Loading...
HomeMy WebLinkAboutAgenda Report - August 4, 2021 C-06AGENDA ITEM CITY OF LODI a COUNCIL COMMUNICATION TM C-6 AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 5 to Professional Services Agreement with Quest Media & Supplies, Inc., of Roseville, for Purchase and Installation of Surveillance Cameras including System Support and Maintenance Plan ($17,000) MEETING DATE: August 4, 2021 PREPARED BY: Information Technology Manager RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 5 to Professional Services Agreement with Quest Media & Supplies, Inc., of Roseville, for purchase and installation of surveillance cameras for Fire House 2 including system support and maintenance plan ($17,000). BACKGROUND INFORMATION: In an effort to enhance security at City facilities, it is vital to expand the video surveillance program to include Fire Houses within Lodi. There have been times Staff has had to deal with vandalism outside the fire house, theft of personal belongings from personal vehicles, and trespassing by homeless. Implementing 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, Inc., 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. On August 25, 2020, Council authorized Amendment No. 3 to install additional cameras in City Hall, Civic Plaza, Fire House 1, Hale Park and Parks and Recreation maintenance yard, in the amount of $89,875. Amendment No. 4 was authorized on May 19,2021 for the installation of security door cameras for the entrance to City Administration and the entrance of Human Resources and upgrade the software for the ACC unit in the amount of $14,052.05. Amendment No. 5 will add surveillance cameras at Fire House 2 and add maintenance the remainder of the service contract for a total agreement amount of $223,387.05. Quest Media & Supplies, Inc. offered real-time 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, Inc. will replace, repair, APPROVED: Stephen Schwabauer, City Manager K:\WP\C0UNCIL\2020\C Quest BB doc 7121/2021 Adopt Resolution Authorizing City Manager to Execute Amendment No. 5 to Professional Services Agreement with Quest Media & Supplies, Inc , of Roseville, for Purchase and Installation or Surveillance Cameras including System Support and Maintenance Plan ($17,000) Page 2 and maintain all endpoint devices during the life of the contract, as needed, barring intentional physical damage or misuse of the hardware. Quest Media & Supplies, Inc.'s real-time network monitoring helps ease the pressure of City staff from conducting regular testing and maintenance of the video surveillance system. Staff recommends authorizing City Manager to execute Amendment No. 5 to Professional Services Agreement with Quest Media & Supplies, Inc., of Roseville, for purchase and installation of video surveillance cameras at Fire House No.2 ($15,920) and increase the maintenance contract by $1,080 for the next 12 months for a total amount of $17,000. FISCAL IMPACT: Funding for this project is included in the Fiscal Year 2021/22 budget. FUNDING AVAILABLE: Purchase and Installation Fiscal Year 2021/22 Budget, Public Works Project (GFCP-20004) $15,920 The remainder of the five-year maintenance of $41,100 will increase by $1,080 for 12 months for a total of $42,180. The remainder of the original contract will remain funded from the following sources: Fund Percentage Account General Fund 37% 10020203.72499 Electric Utility 44% 50060001.72499 Wastewater 8% 53503001.72499 Water 11% 56052001.72499 Andrew Keys Deputy City Manager/Internal Services Director Benjamin Buecher Information Technology Manager AK/BB/tc Attachment K:\WP\COUNCIL\2020\C Quest BB doc 7/21/2021 AMENDMENT NO. 5 QUEST MEDIA & SUPPLIES, INC. PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT NO. 5 TO PROFESSIONAL SERVICES AGREEMENT, is made and entered this day of '2021, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and QUEST MEDIA & SUPPLIES, INC., 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, Amendment No. 2 on August 6, 2020, Amendment No. 3 on August 25, 2020 and Amendment No. 4 on May 19, 2021 (collectively the "Agreement"), as set forth in Exhibit 1, attached hereto and made part of; and 2. WHEREAS, CITY now requests to increase the fees by $17,000 in addition to the original Professional Services Agreement in the amount of $72,475, Amendment No. 1 in the amount of $23,996, Amendment No. 2 in the amount of $5,989, Amendment No. 3 in the amount of $89,875, Amendment No. 4 in the amount of $14,052.05, for a total amount of $220,439.10, 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. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 5 on the date and year first above written. CITY OF LODI, a municipal corporation hereinabove called "CITY" STEPHEN SCHWABAUER City Manager Attest: JENNIFER CUSMIR, City Clerk Approved as to Form: JANICE D. MAGDICH, City Attorney jdm QUEST MEDIA & SUPPLIES, INC., a California corporation hereinabove called "CONTRACTOR" VLADIMIR PIVTORAK Operations Manager, Infrastructure Exhibit 1 AMENDMENT NO, 4 QUEST MEDIA & SUPPLIES, INC. PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT NO.4 TO PROFESSIONAL SERVICES AGREEMENT, Is made and entered this z g day of I . 2021, by and between the CITY OF LODI. a municipal corporatlon (hereinafter "CITY'), and QUEST MEDIA & SUPPLIES, INC., 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, Amendment No. 2 on August 6, 2020, and Amendment No. 3 on August 25, 2020 (collectively the "Agreement"), as set forth in Exhibit 1, attached hereto and made part of; and 2, WHEREAS, CITY now requests to Increase the fees by $14,052,05 including $5,000 for time and materials to cover repairs not included, In addition to the original Professional Services Agreement in the amount of $72,475, Amendment No, 1 in the amount of $23,996, Amendment No. 2 in the amount of $5,989, and Amendment No, 3 in the amount of $89,875, for a total amount of $206,387,05, 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. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 4 on the date and year first above written. CITY OF LODI, a municipal corporation hereinabove called "CITY" Steve Schwabauer STEPHEN SCHWABAUER City Manager At Ie t: NIFE CUS I , City Clerk Approved as to Form; Janice D. Magdich JANICE D. MAGDICH, City Attorney jdm QUEST MEDIA & SUPPLIES, INC,, a California corporation hereinabove called "CONTRACTOR' DI M I R -PI VTC+RAX Operations Manager, Infrastructure EXHIBIT 1 AMENDMENT NO, 3 QUEST MEDIA a SUPPLIES, INC, PROFESSIONAL SERVICES AGREEMENT THIS AMENDMENT NO, 3 TO PROFESSIONAL SERVICES AGREEMENT, Is made and entered this _ day or ��- 2020, by and between the CITY OF LODI, a munlcipal corporation (here(nafter°CITY"), and QUEST MEDIA & SUPPLIES, INC,, a California corporation (hereinafter "CONTRACTOR"). WITNESSETH; 1, WHEREAS, CONTRACTOR and CITY entered Into a Professional Services Agreement on November 3, 2017, Amendment No, i on June 25, 2016, and Amendment No. 2 on August 8, 2020 (collectively the "Agreement"), as set forth In Exhibit 1, attached hereto and made part of; and 2, WHEREAS, CITY now requests to Increase the fees by $69,975, In addition to the original Professional Services Agreement In the amount of $72,475, Amendment No. 1 In the amount of $23,990, and Amendment No, 2 In the amount of $5,969, 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 partles agree to amend the Agreement as set forth above. All other terms and conditions of the Agreement remain unchanged, IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 3 on the date and year first above written, CITY OF LODI. a municipal corporation hereinabove called "CITY" Steve Schwabauer STEPHEN SCHWABAUER City Manager Attest: �'FENNIR S I , City Clerk Approved as to Form: Janice D. Magdich JANICE D. MAGDICH, City Attorney )dm QUEST MEDIA & SUPPLIES, INC., a California corporation hereinabove called "CONTRACTOR" GUIMIR PIVTORAK iSp ructure Exhibit 1 AMENDMENT NO, 2 QUEST MEDIA AND SUPPLIES, INC, VIDEO SURVEILLANCE SYSTEM INSTALLATIONAND MAINTENANCE THIS AMENDMENT NO, 2 TO PROFESSIONAL SERVICES AGREEMENT, made and entered this _ 4� day of1020, by and between the CITY OF LODI, a municipal corporation (hereinafter ."1TY"), and Quest Media and Supplies, Inc. (hereinafter "CONTRACTOR"). WITNESSETH; I. WHEREAS, CONTRACTOR and CITY entered Into a Professional Services Agreement on November 3, 2417 In the amount of $42,174,37 and Amendment No. 1 on June 26, 2018, to Increase the annual "not to exceed amount" from $42,174,37 to $65,168.76, as a resuii of increased surveillance services adding labor and maintenance In the Police Department ("Amendment No, 1"). The Agreement and Amendment No. 1 are attached hereto as Exhibits A and A-1, respectively, and made a part hereof. All other terms and conditions remained unchanged. 2, SECOND AMENDMENT: CONTRACTOR and CITY requested to perform additional work as set forth In the Scope of service attached hereto as Exhibit A-2, and Increase the total cost to $71,739.37; and 3. WHEREAS, CONTRACTOR agrees that If required by state law, Including Labor Code 1724, 1771,1774, 1775, and 1776, CONTRACTOR must pay prevailing wages, CONTRACTOR Is responsible for Interpreting and implementing any prevailing wage requirements and CONTRACTOR agrees to pay any penalty or civil damages resulting from a violation of the prevailing wage taws. In accordance with Labor Code 1773.2, copies of the prevailing wage rates are available at the website for State of California Department of Industrial Relations at Lilt rllwww.dir.ca, ov 4. WHEREAS, CONTRACTOR agrees to said 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 $5,568.82 as set forth In Exhibit A-2, for an annual cost of services of $71,738.37. IN WITNESS NERE F, CITY and CONTRACTOR have executed this Amendment No. 2 on .t1� 2020. CITY OF LODI, a municipal corporation hereinabove called "CITY" Steve Schwabauer STEPHEN SCHWABAUER City Manager Quest Media and Supplies, Inc. hereinabove called "CONTRACTOR" 6Ar1R PIVTORAK OPERATIONS MANAGER Attest: PA -ML -L-A F [S- ennr er Uamir AsGists nt-City-Gler-c- City Clerk Approved as to Form: Janice D, Magdich JANICE D. MAGDICH City Attomey Exhlbit 1 AMENDMENT NO, 1 QUEST MEDIA AND SUPPLIES, INC, VIDEO] SERVEILLANOE SYSTEM INSTALLATION AND MAINTENANCE [.jY)r— THIS AMENDMENT NO. 1 TO ROf=ESSIONAL SERVICES AGREEMENT, made and entered this Zbdav of , 2018, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Quest Media and Supplies, Inc, (hereinafter "CONTRACTOR"). WITNESSETH; 1, WHEREAS, CONTRACTOR and CITY entered Into a Professional Services Agreement on November 3, 2017 in the amount of $42,174.37, a true and correct copy of which Is attached as Exhibit 1; and 2, WHEREAS, CITY requested to perform additional work as set forth in the Scope of service attached hereto as Exhibit 2, and increase the total cost to $66,169,75; and WHEREAS, CONTRACTOR agrees that If required by state law, including Labor Code §§ 1720, 1771, 1774, 1775, and 1776, CONTRACTOR must pay prevailing wages, CONTRACTOR Is responsible for Interpreting and implementing any prevailing wage requirements and CONTRACTOR agrees to pay any penally or civil damages resulting from a vlolatlon of the prevailing wage laws. In accordance with Labor Code § 1773,2, copies of the prevailing wage rates are available at the website for State of California Department of Industrial Relations at http;Nwww.dfr.ca.gov. 4. WHEREAS, CONTRACTOR agrees to said amendments; and 5. WHEREAS, all other terms and conditions remain unchanged. NOW, THEREFORE, the parties agree to amend the Scope of Services and Increase the fees by $23,895.38 as set forth in Exhibit 2, for an annual cost of services of $66,169.75, IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Amendment No. 1 on .__CJ _ 2018, CITY OF LODI, a municipal corporation hereinabove called "CITY" � c STEPHEN SCHWAIIAIJER City Manager Quest Media and Supplies, Inc, hereinabove called "CONTRACTOR" VLADIMIR PIVTORAK Operations Manager, Infrastructure Attest: , ' JENNIFER M. FERRAlCL❑ City Clerk Approved as to Form: JOiP, FU ASAVV Deputy City Attorney ; •�' Exhibit 1 AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on *%1.3, 2017, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Quest Media and Supplies, Inc. (hereinafter "CONTRACTOR"), Section 1.2 Purpose CITY selected the CONTRACTOR to provide the services required in accordance with attached Scope of Services, Exhibit A, attached and incorporated by this reference. CITY wishes to enter into an agreement with CONTRACTOR for VIDEO SURVEILLANCE SYSTME INSTALLATION AND MAINTENANCE (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A, Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services, CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to 1 weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Nleetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement. Section 2.6 Term The term of this Agreement commences on SEPT 2, 2017 and terminates upon the completion of the Scope of Services or on AUGUST 31, 2022, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3,2 Method of Payrnent CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable, CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal, Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services, Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY, Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under Investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement, 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Com liance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Llahill� Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement, 4 Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY, Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Benjamin Buecher To CONTRACTOR: QUEST MEDIA & SUPPLIES, INC. 9000 FOOTHILLS BLVD, ROSEVILLE, CA 95747 ATTN: VLADIMIR PIVTORAK Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of 5 the services and work to be performed hereunder, CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY, However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 ConfidentialitV CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted In writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act, Section 4.13 Applicable Law, Jurisdiction Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court, 6 Section 4.14 City_Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3,01,020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder, Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder, Section 4,16 Inte ration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder, This Agreement may not be modified or altered except in writing, signed by both parties, Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severabllliv The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours, Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days, CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. 7 Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST; J�4FER M. RRA OLO Cit,Cler€c APPROVED AS TO FORM; JANICE D. MAGDICH, City Attorne, t CITY OF LODI, a municipal corporation 4EAC I —UE R City Manager Quest Media and Supplies, Inc. By: ' Name: LADIMIR PiVTORAK Title: Operations Manager, Infrastructure Attachments: Exhibit A - Scope of Services Exhibit B - Fee Proposal Exhibit C - Insurance Requirements Exhibit D - Federal Transit Funding Conditions (if applicable) Funding Source: Doc ID: CA:Rcv.01.2015 (Business Unit & Account No.) 8 9000 Foothills Blvd Ste 100 Quest. Roseville, 95747 800.326.4.4 220 Fax 916.344.5964 Customer; City of Lodi Contact: Benjamin Boucher Project: City of Lodi Surveillance Managed Service Proposal Exhibit A/B Proposal number: 10685.3 Proposaldate; 09/14/17 Scope of Work Quest Is pleased to provide this proposal for labor and materials to do the following work: Monitor the up / down status of all endpoint devices included In the system. Monitor the health of all servers, networked -video -recorders, and their components Included In the system. Upon detection of any Irregularities, Quest's Network Operation Center (NOC) will open a ticket and assign to a Quest engineer for troubleshooting and / or evaluation. Quest will also alert the customer (City of Lodi) In the event of any Irregularities and provide the ticket number and status. Quest will autonomously schedule and / or dispatch any onsite technicians or engineers on an as -needed basis. Quest will replace / repair / maintain all endpoint devices during the life of the contract as needed, barring Intentional physical damage or misuse of the hardware. Quest will provide, Install, and configure a DQE Extension to allow remote access to servers and cameras through Its secure Traverse Datacenter for maintenance, troubleshooting, and monitoring. Quest will provide 24 / 7 access to Its Network Operation Center (NOC) for ticketing and service related requests. Warranty / Standard of Installation Upon acceptance of this proposal, Quest will require a minlmum 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 guldellnes set forth by the State Contractors Association, Quest will provide a one-year warranty covering workmanship and compllancewlth 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 Informatlon upon request. If you have any further questions regarding these services please contact our offices at (916) 339-7070, It Is assumed by Quest or Quests' agents, that the above project Is clear of any asbestos or any other chemical / biological hazard, Payment terms are NET 30 days from date of invoice. 5 -year Managed Service Option (with upfront cost of total purchase price); $505,00 Per Month ($6,060.00 Annually) PRICES VALID FOR 30 DAYS FROM DATE OF PROPOSAL based on a 60 month agreement ACCEPTANCE �.' ���[.��,.1y �U'l C rJ ..� %�1iC L 4 L1. ii Tile Lt _}� /i/ IC If P1AriTe . _ � rJ Sunafl,re Date_-1-_� ATTEST, NNII12E PERRAlOLO City Clerk Approved as to [uxm �4y CII Alt ll',!j' r Page 1 Quest • 9000 Foothills Blvd Ste 100, Roseville 95747 - 600.326.4220 • Faxr 916.344.5964 Exhibit A B City of Lodi Phase 1 • Finance Building Surveillance Project Scope of Work Quest Is pleased to provide this proposal for labor and materials to do the following work: Materials Lln Qly UM Description Proposal number: Proposal dale: Unit Price 10249-11 09/14/17 Ext Price 10 1 EA HD-NVR3-87D-24TB NVR3 2U RACK MOUNT 9,669.60 9,669.60 20 1 EA REDUNDANT POWER FOR NVR3 299.73 299,73 30 1 EA 24 CAMERA LICENSE BUNDLE 4,315.41 4,315.41 40 1 EA 6MP FISHEYE 360 CAMERA (FOR LOBBY) 422.20 422.20 50 6 EA 1MP DOME CAMERA (FOR COUNTERS) 232.05 1,392.28 60 6 EA 2MP DOME CAMERA W/ANALYTICS (FOR WINDOWS) 515,66 3,093,94 70 6 EA 21AP DOME CAMERA W/ANALYTICS/IR (FOR INTERIOR) 547.89 3,287,32 80 7 EA 3MP OUTDOOR DOME CAMERA W/ANALYTICS 634.91 4,444,36 90 3 BX CAT5E PLENUM BLUE JACKET CABLE 167,59 502,77 100 1 EA RJ45 CONNECTIONS 57.43 57.43 110 27 EA CAT5E T PATCH CORDS 2.87 77.44 120 27 EA CAT5E JACKS 3.82 103.25 130 1 EA 32" MONITOR SAMSUNG 276,97 276.97 140 1 EA WYRESTORM HDMI OVER UTP CONVERTER 468.77 468,77 150 1 EA MID -TOWER PC, 15.6600, WINDOWS 10 862,89 862,89 160 1 EA CALIFORNIA E -WASTE RECYCLING FEE FOR 32" 6.00 6.00 170 3 EA SINGLE CAMERA LICENSE 210.05 630.15 180 1 EA 3MP OUTDOOR PENDANTCAMERA W/ ANALYTICS 579.98 579.98 190 I EA WALL MOUNT BRACKET FOR PENDANT CAMERA 37.62 3762 200 I EA CORNER MOUNT BRACKET FOR WALL MOUNT 56,43 56.43 Malarial Total: $30,584.53 Labor FINANCE BUILDING Provide, Install, and configure one Avigilon 6,OL-H4F-001-IR fisheye lens camera in the main lobby (CAM,1), Provide, Install, and configure one Avigilon 3,OC-H4A-DO1 3MP exterior camera on the North entrance to the mainlobby (CAM,2), Provide, Install, and configure one Avigllon 3.0C -HO -D01 31VIP exterior camera on the South entrance to the main lobby (CAM,3), Provide, install, and configure one Avigilon 2,00-H4A-DI-IR 2MP Interior camera Inside the lobby (CAM.4). Provide, install, and configure one Avlgllon 1.3C-H4SL-D1 t,3MP interior camera directly above each cashier window (CAM.5-8). Provide, Install, and configure one Avigilon 2,00-H4A-D1 2MP interior camera directly behind each window (CAM,9-14). Provide, Install, and configure one Avigllon 2.00-H4A-DI-IR 21VP interior camera Inside the open office area (CAM.15), Provide, install, and configure one Avigilon 2,013 -1 -14A -DI -IR 21MP interior camera outside the cash room entrance (CAM,16). Provide, Install, and configure one Avigilon 2,0C-H4A-DI -IR 21AP Interior camera to cover the South employee entrance (CAM,17). Provide, Install, and configure one Avigllon 2.0C-H4A-DI-IR 21AP Interior camera to cover the North employee entrance (CAM,18). Provide, install, and configure one Avigllon 2,00 -1 -110 -011 -IR 21VIP Interior camera to cover the interior vestibule entrance (CAMA 9). Puge 1 Provide, install, and configure one Avlgilon 3.00-H4A-DO1 3MP exterior camera on the North side of the building facing East (CAM,20), Provide, install, and configure one Avlgilon 3,OC-H4A-DPI 3MP exterior camera on the North side of the building facing West (CAM.21), Provide, install, and configure one Avlgilon 3,OC-H4A-001 3MP exterior camera on the West side of the buldling facing North (CAM,22), Provide, install, and configure one Avigilon 3.00-H4A-DO1 3MP exterior camera on the South side of the building facing East (CAM.23), Provide, Install, and configure one Avigilon 3,OC-H4A-DO1 3MP exterior camera to replace the existing analog camera covering the cash drop box (CAM,24). Provide, install, and configure one Avigilon 3,OC-H4A-DO1 3MP exterior camera to replace the existing IP camera covering the cash drop area on the vault room wall (CAM. 25), Provide, Install, and configure one Avlgllon 1,3C-H4SL-D1 1.3MP interior camera directly above each cashier window (CAM.26-27). Provide, install, and configure one Avlgilon 24TH NVR 2U rack mount appliance In the MDF. Provide, Install, and configure one Avigilon redundant power supply with newly Installed NVR. Provide, Install, and configure 27 camera licenses for cameras, Provide, install, terminale, test and label one CAT5e data cable from each camera and encoder to existing patch panel in IDF. Provide, install, terminate, test and label one CAT5e patch cable per camera from existing patch panel to existing switch. Integrate all newly Installed cameras with newly Installed NVR. Assist customer with adding newly Installed enterprise class NVR to Domain for LDAP user integration, Configure NVR to retain footage for a minimum of 30 days. Quest 4111 rem Ove All exisllnp camera s,and mounts, QUg(-yvJ LOO removes ca hllno to exislinn cameras. 2JLter _Or resp-onssibla IQ► Provid Ing IP OUresles for all endpainl devices Cutomer rusponsitle for ensuring availability of PoE switch purls, Customer resnansible for ensuring availability of .patch panel ports. Cu r re 9 gon i f s u rin avillfability Q1 power and data for NVR in CPrelorn_erresp4nsible for ensuring rack space availnhifity in MOF. Customer responsible for ensuring configuration of PoE switch ports for an ropriate VLA3J ❑lest will provide up to 4 hours o1 onsite cus omer Iralninn on usaue and-admiNslra.lipn of systeF All "a Jus t9 be installed wilhln plenum anecRof exhOri r drop coillna usinn existing Pathways, Provide, Install, and configure one Samsung 32" monitor on existing load bearing pole behind cashier lines, Provide, install, and configure one set of HDMI Wyrestorm UTP converters on either end of data run from monitor to PC location. Provide, Install, terminate, test and label one run of data cable from PC location to newly installed monitor location, CtieAomer to provide PC to raatdo on customer's network to disglav usmerra using cuent. cpstomer 10 ensure avaIlaOil X of 110yggwer al inonitor Inca 000.. Warranty I Standard of Installation Upon acceptance of this proposal, Quest will require a minimum of 7 business days to assemble materials before beginning any work. Quest will perform labor and installation of materials as per Quest's "Data Communications Standards". As per the guidelines set forth by the State Contractors Association, Quest will provide a one-year warranty covering workmanship and compliance with applicable Industry standards. Network cabling, servers, system software installation, network cards, network electronics, configuration of hubs and routers, an Internet provider, and any other materials not specifically listed will not be provided, Quest would be privileged to provide you with additional pricing and consulting information upon request. If you have any further questions regarding these services please contact our offices at (916) 338.7070. It Is assumed by Quest or Quests' agents, that the above project Is clear of any asbestos or any other chemical I biological hazard. Payment terms are NET 30 days from date of Invoice. Pnge 2 Zahor $11,589.84 Material $30,584,53 Frelghl Prepay and Add sales tax $2,399.84 SaW tax to he added and cafculafed parcurraat state andlocal municipalities rates of Ilme olinvolce. Total Purchase Price $42,174.37 ACCEPTANCE Nrrn�s�� �I Cir r �� TJt1a_ A41-11 — Slgnal�Iro�_�_`" ., I Apphrol as to [nt , , r. t poly Chy Atf"My ATTEST; IFER . ERRAIOLO tr Clerk Page 3 r EXHIBIT C r, Insurance kaguiremvnts for Confrrrcto-r The Contractor shall take out and maintain during the life of this Agreement, Insurance coverage as listed below. These Insurance policies shall protect Contractor and any subcontractor performing work covered by this Agreement from claims f6T damages for personal Injury, including accidental death, as well as from claims for property damages, which may arise from Contractor's operations under this Agreement, whether such operations be by Contractor, or by any subcontractor, or by anyone directly or indirectly employed by either of them, and the amount of such Insurance shall be as follows: 1. OMP EHENSIVE GENERAL LIABILITY $1,000,000 Each Occurrence $2,000,000 General Aggregate 2 COMPREHEN$lVE At11010081LE LIABILITY $1,000,000 Combined Single Limit Such Insurance shall cover liability arising out of any vehicle (including, owned, hired and non -hired vehicles) operated in performing any and all services pursuant to this Agreement. Coverage shall be written on ISO form CA 00 01 12 90, or a later version, that provides liability coverage at least as broad as this form. 5, ERRORS AND OMISSIONS 1 TECHNOLOGY $1,000,000 Per Claim $2,000,000 Annual Aggregate Covering all acts, errors, omissions, negligence, network security and privacy risks, Including but not limited to unauthorized access, failure of security, breach of privacy perils, wrongful disclosure, collection, or other negligence In the handling of confidential information, privacy perils, and Including coverage for related regulatory defense and penalties; data breach expenses, and payable whether incurred by City of Lodi or Contractor, Including but not limited to consumer notification, whether or not required by law, computer forensic Investigations, public relations and crisis management firm fees, credit file or Identity monitoring or remediallon services in the performance of services for, or on behalf of, City of Lodi, Such Insurance shall be maintained in force at all times during the term of the agreement and provide an Extended Reporting Period (ERP) for a period of one year thereafter, for services completed during the term of the agreement. All limits are to be designated strictly for the City of Lodi, Its elected and appointed boards, commissions, officers, agents, employees, and volunteers. All deductibles or self -Insured retentions (SIR) must be disclosed to City's Risk Manager for approval and shall not reduce the limits of liability set forth hereinabove. Insurance policies containing any deductible or SIR provision shall provide, or be endorsed to provide, that the deductible or SIR may be satisfied by either the Named Insured(s) or the City of Lodi. It is required that any available insurance proceeds broader Ihan or in excess of the specified minimum insurance coverage requirements and/or limits set forth above, shall be available to City as an additional insured. Furthermore, the requirements for coverage and limits shall be (i) the minimum coverage and limits specified in these Insurance requirements; or (II) the broader coverage and maximum limits of coverage of any Insurance policy or proceeds available to the Contractor; whichever is greater, Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 at seq.). A copy of the certificate(s) of Insurance with the following endorsements shall be furnished to the City: (a) Additional Nanled Insured Endarsemenl Pursuant to a separate endorsement (ISO 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) Prlmary and Non-Ccnir bmtnrv_Insurance Endorsement Additional insurance coverage under the Contractor's policy shall be "primary and non-contributory" and will not seek contribution from City's Insurance or self -Insurance and shall be at least as broad as ISO form CG 20 01 0413. Page 1 I of 2 pagesw _ Risk: rev,03.2016 In surante Requirements for Contraclor (continued) NOTE: (1) The street address of the CITY OF LODI must be shown along with (a) and (b) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must slate, on its face or as an endorsement, a description of the prolect that It is insuring. (c) Waiver of Subrogation Include a waiver of subrogation against the City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers. A waiver is required for General Liability and Auto Liability. (d) 0miis of Coverage The limits of insurance .coverage required may be satisfied by a combination of primary and umbrella or excess insurance. Any umbrella or excess insurance of Contractor shall contain, or be endorsed to contain, a provision that such coverage shall also apply on a primary and non-contributory basis for the benefit of the City before the City's own insurance or self-insurance shall be called upon to protect the City as a named insured. (e) Severoblllly Qf interep t 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 Chane in Coverage Endorsement This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction In coverage to the Risk Manager, City of Lodi, 221 West Pine Sl., Lodi, CA 95240, (g) Contilit1y el Coyeraoe All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each Insurance policy, Contractor shall furnish a certlfcale(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term, If Contractor's insurance lapses or is discontinued for any reason, Contractor shall Immediately notify the City and immedlately obtain replacement Insurance. (h) F allure to Cam I If Contractor falls or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance, Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect In California, The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the names) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and Interest on the first (1') day of the month following the City's notice. Notwithstanding any other pravislon of this Agreement, If Contractor falls or refuses to obtain or maintain insurance as required by this agreement, or falls to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of Its personal property from the site or facilities, (i) givatified Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the Stale of California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are Included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. WRrkers Comt]ensatlon,lnxurance The Contractor shall take out and maintain during the life of this Agreement, Worker's Compensation Insurance for all of Contractor's employees employed at the sire of the project and, If any work Is sublet, Contractor shall require the subcontractor similarly to provide Worker's Compensation Insurance for all of the latter's employees unless such employees are covered by the protection afforded by the Contractor. In case any class of employees engaged in hazardous work under this Agreement at the site of the project is not protected under the Worker's Compensation Statute, the Contractor shall provide and shall cause each subcontractor to provide insurance for the protection of said employees. A waiver of subrogation is required for workers compensation insurance. This policy may not be canceled nor the coverage reduced without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St,, Lodi, CA 95240, NOTE: The City reserves the right to obtain a full certified copy of any Insurance policy or endorsements required. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date, Page 2 1 of 2 pages. Risk: rev.03,2016 *N.m mv%,Aww&-s VINVIII, IL TECHNOLOGY MANAGEMENT [ Exhibit 2 Lod[ Av'J-.gil.,on.I.Ex,.pp,n"s.'io'n, Project Oude.# 014003"Velt'al'am, 7 City of Lodi Bill Dickens r fm!!j r 'j. I '7 r i Quest TECHNOLOGY MANAGEMENT Products Description Price Qty Ext. Price 3x 5 MP, WDR, LightCatcher, 2.8mm, Camera Only $1,296.00 2 $2,592.00 3x 5 MP, WDR, LightCatcher, 4mm, Camera Only $1,296.00 1 $1,296.00 12.0 MP, Fisheye Camera, Day/Night, 1.45mm f12.2, Integrated IR $777.60 1 $777.60 6.0 MP WDR, LightCatcher, Day/Night, Outdoor Dome, 4.9 -8mm f11.8 $925.20 6 $5,551.20 P -iris lens, Integrated IR, Next -Generation Analytics 6.0 MP WDR, LightCatcher, Day/Night, Pendant Dome, 4.9 -8mm f11.8 $882.00 3 $2,646.00 P -iris lens, Integrated IR, Next -Generation Analytics 2.0 MP (1080p) WDR, LightCatcher, Day/Night, Outdoor Dome, 3.3- $720.00 2 $1,440,00 9mm f11,3 P -iris lens, Integrated IR, Next -Generation Analytics 2.0 MP (1080p) WDR, LightCatcher, Day/Night, Indoor Dome, 3.3- $612.00 2 $1,224.00 9mm f11.3 P -iris lens, Integrated IR, Next -Generation Analytics 4.0 MP WDR, LightCatcher, Day/Night, Indoor Dome, 3.3-9mm f11.3 P- $714.24 1 $714.24 iris lens, Integrated IR, Next -Generation Analytics ' 2.0 MP (1080p) WDR, LightCatcher, Day/Night, Pendant Dome, 3.3- $676.801 3 $2.030.40 9mm f11.3 P -iris lens, Integrated IR, Next -Generation Analytics 4.0 MP WDR, LightCatcher, Day/Night, Pendant Dome, 3.3-9mm f11.3 $959.28 4 $3.837.12 P -iris lens, Integrated IR, Next -Generation Analytics ACC 6 Enterprise license for up to 24 camera channels $4,820.40 1 $4.820.40 Avigilon Enterprise License for 1 Camera $221.10 1 $221.10 OUTDOOR PENDANT MOUNT ADAPTER $115.20;1 3 $345.60 Pendant NPT adapter $39,60 3 1 $118.80 OUTDOOR SURFACE MOUNT ADAPTER $115.20 3 $345.50 DOME BUBBLE AND COVER FOR OUTDOOR SURFACE MOUNT $115.20 3 $345.60 Corner mount adapter $60.00 1 $60,00 Wall mount bracket for use with H5A1H4A pendant dome cameras $43.20 10 $432.00 CAT6 Plenum Cable Blue $243.74 6 $1,462.44 1 U 24 Port Modular Patch Panel $62.22, 6 $373.32 GigaSPEED XL GSBE Stranded Cordage Modular Patch Cord $11,45 44 $503.80 Cat 6 Data Jack -Black $7.62 46 $350,52 Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page; 2 of 9 Management Ue0. TECHNOLOGY MANAGEMENT Products Deserlpllon Price Qty Ext. Price 1-5116" J -Hook $2.98 125 $372.50 J -Hook with Rod/Wire Clip, 3/4" dia, 118"-316" Flange, 1/4" Rod, Box $100,10 1 $100.10 of 40 VELCRO® Brand One -Wrap Tie Bulk Roll $21.35 2 $42.70 Velcro 1" EMT Conduit $15.96 11 $175.66 1" EMT Conduit 1" EMT CONNECTOR $0,46 4 $1,84 1" EMT COUPLING $0.54 10 $5.40 1" EMT COUPLING 4 SQ OUTLET BOX 2 1/8 DP1 KO WELDED $1.50 4 $6.00 4 SQ OUTLET BOX 21/8 DP KO WELDED SS B1200HS10EG 112 SLOT CHANNEL EL $3.06 1 $3,06 UNISTRUT CHANNEL 1 -IN 1H STL EMT STRAP $16.66 24 $375,84 SS 7031 EG UNIVERSAL CLAMP $1.06 10 $10.60 SS 7031 EG UNIVERSAL CLAMP 2" EMT Conduit $37.07 1 $37,07 2" EMT Conduit SS 7032EG UNIVERSAL CLAMP $1.38 2 $2.76 Hard Drive,6T,512ES12,7.2K,3.5 ,T-TC,Edge Card $474.90 2 $949.80 Copper Cable, Category 6, 23 AWG, 4 Pair, F/UTP $465.84 1 $465,84 Guide Wire, Lashing. $300.00 1 $300.00 3/4 -STEEL THINWALL CONDUIT $1.19 130 $154.70 314 -STEEL COMP CPLG $0.50 20 $10.00 314 -STEEL COMP CONN $0,60 10 $6,00 3/4 EMT 2 HOLE STRAP $0.18 30 $5,40 Pull/Junction Box, Screw -Cover, Type 1, 6"H x 6"W $15.30 1 $16,30 PulllJunction Box, Screw -Cover, Type 1, 6"H x 6"W x 6"D, Steel, with knockouts ' PULL BOX SCREW COVER KOFTS 12X12X4 $28.68 1 $28.68 Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 3 of 9 Management TECHNOLOGY MANAGEMENT Products Description Price City Ext. Pdce CAT6 SHIELDED PLUG $1.98 6 $11,68 4U Hinged Wall Mount Patch Panel Mounting Bracket $44.86 1 $44.86 Comsumables, Misc. Hardware $960.00 1 $960.00 Miscellaneous Tamper resistant two-piece latching surface raceway, 10' $33.90 7 $237.30 LDPH10 Power Rated Outside Corner Fitting, Electric Ivory, Pack of $24.26 1 $24.26 10 Inside corner fitting for use with LDPH10 and LD2P10 raceway, $34.79 1 $34.79 Electric Ivory LDPH10, LD2P10 Power Rated Right Angle Fitting, Electric Ivory, $36.30 1 $35.30 Pack of 10 LDPH10, LD21310 Power Rated End Cap Fitting, Electric Ivory, Pack $19.27 1 $19.27 of 10 LD10 I LDPH10 I LD2P10 Power Rated Coupler Fitting, Electric Ivory, $20.72 1 $20,72 Pack of 10 NEMA single gang box $18.00 4 $72.00 40' Boom lift rental for 1 month - $3,000.00 1 $3,000.00 Taxes for Project $3,604.67 1 $3,604.67 Freight for Project $3,495.43 1 $3,495.43 Subtotal: $46,+117.37 Project :$pope of Work Nee Installation CITY HALL Provide and Install (1) 2" conduit pathway from 1 st floor to Attic space. i 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) Avigllon 21VIP indoor dome camera Inside 2nd floor lobby facing South. (CA M.01) Provide, Install, and configure (1) Avigllon 41VIP Indoor dome camera Inside 2nd floor lobby facing North. Quest Technolpgy 9000 Footlillis Blvd Suite 100 Roseville, CA 95747 Page: 4 of 9 Management Quest TECHNOLOGY MANAGEMENT Project Scope of Work (CAM,02) 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 Northwest 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 CAT6 to (3) new camera locations in Fire Department. Provide, install, and configure (1) Avigilon 15MP Multisensor outdoor 270 degree dome on corner to cover FD perimeter.(CAM.11) 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 cover front 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 Indoor dome to cover DC Door from hallway. Add to ACC and configure into views for Customer, Provide and install (2) 6TB hard drives in existing server to upgrade storage for future 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. Price Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 5 of 9 Management Q-1-mmag TECHNOLOGY MANAGEMENT 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 151VIP 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 61VIP outdoor dome cameras on new Parks Dept, building to cover South side of park and intersection, Provide, install, and configure (2) Avigilon 61VIP outdoor dome cameras on old Annex to cover North side of park and Intersection. Provide, install, terminate, test, and label (1) run of CAT6 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) Avigllon 21VIP outdoor dome camera on North side of building to cover basement exit. Provide, install, and configure (2) Avigilon 61VIP outdoor dome cameras on East side of building to cover entrances and critical areas, Provide, install, and configure (1) Avigilon 61VIP outdoor dome camera on South side of building to cover entrance and front area. Provide and install (1) 24 port modular patch panel in IDF in available rack space, Provide, Install, terminate, test, and label (1) run of CAT6 from IDF to (5) new camera locations. Provide and install cabling support and raceway where necessary. Add to ACC and configure into views for Customer. All work to be completed during normal business hours. Price Subtotal: $32,310.00 Shipping Description Price Qty Ext, Price Freight Charges Shipping will be added at the time of the bill. $0,00 1 $0.00 Subtotal: $0.00 Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 6 of 9 Management f TECHNOLOGY MANAGEMENT Sales Tax Sales tax to be added and calculated per current state and local municipalities rates at time of Invoice. Quest Technology 9000 Foothills Blvd Suite 1'00 Roseville, CA 95747 Page: 7 of 9 Management \``} t` TECHNOLOGY MANAGEMENT Lodi Avigilon Expansion Project Quest Technology Management • tlX11. Bill Dickens (916) 338-7070 6111_Dickens@questsys.com Quote Summary Description Products Project Warranty / Standard of Installation City of Lodi 221 W Pine St Lodi, CA 95240 Benjamin Buecher (209)333-5548 bbuecher@lodi,gov Quote #: 014003 Version: 7 Delivery Date: 06/3012020 Expiration Date: 07/16/2020 Total Amount $46,117.37 $32,310.00 $78,427.37 Upon acceptance of this proposal, Quest will require a minimum of 7 business days to assemble materials before beginning any work. Quest will perform labor and installation of materials as per Quest's "Data Communications Standards", As per the guidelines set forth by the State Contractors Association, Quest will provide a one-year warranty covering workmanship and compliance with applicable industry standards. Network cabling, servers, system software installation, network cards, network electronics, configuration of hubs and routers, an internet provider, and any other materials not specifically listed will not be provided. Quest would be privileged to provide you with additional pricing and consulting information upon request, If you have any further questions regarding these services please contact our offices at (916) 338-7070. It is assumed by Quest or Quests' agents, that the above project is clear of any asbestos or any other chemical 1 biological hazard, 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 Itwe agree to pay the contract price mentioned in this proposal, and according to the terms thereof. In the event that an action at law or in equity Is brought in any public court or private dispute resolution forum to enforce or interpret the terms of this agreement, the prevailing party shall be awarded reasonable attorneys' fees- photocopying expenses, etc. I/we have read and agree to the provisions contained herein, and in any attachments that are made a part hereof and are described in the proposal. Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 8 of 9 Management TECHNOLOGY MANAGEMENT Quest Technology Management Signature: Name: BIII Dickens 0,�-- Title: Physical Security Engineer Date: 06/30/2020 City of Lodi Signature: Name: Benjamin Buecher Date: Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 9 of 9 Management tiest TEtHNOLOGY MANAGEMENT Addendum to IDIS#56502 Quote # 014125 VeTalan 1 •F 1. , i... I .�.. City of Lodi Bill Dickens TECHNOLOGY MANAGEMENT Project Price Scope of Work $0.00 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-vldeo-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 physloal damage or misuse of the hardware. Quest will provide, Install, and configure a DGE Extension to allow remote access to servers and cameras through its secure Traverse Datacenter for maintenance, troubleshooting, and monitoring, Quest will provide 24 / 7 access to its Network Operation Center (NOC) for ticketing and service -related requests. New Monthly Cost For Remainder Of Term: $875.00 Total Additional Cost Over Remainder Of Contract: $10,800.00 Shipping Description Price Qty Ekt. Price Freight Charges Shipping will be added at the time of the bill. $0.00 1 $0.00 Subtotal: $0.00 Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 2 of 4 Management TECHNOLOGY MANAGEMENT Sales Tax Sales tax to be added and calculated per current state and local municipalities rates at time of invoice. Quest Technology 9000. Foothllla Blvd Suite 100 Roseville, CA 96747 Page: 3 of 4 Management In TECHNOLOGY MANAGEMENT Addendum to MS#56502 Quest Technology Management City of Lodi Quote #: 014125 Bill Dickens 221 W. Pine Street Version: 1 (916) 338-7070 Lodi, CA 95240 Delivery Date: 06/30/2020 ` Bill_Dickens@questsys.com Benjamin Buecher Expiration Date: 08114/2020 l ='� (209) 333-5548 _ 1 bbuecher@lodi,gov Warranty I Standard of Installation Upon acceptance of this proposal, Quest will require a minimum of 7 business days to assemble materials before beginning any work, Quest will perform labor and installation of materials as per Quest's "Data Communications Standards". As per the guidelines set forth by the State Contractors Association, Quest will provide a one-year warranty covering workmanship and compliance with applicable industry standards. Network cabling, servers, system software 'installation, network cards, network electronics, configuration of hubs and routers, an Internet provider, and any other materials not specifically listed will not be provided. Quest would be privileged to provide you with additional pricing and consulting information upon request. If you have any further questions regarding these services please contact our offices at (916) 338-7070, It is assumed by Quest or Quests` agents, that the above project is clear of any asbestos or any other chemical I biological hazard. Payment terms are NET 30 days from date of invoice. Terms and Conditions Quest is hereby authorized to furnish all materiels and labor to complete the work specified in this proposal, for which 11we agree to pay the contract price mentioned in this proposal, and according to the terms thereof. in the event that an action at law or In equity is brought in any public court or private dispute resolution forum to enforce or interpret the terms of this agreement, the prevailing party shall be awarded reasonable attomeys' fees, photocopying expenses, etc. I/we have read and agree to the provisions contained herein, and in any attachments that are made a part hereof and are described in the proposal. Quest Technology Management Signature. Name: Bill Dickens Title: Physical Security Engineer Date: 06/30/2020 City of Lodi Signature Name: Benjamin Buecher Date: Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 4 of 4 Management TECHNOLOGY MANAGEMENT T•&M To. Mqve: rinon City of Lodi Bill Dickens CmestR TECHNOLOGY MANAGEMENT Statement of Work All calls will have a minimum charge as follows: 8 am to 5 pm $300 minimum charge for four man-hours. Overtime (after 5 pm), Weekends & Holidays $440 minimum charge for four man-hours. Additional labor hours will be charged as follows: 8 am to 5 pm $75 per man-hour for additional labor. Overtime (after 5 pm), Weekends & Holidays $110 per man-hour for additional labor. Project Coordinator $85 per man-hour Travel Charges 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-alm to Customer approved view. Shl pp g In Total $647.50 Description Standard Standard Shipping Shipping Standard Shipping Prepay and Add to Invoice Sales Tax Qty f _ Sales tax to be added and calculated per current state and local municipalities rates at time of invoice. Quest "technology 9000 Foothills.Blvd Suite 100 Roseville, CA 95747 Page: 2 of 4 Management allactm TECHNOLOGY MANAGEMENT Warranty/Standard of Installation Warranty/ Standard of Installation Upon acceptance of this proposal. Quest will require a minimum of 7 business days to assemble materials before beginning any work. Quest will perform labor and Installation of materials as per Quest's "Data Communications Standards As per the guidelines set forth by the State Contractors Association, Quest will provide a,one-year warranty covering workmanship and compliance with applicable industry standards. Network cabling, servers, system software installation, network cards, network electronics, configuration of hubs and routers, an internet provider, and any other materials not specifically listed will not be provided. Quest would be privileged to provide you with additional pricing and consulting information upon request. If you have any further questions regarding these services please contact our offices at (916) 338-7070, It Is assumed by Quest or Quests' agents, that the above project is clear of any asbestos or any other chemical / biological hazard. Payment terms are NET 30 days from dale of invoice. Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 3 of 4 Management est It TECHNOLOGY MANAGEMENT T&M To Move Finance Camera Quest Technology Management City of Lodi Quote #: 013802 BiAll Dickens 215 W Elm Street Version: 1 (916) 338-7070 Lodi, CA 95240 Delivery Date: 03/03/2020 Ff Bill_Dickens@questsys.com Danny Duke Expiration Date: 04/17/2020 (209) 333-5560 dduke@lodi.gov Quest is hereby authorized to furnish all materials and labor to complete the work specified in this proposal, for which Uwe agree to pay the contract price mentioned in this proposal, and according to the terms thereof. In the event that an action at law or in equity Is brought in any public court or private dispute resolution forum to enforce or interpret the terms of this agreement, the prevailing party shall be awarded reasonable attorneys' fees, photocopying expenses, etc. I/we have read and agree to the provisions contained herein, and In any attachments that are made a part hereof and are described in the proposal. Quest Technology Management City of Lodi Signature: f Name: Bill Dickens Title: Physical Security Engineer Date; 03103/2020 Signature: a _ Name: Danny Duke Initials: DD Date; X2020 11;18:35 A IP Address: 209.23.214.253 Email Address: dduke@lodi.go� PO Number: Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 4 of 4 Management r TECHNOLOGY MANAGEMENT T&M To Move Finance Camera Quest Technology Management City of Lodi s Bill Dickens 215 W Elm Street (916) 338.7070 Lodi, CA 95240 Bill_Dlckens@queslsys.com Danny Duke (209) 333-5560 dduke@lodi.gov Quote #: 013802 Version; 1 Delivery Date: 03/03/2020 Expiration Date: 04/1712020 Quest Is hereby authorized to furnish all materials and labor to complete the work specified In this proposal, for which I/we agree to pay the contract price mentioned In this proposal, and according to the terms thereof. In the event that an action at law or In equity Is brought In any public court or private dispute resolution forum to enforce or Interpret the terms of this agreement, the prevailing party shall be awarded reasonable attorneys' fees, photocopying expenses, etc. I/we have read and agree to the provisions contained herein, and In any attachments that are made a part hereof and are described In the proposal. Quest Technology Management Signature. Name: Bill Dickens Title: Physical Security Engineer City of Lodi Signature. gj � &—== Name: Danny Duke Initials: DD Date: 03/03/2020 Date: 3/312020 11:18:35 AM IP Address: 209.23,214.253 Email Address: dduke@lodl.gov PO Number: Signature:e.�d-A) 4W&Si nature - --- _ l...iit• [i f, y.a 1. •'.,,� )� .u7n ni. .. +d g Email: jmagdich@todi.gov Email: sschwabauer@lodl.gov Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 4 of 4 Managemant est TECHNOLOGY MANAGEMENT City Hall Intercoms Quote # 014735 Version 1 Exhibit 2 City of Lodi 8911 Dickens I, .. 11M-1. .,..I .I Ilk n%W a TECHNOLOGY MANAGEMENT Products Producl Details: 3.0 MP, H4 Video Intercom, WDR, LightCatcher, Day/Night, 1.83mm f/2.4, Integrated IR, Recessed Mount ACC 7 Enterprise camera channel Cat 6 Plenum Rated Data Cable - Blue 18 AWG, 2 Conductor Cable, for Door tie in 2" J -HOOK 2" J -HOOK Misc Equipment, Consumables Project Scope of Work Installation Provide, install, terminate, test, and label (1) CAT6 plenum cable from IDF to (2) Intercom locations. Provide, install, and configure (1) Avigilon intercom outside of Human Resources office. Provide, install, and configure (1) Avigilon intercom outside of Administration office. Provide and install (2) 18/2 from Intercom relays to designated inputs on access control panel for door release. Add intercoms to ACC and assist customer with any training needs. Qty 2 2 1 250 40 1 Subtotal: $3,300.00 Price Assumptions: Work will be completed during normal business hours. Customer or Customer's Access Control Vendor responsible for configuring door to unlock via triggered inputs. Intercoms will be cut in (recessed) into wall for security purposes, Avigilon server and version must be upgraded prior to adding intercoms to system. Subtotal: Shipping Descriptloh Prlce.= Qty Freight Charges Shipping will be added at the time of the bill. $0.00 1 $3,150.00 Ext. Price $0.00 Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 2 of 5 Management TECHNOLOGY MANAGEMENT Shipping Description Sales Tax Price Qty Ext, Price Subtotal: $0.00 Sales tax to be added and calculated per current state and local municipalities rates at time of invoice. Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 3 of 5 Management est, TECHNOLOGY MANAGEMENT City Hall Intercoms Lv Quest Technology Management City of Lodi Bill Dickens 221 W. Pine Streel T (916) 338-7070 Lodi, CA 95240 ' Bill_Dickens@questsys.com Benjamin Buecher (209) 333-5548 bbuecher@lodi.gov Quote Summary Description Products Project Warranty/ Standard of Installation �•)ii' it �ic!li:r:?i�:ll: Quote #: 014735 Version: 1 Delivery Date: 03/08/2021 Expiration Date: 03/21/2021 Total: Amount $3,300.00 $3,150.00 $6,450.00 Upon acceptance of this proposal, Quest will require a minimum of 7 business days to assemble materials before beginning any work. Quest will perform labor and installation of materials as per Quest's "Data Communications Standards", As per the guidelines set forth by the State Contractors Association, Quest will provide a one-year warranty covering workmanship and compliance with applicable industry standards. Network cabling, servers, system software installation, network cards, network electronics, configuration of hubs and routers, an internet provider, and any other materials not specifically listed will not be provided. Quest would be privileged to provide you with additional pricing and consulting information upon request. If you have any further questions regarding these services please contact our offices at (916) 338-7070. It is assumed by Quest or Quests' agents, that the above project is clear of any asbestos or any other chemical / biological hazard, Payment terms are NET 30 days from date of invoice. Terms and Conditions Quest is hereby authorized to furnish all materials and labor to complete the work specified in this proposal, for which I/we agree to pay the contract price mentioned in this proposal, and according to the terms thereof. In the event that an action at law or in equity is brought in any public court or private dispute resolution forum to enforce or interpret the terms of this agreement, the prevailing party shall be awarded reasonable attorneys' fees, photocopying expenses, etc. I/we have read and agree to the provisions contained herein, and in any attachments that are made a part hereof and are described in the proposal. Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 4 of 5 Management s est TECHNOLOGY MANAGEMENT Quest Technology Management Signature: Name: Title: Date: Bill Dickens Physical Security Engineer 03/08/2021 City of Lodi Signature: Name: Date: Benjamin Buecher Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 5 of 5 Management TECHNOLOGY MANAGEMENT AVigilon ACCG to ACCT Upgrade Quote # 014754 Version 1 City of Lodi Bill Dickens Y1�IV 1'ij 1• 1111.1 .. QL �a TECHNOLOGY MANAGEMENT Products Product Details USB Windows 10 Upgrade for NVR3-STD, NVR3-VAL, RMWS3, and NVRWS3 ACC 5 or 6 to ACC 7 Enterprise Version Upgrade Project Scope of Work Installation Upgrade server OS to WIN10. Upgrade ACC6 version to ACCT version. Work to be completed during normal business hours. Shipping Descrlption Freight Charges Shipping will be added at the time of the bill. Sales Tax Qty 1 79 Subtotal: $1,922.05 Price Subtotal. $680.00 Price Qty Ext. Price $0.00 1 $0.00 Subtotal $0.00 Sales tax to be added and calculated per current state and local municipalities rates at time of invoice. Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 2 of 4 Management est" TECHNOLOGY MANAGEMENT Avigilon ACC6 to ACC7 Upgrade 1-11 (. p:�.I u d L), �r v Quest Technology Management City of Lodi Bill Dickens 221 W. Pine Street -- (916) 338-7070 Lodi, CA 95240 1 �J Bill_Dickens@questsys.com Benjamin Buecher (209) 333-5648 bbuecher@lodi.gov Quote Summary Description Products Project Warranty I Standard of Installation Quote #: 014754 Version: 1 Delivery Date: 04/20/2021 Expiration Date: 05/31/2021 Amount $1,922.05 $680,00 Total: $2,602,05 Upon acceptance of this proposal, Quest will require a minimum of 7 business days to assemble materials before beginning any work. Quest will perform labor and Installation of materials as per Quest's "Data Communications Standards", As per the guidelines set forth by the State Contractors Association, Quest will provide a one-year warranty.covering workmanship and compliance with applicable Industry standards. Network cabling, servers, system software installation, network cards, network electronics, configuration of hubs and routers, an Internet provider, and any other materials not specifically listed will not be provided. Quest would be privileged to provide you with additional pricing and consulting information upon request. If you have any further questions regarding these services please contact our offices at (916) 338-7070. It is assumed by Quest or Quests' agents, that the above project is clear of any asbestos or any other chemical / biological hazard. Payment terms are NET 30 days from date of invoice. Terms and Conditions Quest is hereby authorized to furnish all materials and labor to complete the work specified in this proposal, for which I/we agree to pay the contract price mentioned in this proposal, and according to the terms thereof. In the event that an action at law or in equity Is brought in any public court or private dispute resolution forum to enforce or Interpret the terms of this agreement, the prevailing party shall be awarded reasonable attorneys' fees, photocopying expenses, etc. I/we have read and agree to the provisions contained herein, and in any attachments that are made a part hereof and are described in the proposal. Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 3 of 4 Management .uesr TECHNOLOGY MANAGEMENT Quest Technology Management Signature: Name: Bill Dickens Title: Physical Security Engineer Date: 04/20/2021 City of Lodi Signature: Name: Benjamin Buecher Date: 4/19/2021 Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 4 of 4 Management EXHIBIT C NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a contract you will receive an email from the City's online insurance program requesting you to forward the email to your insurance provider(s) to submit the required insurance documentation electronically Insurance Requirements for IT Vendor Services Contractor shall procure and maintain for the duration of the contract insurance against claims for injuries to persons or damages to property which may arise from or in connection with the performance of the work hereunder and the results of that work by the Contractor, his agents, representatives, employees or subcontractors. MINIMUM SCOPE AND LIMIT OF INSURANCE Coverage shall be at least as broad as: 1. Commercial General Liability (CGL): Insurance Services Office Form CG 00 01 covering CGL on an "occurrence" basis, including products and completed operations, property damage, bodily injury and personal & advertising injury with limits no less than $1,000,000 per occurrence. If a general aggregate limit applies, either the general aggregate limit shall apply separately' to this project/location (ISO CG 25 03 or 25 04) or the general aggregate limit shall be twice the required occurrence limit, 2. Automobile Liability: ISO Form Number CA 00 01 covering any auto or if Contractor has no owned autos, then hired, and non - owned autos with limit no less than $1,000,000 per accident for bodily injury and property damage. 3. Workers' Compensation: as required by the State of California, with Statutory Limits, and Employer's Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. 4. Cyber Liability Insurance, with limits not less than $2,000,000 per occurrence or claim, $2,000,000 aggregate. Coverage shall be sufficiently broad to respond to the duties and obligations as Is undertaken by Vendor in this agreement and shall include, but not be limited to, claims involving infringement of intellectual property, including but not limited to infringement of copyright, trademark, trade dress, invasion of privacy violations, information theft, damage to or destruction of electronic information, release of private information, alteration of electronic information, extortion and network security. The policy shall provide coverage for breach response costs as well as regulatory fines and penalties as well as credit monitoring expenses with limits sufficient to respond to these obligations. Other Insurance Provisions: (a) Additional Named Insured Status The City of Lodi, its elected and appointed boards, commissions, officers, agents, employees, and volunteers are to be covered as additional insureds on the CGL and auto policy with respect to liability arising out of work or operations performed by or on behalf of the Contractor including materials, parts, or equipment furnished in connection with such work or operations. General liability coverage can be provided in the form of an endorsement to the Contractor's insurance (at least as broad as ISO Form CG 20 10 11 85 or if not available, through the addition of both CG 20 10, CG 20 26, CG 20 33, or CG 20 38; and CG 20 37 if a later edition is used (b) Primary and Non•Canlrlbutory Insurance Endorsement The limits of insurance coverage required may be satisfied by a combination of primary and umbrella or excess insurance. For any claims related to this contract, the Contractor's insurance coverage shall be primary coverage at least as broad as ISO CG 20 01 04 13 as respects the Entity, its officers, officials, employees, and volunteers. Any insurance or self-insurance maintained by the Entity, its officers, officials, employees, or volunteers shall be excess of the Contractor's insurance and shall not contribute with It. (c) Waiver of Subry_Qatlon Contractor hereby grants to City of Lodi a waiver of any right to subrogation which any insurer of said Contractor may acquire against the City of Lodi by virtue of the payment of any loss under such insurance. Contractor agrees to obtain any endorsement that may be necessary to affect this waiver of subrogation, but this provision applies regardless of whether or not the City of Lodi has received a waiver of subrogation endorsement from the insurer NOTE; (1) The street address of the CITY OF LODI must be shown along with (a) and (b) and (c) above: 221 West Pine Street, Lodi, California, 95240; (2) The insurance certificate must state, on its face or as an endorsement, a description of ther� oiect that it is insuring. (d) Severability of Interest Clause The term "Insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not c orate to Iner i � comp ny s ial) i i n er a on rac ors comme is ne gea i y an au � : - a cies, (e) alice of Cancellation or Changa in Coverage En arsernent This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240. (f) Contin tl 61f_ of Cover@y,Q All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual basis during the Term. If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the City and immediately obtain replacement insurance, Contractor agrees and stipulates that any insurance coverage provided to the City of Lodi shall provide for a claims period following termination of coverage which is at least consistent with the claims period or statutes of limitations found in the California Tort Claims Act (California Government Code Section 810 et seq.). (g) Failure to Corraply If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days of payment stating the amount paid, the name(s) of the insurer(s), and rate of interest. Contractor shall pay such reimbursement and interest on the first (1st) day of the month following the City's notice. Notwithstanding any other provision of this Agreement, if Contractor fails or refuses to obtain or maintain insurance as required by this agreement, or fails to provide proof of insurance, the City may terminate this Agreement upon such breach. Upon such termination, Contractor shall immediately cease use of the Site or facilities and commence and diligently pursue the removal of any and all of its personal property from the site or facilities. (h) Verification of Coverage Consultant shall furnish the City with a copy of the policy declaration and endorsement page(s), original certificates and amendatory endorsements or copies of the applicable policy language effecting coverage required by this clause. All certificates and endorsements are to be received and approved by the City before work commences. However, failure to obtain the required documents prior to the work beginning shall not waive the Consultant's obligation to provide them. The City reserves the right to require complete, certified copies of all required insurance policies, including endorsements required by these specifications, at any time. Failure to exercise this right shall not constitute a waiver of the City's right to exercise after the effective date. (i) Self Insured ReIentions Self-insured retentions must be declared to and approved by the City. The City may require the Consultant to provide proof of ability to pay losses and related investigations, claim administration, and defense expenses within the retention. The policy language shall provide, or be endorsed to provide, that the self-insured retention may be satisfied by either the named insured or City. (j) Insurance Limits The limits of insurance described herein shall not limit the liability of the Contractor and Contractor's officers, employees, agents, representatives or subcontractors. Contractor's obligation to defend, indemnify and hold the City and its officers, officials, employees, agents and volunteers harmless under the provisions of this paragraph is not limited to or restricted by any requirement in the Agreement for Contractor to procure and maintain a policy of insurance. (k) Subcontractors Consultant shall require and verify that all subcontractors maintain insurance meeting all the requirements stated herein, and Consultant shall ensure that City is an additional insured on insurance required from subcontractors (1) aI_alms Made Policies If any of the required policies provide coverage on a claims -made basis: 1. The Retroactive Date must be shown and must be before the date of the contract or the beginning of contract work. 2. Insurance must be maintalned and evidence of insurance must be provided for at least five (5) years after completion of the contract of work. 3. If coverage is canceled or non -renewed, and not replaced with another claims -made policy form with a Retroactive Date prior to the contract effective date, the Consultant must purchase "extended reporting" coverage for a minimum of five (5) years after completion of contract work. (m) QuadWd Insurer(s) All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of Callfornia which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines insurers (LESLI list) and otherwise meet City requirements. Page 2 1 of 2 pages �� Risk: rev. 3/1/2018 m TE(HINOLOGY MANAGEMENT Exhibit 2 Fire Department 2 Additional Cameras Quote # 015122 Version 2 City of Lodi Iw 1 Bill Dickens Quest TECHNOLOGY MANAGEMENT Products Description Price Qty Ext. Price Avigilon ACC7 Enterprise Camera License $269.10 6 $1,614.60 4.0 MP WDR, LightCatcher, 3.3-9mm f/1.3 P -iris lens, Integrated IR, $1,060.15 5 $5,300.75 Next -Generation Analytics Junction box for the HSA Bullet, H4A HD Bullet, H4SL HD Bullet, or $83.54 5 $417.70 H4 Thermal cameras. 3x 3 MP, WDR, LightCatcher, 2.8mm, Camera Only $1,536.99 1 $1,536.99 Cat 6 Plenum Rated Data Cable - Blue $259.35 1 $259.35 Cat 6 Plenum Rated Data Cable -Blue 2" J -HOOK $2.83 50 $141.50 2" J -HOOK Panduit Tak-Tape Hook & Loop Cable Tie Rolls $93.55 1 $93.55 Panduit Tak Tape Uniprise Category 6 U/UTP Patch Cord, RJ45 to RJ45, 4 -Pair, Non- $7.10 12 $85.20 Plenum, Blue Jacket, 3 FT CAT6 Data Jack $7.93 12 $9516 Surface Mount Box, Single Port White $3.06 6 $18.36 24 port modular patch panel $59.22 1 $59.22 Avigilon Corner Mount Adapter $83.54 1 $83.54 Avigilon Outdoor Dome Cover $148.51 1 $148.51 Avigilon Pendant Mount Adapter $148.51 1 $148.51 Avigilon Wall Mount Arm $88.18 1 $88.18 Avigilon 60W POE Injector $139.23 1 $139.23 IR illuminator ring, up to 30m (100ft) $306.31 1 $306.31 Estimated Taxes $825.00 1 $825.00 Estimated Freight $215.00 1 $215.00 Monitoring Devices, 1 year $180.00 6 $1,080.00 Subtotal. $12,656.66 Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 2 of 5 Management e WE?St TECHNOLOGY MANAGEMENT Project Scope of Work Price Provide, install, terminate, test, and label (1) CAT6 plenum data cable to (6) new camera locations. Provide and install all necessary cable supports. Provide, install, and configure (5) 41VIP Bullet cameras to cover critical areas per site drawings. Provide, install, and configure (1) 270 degree multisensor dome to cover back parking lot per site drawings. Add (6) ACC7 Enterprise licenses to server and aim cameras to customer approved views. Work to be completed during normal business hours. No lift rental costs are included in this quote. If a lift is deemed necessary, lift to be charged separately. Subtotal: $4,295.00 Shipping Description Price Qty Ext. Price Freight Charges Shipping will be added at the time of the bill. $0.00 1 $0.00 Subtotal. $0.04 Sales Tax Sales tax to be added and calculated per current state and local municipalities rates at time of invoice. Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 3 of 5 Management cuest u TECHNOLOGY MANAGEMENT Fire Department 2 Additional Cameras 1Quest Technology Management City of Lodi Quote #: 015122 Bill Dickens 40 S Cherokee Lane Version: 2 (916) 338-7070 Lodi, CA 95240 Delivery Date: 06/03/2021 �� Bill_Dickens@questsys.com Benjamin Buecher Expiration Date: 07/08/2021 (209) 333-5548 bbuecher@lodi.gov Quote Summary Description Amount Products $12,656.66 Project $4,295.00 Total- $16,951.66 Warranty / Standard of Installation Upon acceptance of this proposal, Quest will require a minimum of 7 business days to assemble materials before beginning any work. Quest will perform labor and installation of materials as per Quest's "Data Communications Standards". As per the guidelines set forth by the State Contractors Association, Quest will provide a one-year warranty covering workmanship and compliance with applicable industry standards. Network cabling, servers, system software installation, network cards, network electronics, configuration of hubs and routers, an internet provider, and any other materials not specifically listed will not be provided. Quest would be privileged to provide you with additional pricing and consulting information upon request. If you have any further questions regarding these services please contact our offices at (916) 338-7070. It is assumed by Quest or Quests' agents, that the above project is clear of any asbestos or any other chemical / biological hazard. Payment terms are NET 30 days from date of invoice. Terms and Conditions Quest is hereby authorized to furnish all materials and labor to complete the work specified in this proposal, for which I/we agree to pay the contract price mentioned in this proposal, and according to the terms thereof. In the event that an action at law or in equity is brought in any public court or private dispute resolution forum to enforce or interpret the terms of this agreement, the prevailing party shall be awarded reasonable attorneys' fees, photocopying expenses, etc. I/we have read and agree to the provisions contained herein, and in any attachments that are made a part hereof and are described in the proposal. Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 4 of 5 Management R Quest TECHNOLOGY MANAGEMENT Quest Technology Management City of Lodi Signature: Signature: Name: Bill Dickens Title: Physical Security Engineer Date: 06/03/2021 Name: Benjamin Buecher Date: Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 5 of 5 Management RESOLUTION NO. 2021-218 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE AMENDMENT NO. 5 TO THE PROFESSIONAL SERVICES AGREEMENT WITH QUEST MEDIA AND SUPPLIES, INC., OF ROSEVILLE, FOR PURCHASE AND INSTALLATION OF SURVEILLANCE CAMERAS FOR FIRE STATION NO. 2, INCLUDING SYSTEM SUPPORT AND MAINTENANCE ------------------------------------------------------------------------- WHEREAS, in an effort to enhance security at City facilities, it is vital to expand the video surveillance program to cover Fire Station No. 2; and WHEREAS, Fire Station No. 2 has had an increase in vandalism outside the fire house, theft of personal belongings from personal vehicles, and trespassing by homeless; 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 Services Agreement with Quest Media & Supplies, Inc., 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. On August 25, 2020, Council authorized Amendment No. 3 to install additional cameras in City Hall, Civic Plaza, Fire Station No. 1, Hale Park, and Parks and Recreation maintenance yard, in the amount of $89,875. Amendment No. 4 was authorized on May 19,2021, for the, installation of security door cameras for the entrance to City Administration and the entrance of Human Resources and upgrade the software for the ACC unit in the amount of $5,000 for time and materials not included in the contract for a total of $14,052.05. Amendment No. 5 will add surveillance cameras at Fire Station No. 2 and add maintenance to the remainder of the service contract ($17,000) for a total agreement amount of $223,387.05 WHEREAS, staff recommends authorizing the City Manager to execute Amendment No. 5 to the Professional Services Agreement with Quest Media & Supplies, Inc., of Roseville, for purchase and installation of video surveillance cameras at Fire Station No. 2 ($15,920) and increase the maintenance contract by $1,080 for the next twelve months, for a total amount of $17,000. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute Amendment No. 5 to the Professional Services Agreement with Quest Media and Supplies, Inc., of Roseville, California, for purchase and installation of surveillance cameras at Fire Station No. 2 in the amount of $15,920, for a contract total of $223,387.05, and increase the maintenance contract by $1,080 for the next twelve months for a maintenance contract total of $42,180; and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (adopted 11/6/19, 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 4, 2021 I hereby certify that Resolution No. 2021-218 was passed and adopted by the City Council of the City of Lodi in a regular meeting held August 4, 2021, by the following vote: AYES: COUNCIL MEMBERS — Chandler, Hothi, Khan, Kuehne, and Mayor Nakanishi NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None I /'�� J NNIFE CUSMIR City Cie 2021-218