) 2MP DOME CAMERA W/ANALYTICS/IR (FOR INTERIOR) 3MP OUTDOOR DOME CAMERA W/ANALYTICS CATsE PLENUM BLUE JACKET CABLE RJ45 CONNECTIONS CATSE 3'PATCH CORDS CATSE JACKS 32" MONITOR SAMSUNG WYRESTORM HDMI OVER UTP CONVERTEH M|D-TOWER PC, 15-6600, WINDOWS 10 CALIFORNIA E.WASTE BECYCLING FEE FOR 32" SINGLE CAMËRA LICENSE 3MP OUTDOOR PENDANT CAMERA W/ ANALYTICS WALL MOUNT BRACKET FOR PËNDANT CAMËRA COBNER MOUNT BRACKET FOR WALL MOUNT Labor FINANCE BUILDING provide, install, and conflgure one Avigilon 6,0L-H4F-DO1-lR fisheye lens camera in the main lobby (CAM.1). provide, install, and configure one Avigilon g.0c-H4A-Do1 SMP exterior camera on the North enirance to lhe main loþby (cAM.z). provide, lnstall, and configure one Avigilon 3.0c-H4A-Do1 3MP exterior camera on the South entrance to ìhe main lobby (CAM.3)' provide, install, and configure one Avigilon 2,0C-H4A-D1-lR 2MP interior camera inside the lobby (CAM'a)' provlde, install, and configure one Avigilon 1,gc-H4sL-D1 1,3MP interior camera directly above each cashier window (cAM'5-8)' provide, lnstall, and configure one Avigilon 2,0C-H4A-D1 2MP interior camera directly behlnd each wlndow (CAM.9'14)' provlde, install, and configure one Avigllon 2.0C-H4A-01-lR 2MP interior camera inside the openoffice area (CAM,15)' provide, install, and conf igure one Avigilon 2,0C-H4A-D1-lR 2MP ínterlor camera outslde the cash room entrance (cAM,16), provide, install, and configure one Avigilon 2,0c-H4A-01-lR 2MP inteilor camera to cover the south employee entrance (cAM'17), provide, install, and configure one Avigilon 2,0o-H4A-D1-lR 2MP interior camera to cover the North employee entrance (cAM.18). provide, install, and conflgure one Avigilon 2,oC-H4A-D l-lR 2MP interior camera to cover the interior vestibule entrance (CAM,19), Page I provide, install, and contigure one Avigilon 3.0C-H4A-DO1 3MP exterior camera on the North side of the building facing East (CAM.20). provide, lnstall, and configure one Avigilon 3,0C-H4A-DP1 3MP exterior camera on the North side of the building lacing West (CAM,21). provide, install, and configure one Avigilon 3.0C-H4A-DO1 SMP exterior camera on the West side of the buidling facing North (CAM.22)' provide, install, and conflgure one Avigllon 3.0C-H4A-DO1 3MP exterior camera on the South side ot the building facing East (CAM'23)' provide, install, and contigure one Avigilon 3,0C-H4A-DO1 3MP exterior camera 1o replace the existing analog camera covering the cash drop box (CAM,24). provide, install, and conflgure one Avigilon 3,0C-H4A-DO1 3MP exterior camera to replace the existing lP camera covering the cash drop alea on the vault room wall (CAM.25). provide, Ínstall, and configure one Avigilon '1.3C-H4SL-01 1,3MP interior camera directly above each cashier window (CAM,26-27). Provide, inslall, and configure one Avigilon 24TB NVR 2U rack mount appliance ln the MDF. Provide, lnstall, and configure one Avigilon redundant power supply wíth newly installed NVR. Provide, install, and configure 27 Çameß licenses for cameras' provide, install, terminate, test and label one CATSe data cable from each camera and encoder to existing patch panel in IDF' provide, inslall, terminate, test and label one CATSe patch cable per camera from existing patch panel to existing switch' lntegrate all newly installed cameras wÌth newly installed NVR, Assist cuslomer with adding newly installed enierprise class NVR fo Domain for LDAP user integration' Configure NVR to retain footage for a minimum of 30 days, quest will f.eJnove gll ex¡slino cafhgras and mounls. Quest will not remOv,e the cablino to- gxiglinq cameras. Cuslomer resoonçible for orgvidino lP addreqses lor f¡ll endooínl devices, Customer responsiblgfor ensgrinq ava¡labililv of PoE switch ports. Customer responsible f.gr ensuflng avail?Qilitv of gatch pa4el nols' Cuslomer respons¡ble for ensurinq ava¡lab¡l¡tv ol Dower and data for NVR in MDF. Customer resoonsible for ensurinq rack soacq availabilitv in MDF' Cuglom,er resoonsible tor ensurinq confiouration of PoE swilch ports lor aoprooriate VLAN. Ouost w¡ll Þrov¡de up lo 4 hours of ons¡te cJstomer lra¡n¡nq on usaqe and adm¡niglral¡on of svslem. All .cables to be ínstalled w¡lhin ple0um sÞacgof ex¡slino drop ceil¡no us¡¡Jo ex¡st¡nq Dathwavs' provide, install, and contlgure one Samsung 32" monitor on exisling load bearing pole behind cashler lines. provide, install, and conflgure one set of HDMI Wyrestorm UTP converters on either end 0f data run lram monitor to PC locatlon. Provide, install, terminate, test and label one run of data cable from PC location to newly installed monitor localion. customef tg nrovlde Pc to rêsidê on cuslomer's network to displav camera us¡nq cl¡ent' Customer lo ensure avaílab¡l¡lv of 110v oower ât monilor localig.n. Warranty / Slandard ol lnslallatlon Upon acceptance of this proposal, Quest will require a minimum of 7 business days to assemble materials before beginnlng any work, Quest will perform labor and installation of materials as per Quest's "Data Communicaiions Standards". As per the guidelínes set fonh by the State Conlractors Associalion, Quest will provide a one'year warranty covering workmanship and compliance with applicable industry standatds. Network cabling, servers, system sottware installation, neiwork cards, network electronlcs, configuration of hubs and routers, an internet provider, and any other materials not specifically listed will not be provided' euest would be prlvileged to prov¡de you with additional pricing and consulting information upon request. lf you have any lurther questions regarding these servlces please contact our offices at (916) 338-7070. It is assumed by Quest or Quests' agents, lhat the above project is clear of any asbestos or any other chemical I biological hazard, Payment terms are NEI30 days from date of invoice. Page2 Labor Material Frcight Sales tax ¡,589 $30,584,53 Prepay and Add Salâs fex lo bo adde d and eahulaled per cunent slate and locat nun¡cipal¡ties rates at time of invoice.Totat Purchase Pr¡ce $42'174.37 u Apnd s lo form ACCEPTANCE ATTEST¡ Clerk t('l't7 Attermy ERRAIOLO rt" #Ç,Ç Mo^*Vr* Page 3 EXHIBIT C lnsurance 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 prolect Contractor and any subcon{ractor performing work covered by this Agreement from claims for damages for personal injury, including accidental death, as well as from claims for property damages, whích 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. COMPBEHENSTV,EGENERALLTABTLITY $1,000,000 Each Occurrence $2,000,000 General Aggregate 2, COMPREHENSIVEAUTOMOBILELTABILITY $1,000,000 Combined Single Limit Such insurance shall cover liability arising out of any vehicle (including, owned, hired and non-hired vehícles) operated in performing any and all services pursuant to this Agreement, Coverage shall be written on ISO form CA 00 0l 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 securily 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 conlidential 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, Cily of Lodi, Such insurance shall be maintained in force at all times during the term of the agreement and provide an Extended Roporting Period (ERP) for a period of one year thereafter, for services completed during the lerm of the agreement. All límits are to be designated strictly for the City of Lodi, ils elected and appointed boards, commissions, officers, agents, employees, and volunteers. All deductibles or self-insured retentions (SlR} must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereínabove. lnsurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfled by either the Named lnsured(s) or ihe City of Lodi. It is required that any available insurance proceeds þroader 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 requiremenls 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 thal any'insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is al least consistent with lhe 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 Nqmed lnsr{ed Endorsement Pursuant to a separate endorsement (lSO form CG 2010 (11185) 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) Primarv and Non-ContriÞutorv lnsurance Endors.ement 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 I I of2 pages å Risk: rev.03.2016 lnsurance Reouirements 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, 9ã24A; (2) The insurance certificale must state, on its face or as an endorsement, a description of the proiect that it is insuring. (c) Waíver of Subroqation lnclude a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions, offìcers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability. (d) Limits of Coveraoe Ïhe limits of insurance coverage required may be satislied by a comÞination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a provision lhat such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before lhe City's own insurance or self-insurance shall be called upon to protect the City as a named insured. ' (e) Severability of lnterest 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 píne St., Lodi,cA 95240. (S) Continuity of Coveraqe All policíes shall be in effect on or before the fìrst 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 tnát ã óew'or extended policy has been obfained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at leasl an annual basis during the Term. lf Contractor,s insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and ímmediately obfain replacement insurance. (h) Failure to 9omplvlf Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the C¡ty 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 Califoinia, The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursemeniand interest on the first (1'') day of the month following the City's notice. Notwithstanding any other provision of this Agreement, if Contraclor fails or refuses to obtain or maintain insurance as required by this agreemenl, or failsto 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 diligenfly pursue the removal of any and all of its personal property from the site or facilities. (i) Qualified lnsurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of California whích are rated at least "A-, Vl" 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 (LESLÍ list) and otherwise meet C¡ty requirements. Workerg.Cglngensation lnsurance The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation lnsurance 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 lnsurance for all of the latte/s employees unless such employees are covered by the protection afforded by the Contractor. ln case any class of employees engaged in hazardous work under this Agreement at the site of the project is not prolected under the Workefs Compensation Statute, lhe Contractor shall provide and shall cause each subcontractor to provide insurance for the protection of said employees, A walver of subrogation is required for workers cotnpensation 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 thís right shall not constitute a waiver of the City's right to exercise after the effective date. Page2 | of2 pages f Risk: rev.03.20'16 xh¡t2 t TET 1l }IOLO6T I'IAüIAGE H EilT TECl{ NOLOGY 14À}'IAGEl'l E t{T Products Descrlptlon 3x 5 MP, WDR, LightGatcher, 2.8mm, Gamera Only 3x 5 MP, WDR, LightCatcher, 4mm, Camera Only 12.0 MP, Fisheye Camera, Day/Night, 1.45mm ll2.2,lnlegrated lR 6.0 MP WDR, LightCatcher, Day/Night, Outdoor Dome, 4.9'8mm f/1.8 P-iris lens, lntegrated lR, Next-Generation Analytics 6.0 MP WDR, LightCatcher, Day/Night, Pendant Dome, 4.9'8mm f/1.8 P-iris lens, lntegrated lR, Next-Generation Analytics 2.0 MP (1080p)WDR, LightGatcher, Day/Night, Outdoor Dome, 3.3' 9mm f/1 .3 P-iris lens, lntegrated lR, Next-Generation Analytics 2.0 MP (1080p) WDR, LightCatcher, Day/Night, lndoor Dome, 3.3' 9mm f/1.3 P-iris lens, lntegrated lR, Next-Generation Analytics 4.0 MP WDR, LightGatcher, Day/Night, Indoor Dome,3.3'9mm il1'3P' iris lens, lntegrated lR, Next-Generation Analytics 2.0 MP (1080p)WDR, Lightcatcher, Day/Night, Pendant Dome, 3.3' 9mm fl1.3 P-iris lens, Integrated lR, Next-Generation Analytics 4.0 MP WDR, LightGatcher, Day/Night, Pendant Dome,3'3'9mm f/1.3 P-iris lens, lntegrated lR, Next-Generation Analytics ACC 6 Enterprise license for up to 24 camera channels Avigilon Enterprise License for 1 Gamera OUTDOOR PENDANT MOUNT ADAPTER Pendant NPT adapter OUTDOOR SURFACE MOUNT ADAPTER DOME BUBBLE AND COVER FOR OUTDOOR SURFACE MOUNT Gorner mount adapter Wall mount bracket for use with HSA/H4A pendant dome cameras CATG Plenum Cable Blue 1U 24 Port Modular Patch Panel GigaSPEED XL GSSE Stranded Gordage Modular Patch Cord Cat 6 Data Jack-Black Quest Technology Management 9000 Foothills Blvd Suite 100 Roseville, CA.95747 Page: 2 of 9 Frice $1,296.00 $1,296.00 ç777.6A $925.20 $882.00 $720.00 $612.00 s714.24 $676.80 $959.28 $4,820.40 9221.10 $1 15,20 $39.60 $1 15.20 $115.20 $60.00 $43.20 9243.74 $62.22 $1 1.45 $7.62 Qty 592. 256. .60777 Ext. $2, $ $ Price $5,551.20 2 1 1 b 3 2 00 00 2 $2,646.00 $1,440.00 91,224.00 s714.24 $2,030.40 $3,837.12 $4,820.40 $221,10 $345.60 $1 18.80 $345,60 $345.60 $60.00 $432.00 $1,462.44 $373.32 $503.80 $350.52 3 4 1 1 e 3 3 3 1 10 6 6 44 46 TTCtl }¡OLOGY I'IAIIAG E t'l EI{T Products Description l'5/16" J-Hook J-Hook with RodMire Clip, 314" dia, l/8"-3/8" Flange, 1/4" Rod, Box of 40 VELCRO@ Brand One-Wrap Tie Bulk Roll Velcro 1' EMT Gonduit 1" EMT Conduit 1'' EMT CONNECTOR I'' EMT COUPLING 1'' EMT COUPLING 4 SQ OUTLET BOX 2118 DP1 KO WELDED 4 SQ OUTLET BOX 2118DPl KO WELDED SS Bl2OOHS1OÊ,G 112 SLOT CHANNEL EL UNISTRUT CHANNEL I.!N 1H STL EMT STRAP SS 7031EG UNIVERSAL CLAMP SS 7O3,IEG UNIVERSAL CLAMP 2" EMT Conduit 2" EMT Conduit SS 7O32EG UNIVERSAL CLAMP H ard D rive, 6T,512E.51 2,7 .2K,3.5,T-TC, Ed g e Gard Copper Cable, Category 6, 23 AWG, 4 Pair, F/UTP Guide Wire, Lashing. 3/4.STEEL THINWALL CONDUIT 3/4.STEEL COMP CPLG 3/4-STEEL COMP CONN 3/4 EMT 2 HOLE STRAP Pull/Junction Box, Screw-Cover, Type l, 6"H x 6"W Pull/Junction Box, Screw-Cover, Type 1, 6"H x 6"W x 6"D, Steel, with knockouts PULL BOX SCREW COVER KOFTS 12X12X4 Quest Technology Management 9000 Foothills Blvd Suite 100 Roseville, ÇA95747 $28.68 Page: 3 of 9 Friee $2.98 $100.10 $21.35 $15,96 $0.46 $0.54 $1.50 $3.06 $15.66 $1.06 $37.07 $1.38 $474.90 $465.84 $300.00 $1.1e $0.50 $0.60 $0.18 $15.30 2 Qty 125 1 11 4 10 24 10 4 1 2 2 1 1 130 20 10 30 1 Ext. Price $372.50 $1 00.1 0 $42.70 $175.56 $1.84 $5.40 $6.00 $3.06 $375.84 $10.60 $37.07 $2.76 $e4e.80 $465.84 $300.00 $154.70 $10,00 $6.00 $5.40 $15.30 $28.68 TECll l¡0toGY ltÂl'lÀGt ll t llT Products CAT6 SHIELDED PLUG 4U Hinged Wall Mount Patch Panel Mounting Bracket Gomsumables, Misc. Hardware Miscellaneous Tamper resistant two-piece latching surface raceway, 10' LDPHI0 Power Rated Outside Gorner Fitting, Electric lvory, Pack of 10 Inside corner fitting for use with LDPHI0 and LD2P10 raceway, Electric lvory LDPH10, LD2PI0 Power Rated Right Angle Fitting, Electric lvory, Pack of 10 LDPHI0, LD2P10 Power Rated End Gap Fitting, Electric lvory, Pack of 10 LDl0 / LDPH10 / LD2P10 Power Rated Coupler Fitting, Electric lvory, Pack of l0 NEMA single gang box 40'Boom lift rentalfor I month Taxes for Project Freight for Project $1.e8 $44.86 $960.00 $33.90 $24.26 $34.79 $35.30 g'19.27 $20.72 $18.00 $3,000.00 $3,604.67 $3,495,43 þ I 1 7 1 4 1 1 1 Subtotal: Project lnstallation CITY HALL Provide and install ('1) 2" conduit pathway from 1st floor to Attic space. Provide and install (1) 24 port modular patch panel in customer provided rack space in City Hall. Provide, install, terminate, test, and label (1) run of plenum CAT6 to (10) new camera locations in City Hall. Provide, install, and configure (1) Avigilon 2MP indoor dome camera inside 2nd floor lobby facing South. (cAM.01) $72.00 $3,000.00 $3,604.67 $3,495,43 $34.79 $35.30 $19.27 920.72 $1 1.88 $44.86 $960,00 $2s7.30 $24.26 P rolyi{g, in_sJq!, atr_d gg¡flgu-tç,{U lvig.ilo¡l-lt/!P-ild-qg 9on-e9?ry19l3 [1$d9--l¡{fo-9¡ lgþÞf feçlng North. ;Þage: 4 of 0' TECtlNOLOGY I4AIIAGEI'I EI{T Project ' Scopo of Work (cAM.o2) Provide, install, and configure (1) Avigilon 12MP Fisheye dome camera inside 3rd floor hallway. (CAM.03) Provide, install, and configure (1) Avigilon 2MP outdoor dome outside West side entrance. (CAM.04) Provide, install, and configure (1)Avigilon 2MP outdoor dome outside Nofthwest back entrance. (CAM.05) Provide, install, and configure (4) Avigilon 4MP outdoor domes on east side to cover entrances and surrounding area. (CAM.6-7) Provide, install, and configure (1) Avigilon 2MP outdoor dome outside South entrance. (CAM.08 Provide, install, and configure (2)Avigilon 4MP outdoor domes outside front entrance, (CAM.09-10) Add to ACC and configure into views for Customer. FIRE DEPARTMENT Provide and install conduit pathway for (3) cameras through Apparatus Bay. Provide and install (1) 24 port modular patch panel in customer provided rack space in Fire Department. Provide, install, terminate, test, and label (1) run of plenum CAT6to (3) newcamera locations in Fire Depaftment. Provide, install, and configure (1) Avigilon 15MP Multisensor outdoor 270 degree dome on corner to cover FD perimeter.(CAM.1 1) Provide, install, and configure (1) Avigilon 6MP outdoor dome to cover parking lot and perimeter.(CAM.12) Provide, install, and configure (1) Avigilon 6MP outdoor dome to coverfront of Apparatus Bay and Perimeter.(CAM.13) Add to ACC and configure into views for Customer. DC HALLWAYAND STORAGE Provide, install, terminate, test, and label (1) CAT6 plenum cable from DC or IDF to new camera location. Provide, install, and configure (1) Avigilon 2MP lndoor dome to cover DC Door from hallway. Add to ACC and configure into views for Customer. Provide and install (2) 6T8 hard drives in existing server to upgrade storage forfuture retention needs. LODI PARKS DEPARTMENT YARD. Provide and install new guide wire from parks building to shed. Provide and install conduit pathway from guide wire handoff to (1) camera locations. Provide, install, terminate, test, and label (1) run of CAT6 OSP from switch to (2) camera locations. Quest Technology Management Price 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 5 of 9 TTCll NOLOGY l'1AIIAGE I'I E IIT Project Scope of Work Provide, install, and configure (1) Avigilon 15MP multisensor camera on shed to cover back side of yard. Provide, install, and configure (1) Avigilon 15MP multisensor camera on pole to replace existing cameras on pole. Add to ACC and configure into views for Customer. HALE PARK Provide, install, and configure (2) Avigilon 6MP outdoor dome cameras on new Parks Dept, building to cover South side of park and intersection. Provide, install, and configure (2) Avigilon 6MP outdoor dome cameras on old Annex to cover North side of park and intersection, Provide, install, terminate, test, and label (1) run of CATG to each new camera location. Add to ACC and configure into views for Customer. CARNEGIE FORUM Provide, install, and configure (1) Avigilon 2MP outdoor dome camera on West side of building to cover basement entrance. Provide, install, and configure (1) Avigilon 2MP outdoor dome camera on Norlh side of building to cover basement exit. Provide, install, and configure (2) Avigilon 6MP outdoor dome cameras on East side of building to cover entrances and critical areas. Provide, install, and configure (1) Avigilon 6MP outdoor dome camera on South side of building to cover entrance and front area, I Provide and install (1)24 port m{Oular patch panelin IDF in available rack space. I Provide, install, terminate, test, and label (1) run of CAT6 from IDF to (5) new camera locations, Provide and install cabling supporl and raceway where necessary. Add to ACC and configure into views for Customer. All work to be completed during normal business hours. Priee Shipping Desorlption Freight Charges Shipping will be added at the time of the bill Quest Technology Management Frioe $0.00 Subtotal: $32,310,00 Ëxt. Priee $0.00 $o.oo Qty 9000 Foothills Blvd Suite 100 Roseville, C495747 Subtotal Page: 6 of 9 TECHI¡OTOGT I'IAI{AGEI'IE I{T Sales Tax t Sales tax to be added and calculated per current state and local municipalities rates at time of invoice. ''::.7 TECtlII0L0GY t'lAllÀGEl'l EtlT Lodi Avigilon Expansion Project i"'e'e¡l;*l"eid å:X": Quest Technology Management Bill Dickens (916) 338-7070 Bill_Dickens@questsys.com [lr'rn ¡li.:l ti',.l l'$ ,1'<,iti': City of Lodi 221W Pine St Lodi, CA 95240 Benjamin Buecher (209) 333-5548 bbuecher@lodi.gov (.ì r n * lLr.: ii rìlf 4-) rri"d ¡li:ii dì 3 r : Quote #: 014003 Version: 7 Delivery Date: 06/30/2020 Expiration Date: 07 I 1 6 12020 Quote Summary Desoription Products Project Total Warranty / Standard of lnstallation Upon acceptance of this proposal, Questwill 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. Questwould be privileged to provide you with additional pricing and consulting information upon request. lf 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. Terms and Gonditions Quest is hereby authorized to furnish all materials and labor to complete the work specified in this proposal, for which l/we agree to pay the contract price mentioned in this proposal, and according to the terms thereof. ln 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. l/we have read and agree to the provisions contained herein, and in any attachments that are made a part hereof and are described in the proposal, Quest Technology Management Amount $46,117.37 $32,310.00 $78,427.37 9000 Foothills Blvd Suite 100 Roseville,CA95747 Page: 8 of 9 TTIIIII()MGT üAilAGEI'IE ÌIT Quest Technology Management Signature: Name: Title: Date: BillDickens City of Lodi Signature: Name: Date: Benjamin Buecher Physical Security Engineer a6t3012020 . 'i;: "i" íffie' .:,.. . ...:I.;:i:i-'.,. r! ..'Ti. .:.'"1 ':i1 I ü TE{ ll IIOLTGT I'IÀ IIAG E H E il T TECtl }¡ OLOGY I'f A}IAGEI'I E}IT Project ' Scope of Wotk Scope of Work Quest is pleased to provide this proposal to add (24) cameras to the existing agreement: 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. Questwillprovide, 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 I 7 access to its Network Operation Center (NOC) for ticketing and service-related requests. New Monthly Gost For Remainder Of Term: $875.00 TotalAdditional Cost Over Remainder Of Gontract: $10,800.00 Shipping Description Freight Charges Shipping will be added at the time of the bill. Quest Technology Management Prlce $o.oo $o.oo QtvFrlce btotal Ext. Priee $0.00 $0.00 9000 Foothills Blvd Suite 100 Roseville,Ç495747 Su Page:2 ol 4 TECllilotoGT ltAt{AGEt't $tT Sales Tax t Sales tax to be added and calculated per current state and local municipalities rates at time of invoice. 3 ef'd TECl{ }¡OLOGY I'IANAGEII EIIT Addendum to MS#56502 | :, l';... ¡];;ì r'i,r rll u.n'1:' ; Quest Technology Management Bill Dickens (s16) 338-7070 Bill_Dickens@questsys, com Bill Dickens Physical Security Engineer 06t3012020 ft:"i'c; i ¡¡i i'i:,'i:l i'r.¡il'l City of Lodi 221 W. Pine Street Lodi, CA 95240 Benjamin Buecher (209) 333-5548 bbuecher@lodi.gov 'i..i t I r., i.i:¡ lj i ì í¡.rl'Í ¡ I ;,ì,1.i'; ¡irll : Quote #:014125 Version: 1 Delivery Date: 06/30/2020 Expiration Dale: 081 1 412020 =. Warranty / Standard of lnstallation Upon acceptance of this proposal, Quest will require a minimum of 7 business days to assemble materials before beginning any work. Quest will pedorm labor and installation of materials as per Quest's "Data Communications Standards". As per the guideÍines 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. euestwould be privileged to provide youwith additionalpricing and consulting information upon request. lf you have anyfurther questions regarding these services please contact our offices at (916) 338-7070' li is assumed by Quest or Quests' agents, that the above project is clear of any asbestos or any other chemical / biologicalhazard. Payment terms are NET 30 days from date of invoice. Terms and Conditions Quest is hereby authorized to furnish all materials and labor to complete the work specified in this proposal, for which l/we agree to pay the contract price mentioned in this proposal, and according to the terms thereof. ln ihé 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, l/we have read and agree to the provisions contained herein, and in any attachments that are made a part hereof and are described in the proposal. Quest Technology Management City of Lodi {L*Signature: Name: Title: Date: Signature Name: Date: Benjamin Buecher Quest Technology Management 9000 Foothills Blvd Suite 100 Roseville, C495747 Page: 4 of 4 û TET l{ I{O L(}GT I'IA hIAG E I-I E I{ T TIC1l ilotoGY ]lAl{AG El'l EllT II@gllJ{Wo** * *** .*" **,*oo*,**,"*,*.=:ariËù-.nÐ':...!: : All calls will have a minimum charge as follows: I am to 5 pm $300 minimum charge for four man-hours. Overtime (after 5 pm), Weekends & Holidays $440 minimum charge forfour man-hours. Additionallabor hours will be charged as follows: I am to 5 pm $75 per man-hour for additional labor Overtime (after 5 pm), Weekends & Holidays $1 10 per man-hour for additional labor. Project Coordinator $85 per man-hour TravelCharges are as follows: All Travel$60 per man-hour Materials and shipping cost will be billed as actual plus a processing fee. Charges will start when the technician leaves the Quest office. Scope of Work: Technician to relocate (1) Finance Department camera outside of room and re-aim to Customer approved view. Total$647.50 Shipping Standard Shipping Standard Shipping Standard Shipping Prepay and Add to lnvoice Sales Tax I Sales tax to be added and calculated per current state and local mun¡c¡palities rates at time of rnvotce. TECI| ilotocY r4ÂltÄGt 1{ t 1{T /Standard of lnstallation Warranty I Standard of lnstallation Upon acceptance of this proposal, Quest will require a minimum of 7 business days to assemble materials before beginning any work. Quest will per{orm 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-yeaÍ 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. lf you have any further guestions 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. 'Þage: s of4 TECH NOLOGY I'IA}'IAGE I'I E NT T&M To Move Finance Camera Å l'ì ;'r,¡ F ¡¿-ri l'ir,,iE fr l\i' : Quest Technology Management Bill Dickens (916) 338-7070 Bill_Dickens@questsys. com I ri'¡,-: f];,1 r''ûc;ì l'¿ ¡r: City of Lodi 215 W Elm Street Lodi, CA 95240 Danny Duke (209) 333-5560 dduke@lodi.gov ii"r n ¡¡ n¡¡', r ij |jìí]¡,;['l'a ¡;l'ùf r ¡l È " Quote #: 013802 Version: I Delivery Date: 03/03/2020 Expiration Dale'. 04117 12020 Quest is hereby authorized to furnish all materials and labor to complete the work specified in this proposal, for which l/we agree to pay the contract price mentioned in this proposal, and according to the terms thereof. ln 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. l/we have read and agree to the provisions contained herein, and in any attachments that are made a part hereof and are described in the proposal. Quest Technology Management City of Lodi qL-- Signature Name: Title: Date: Bill Dickens Signature Name: lnitials: Date:31312020 11:18:35 AM lPAddress: 209.23.214.253 Email Address: dduke@lodi. gov PO Number: Danny Duke Physical Security Engineer DD 03t03t2020 Quest Technology Management 9000 Foothills Blvd Suite 100 Roseville, C495747 Page: 4 of 4 RESOLUTTON NO. 2020-177 A RESOLUTION OF THE LODICITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 3 TO THE PROFESSIONAL SERVICES AGREEMENT WITH QUEST MEDIA AND SUPPLIES, INC., OF ROSEVILLE, FOR PURCHASE AND INSTALLATION OF SERVER STORAGE AND VIDEO SURVEILLANCE CAMERAS AT CITY HALL, PARKS AND RECREATION MAINTENANCE FACILITY, AND FIRE STATION NO. 1, INCLUDING SYSTEM SUPPORT AND MAINTENANCE PLAN WHEREAS, in an effort to enhance security at City facilities, it is vital to expand the video surveillance program within City Hall, Civic Plaza, and Hale Park; and WHEREAS, there have been reoccurring acts of graffiti over the past month at the Veteran's Plaza and repeated vandalism at Fire Station No. 1, damaging apparatus bay doors and personal vehicles, Lodi Police have reported several cases of violence at Hale Park, and Parks and Recreation have had repeated trespassing, theft, and vandalism at the Park's Maintenance Facility; and WHEREAS, adding additional cameras will give staff the opportunity to identify suspects or possibly deter vandalism to City property; and WHEREAS, implementing a modern video surveillance system will improve protection of City assets, which includes cash, infrastructure, and staff; and WHEREAS, the enhanced video resolution and coverage angles will improve identification of faces and vehicles, and digital video surveillance systems store all the footage from the cameras on a digital video recorder, giving a centralized management point for both City staff and Police, if necessary, to monitor and react in a timely manner; and WHEREAS, on October 4, 2017, Council adopted a resolution authorizing the City Manager to execute a Professional Service Agreement with Quest Media & Supplies, lnc., of Roseville, for the purchase and installation of video surveillance system and maintenance plan, in the amount of $72,475. Amendment No. 1 was authorized by Council on May 16, 2018 and included equipment and installation at Lodi Police Department, in the amount of $23,996. Amendment No. 2 was authorized by Council on June 17, 2020 and included certain camera upgrades within the Finance building, in the amount of $5,989. lf approved, Amendment No. 3 will add $89,875 to the agreement amount, for a total agreement amount of $192,335; and WHEREAS, staff recommends that the City Council authorize the City Manager to execute Amendment No. 3 to the Professional Services Agreement with Quest Media and Supplies, lnc., of Roseville, for purchase and installation of server storage and video surveillance cameras at City Hall, Parks and Recreation Maintenance Facility, and Fire Station No. 1, including system support and maintenance plan, in an amount not to exceed $89,875. NOW, THEREFORE, BE lT RESOLVED that the Lodi City Councildoes hereby authorize the City Manager to execute Amendment No. 3 to the Professional Services Agreement with Quest Media and Supplies, lnc., of Roseville, California, for purchase and installation of server storage and video surveillance cameras at City Hall, Parks and Recreation Maintenance Facility, and Fire Station No. 1, including system support and maintenance plan, in an amount not to exceed $89,875; and BE lT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (adopted 1116119, Resolution No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above-referenced document(s) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: August 19,2020 I hereby certify that Resolution No. 2020-177 was passed and adopted by the City Council of the City of Lodi in a regular meeting held August 19,2020, by the following vote: AYES: COUNCIL MEMBERS - Chandler, Mounce, Nakanishi, and Mayor Kuehne NOES: COUNCIL MEMBERS - None ABSENT: COUNCIL MEMBERS - None ABSTAIN: COUNCIL MEMBERS - None NIFE USMIR City 2020-177