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
ۖn{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