Loading...
The URL can be used to link to this page
Your browser does not support the video tag.
Home
My WebLink
About
Agenda Report - January 5, 2022 C-08
AGENDA ITEM Ic OW 2 -- CITY OF LODI COUNCIL COMMUNICATION TM AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Service Agreement with Quest Media and Supplies Inc., for Information Technology Business Continuity and Disaster Recovery Planning and Appropriating Funds (64,455.94) Not to Exceed ($95,000) MEETING DATE: January 5, 2022 PREPARED BY: Information Technology Manager RECOMMENDED ACTION Adopt resolution authorizing City Manager to execute professional service agreement with Quest Media and Supplies. Inc., for Information Technology business continuity and disaster recovery planning and appropriating funds ($64,455.94) not to exceed $95,000 BACKGROUND INFORMATION: The City's cyber infrastructure has varying degrees of complexity of technology. Any event that can cause disruption to the City's business processes will inevitably involve Information Technology (I.T.). The City would then be reliant on I.T.'s ability to supply services during the incident. The use of a business continuity and disaster recovery document would contain detailed instructions on how to respond to unplanned incidents, such as natural disasters, power outages or cyber -attacks. A disaster recovery document would comprehensively explain the consistent actions of I.T., before, during, and after an incident. Quest Technology is a reputable company that has worked with the City on several projects including video surveillance and Wi-Fi deployment. Quest has unique knowledge of the City's network infrastructure from working projects with the City's I.T. department. Staff recommends authorizing City Manager to execute Professional Services Agreement with Quest Media and Supplies Inc., to assist I.T. in creating a business continuity and disaster recovery document. The document would comprehensively clarify actions I.T. must follow, expediting service recovery to affected departments, before, during and after an incident occurs. Staff recommends appropriating the remaining funds from the I.T. Security Grant given to the City by the State of California with a remaining balance of $64,455.94, which includes interest earnings. The remaining project funding is budgeted in the 21/22 budget in I.T. operating funds, $30,544.06, not to exceed $95,000. FISCAL IMPACT: Working from a prepared document and plan will reduce excess time and expenditures during a disaster event. FUNDING AVAILABLE: Staff recommends appropriating the remaining funds from the I.T. Security Grant from the State of California of $64,455.94 (21620400.72450). The remaining project funding of $30,544.06, is already available in the FY APPROVED: Stephen Schwabauer, City Manager 21/22 budget in I.T. operating funds (10020400.72450). The total project not to exceed is $95,000. Andrew Keys Deputy City Manager AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on 2022, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Quest Media & Supplies, a California Corporation (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 Business Continuity & Disaster Recovery Planning (hereinafter "Project") as set forth in the Scope of Services attached here as Exhibit A. CONTRACTOR acknowledges that it is qualified to provide such services to CITY. ARTICLE 2 SCOPE OF SERVICES Section 2.1 Scope of Services CONTRACTOR, for the benefit and at the direction of CITY, shall perform the Scope of Services as set forth in Exhibit A. Section 2.2 Time For Commencement and Completion of Work CONTRACTOR shall commence work pursuant to this Agreement, upon receipt of a written notice to proceed from CITY or on the date set forth in Section 2.6, whichever occurs first, and shall perform all services diligently and complete work under this Agreement based on a mutually agreed upon timeline or as otherwise designated in the Scope of Services. CONTRACTOR shall submit to CITY such reports, diagrams, drawings and other work products as may be designated in the Scope of Services. CONTRACTOR shall not be responsible for delays caused by the failure of CITY staff to provide required data or review documents within the appropriate time frames. The review time by CITY and any other agencies involved in the project shall not be counted against CONTRACTOR's contract performance period. Also, any delays due to 1 weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall remain in contact with reviewing agencies and make all efforts to review and return all comments. Section 2.3 Meetings CONTRACTOR shall attend meetings as may be set forth in the Scope of Services. Section 2.4 Staffing CONTRACTOR acknowledges that CITY has relied on CONTRACTOR's capabilities and on the qualifications of CONTRACTOR's principals and staff as identified in its proposal to CITY. The Scope of Services shall be performed by CONTRACTOR, unless agreed to otherwise by CITY in writing. CITY shall be notified by CONTRACTOR of any change of Project Manager and CITY is granted the right of approval of all original, additional and replacement personnel at CITY's sole discretion and shall be notified by CONTRACTOR of any changes of CONTRACTOR's project staff prior to any change. CONTRACTOR represents it is prepared to and can perform all services within the Scope of Services (Exhibit A) and is prepared to and can perform all services specified therein. CONTRACTOR represents that it has, or will have at the time this Agreement is executed, all licenses, permits, qualifications, insurance and approvals of whatsoever nature are legally required for CONTRACTOR to practice its profession, and that CONTRACTOR shall, at its own cost and expense, keep in effect during the life of this Agreement all such licenses, permits, qualifications, insurance and approvals, and shall indemnify, defend and hold harmless CITY against any costs associated with such licenses, permits, qualifications, insurance and approvals which may be imposed against CITY under this Agreement. Section 2.5 Subcontracts Unless prior written approval of CITY is obtained, CONTRACTOR shall not enter into any subcontract with any other party for purposes of providing any work or services covered by this Agreement. Section 2.6 Term The term of this Agreement commences on January 10, 2022 and terminates upon the completion of the Scope of Services or on January 9, 2023, whichever occurs first. E ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Payment CONTRACTOR shall submit invoices for completed work on a monthly basis, or as otherwise agreed, providing, without limitation, details as to amount of hours, individual performing said work, hourly rate, and indicating to what aspect of the Scope of Services said work is attributable. CONTRACTOR's compensation for all work under this Agreement shall not exceed the amount of the Fee Proposal. Section 3.3 Costs The Fee Proposal shall include all reimbursable costs required for the performance of the Scope of Services. Payment of additional reimbursable costs considered to be over and above those inherent in the original Scope of Services shall be approved in advanced and in writing, by CITY. Section 3.4 Auditing CITY reserves the right to periodically audit all charges made by CONTRACTOR to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to furnish CITY, or a designated representative, with necessary information and assistance needed to conduct such an audit. CONTRACTOR agrees that CITY or its delegate will have the right to review, obtain and copy all records pertaining to performance of this Agreement. CONTRACTOR agrees to provide CITY or its delegate with any relevant information requested and shall permit CITY or its delegate access to its premises, upon reasonable notice, during normal business hours for the purpose of interviewing employees and inspecting and copying such books, records, accounts, and other material that may be relevant to a matter under investigation for the purpose of determining compliance with this requirement. CONTRACTOR further agrees to maintain such records for a period of three (3) years after final payment under this Agreement. 3 ARTICLE 4 MISCELLANEOUS PROVISIONS Section 4.1 Nondiscrimination In performing services under this Agreement, CONTRACTOR shall not discriminate in the employment of its employees or in the engagement of any sub CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital status, national origin, ancestry, age, or any other criteria prohibited by law. Section 4.2 ADA Compliance In performing services under this Agreement, CONTRACTOR shall comply with the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well as all applicable regulations and guidelines issued pursuant to the ADA. Section 4.3 Indemnification and Responsibility for Damage CONTRACTOR to the fullest extent permitted by law, shall indemnify and hold harmless CITY, its elected and appointed officials, directors, officers, employees and volunteers from and against any claims, damages, losses, and expenses (including reasonable attorney's fees and costs), arising out of performance of the services to be performed under this Agreement, provided that any such claim, damage, loss, or expense is caused by the negligent acts, errors or omissions of CONTRACTOR, any subcontractor employed directly by CONTRACTOR, anyone directly or indirectly employed by any of them, or anyone for whose acts they may be liable, except those injuries or damages arising out of the active negligence, sole negligence, or sole willful misconduct of the City of Lodi, its elected and appointed officials, directors, officers, employees and volunteers. CITY may, at its election, conduct the defense or participate in the defense of any claim related in any way to this indemnification. If CITY chooses at its own election to conduct its own defense, participate in its own defense, or obtain independent legal counsel in defense of any claim related to this indemnification, CONTRACTOR shall pay all of the costs related thereto, including without limitation reasonable attorney fees and costs. The defense and indemnification obligations required by this Agreement are undertaken in addition to, and shall not in any way be limited by the insurance obligations set forth herein. Section 4.4 No Personal Liability Neither the City Council, nor any other officer or authorized assistant or agent or City employee shall be personally responsible for any liability arising under this Agreement. 4 Section 4.5 Responsibility of CITY CITY shall not be held responsible for the care or protection of any material or parts of the work described in the Scope of Services prior to final acceptance by CITY, except as expressly provided herein. Section 4.6 Insurance Requirements for CONTRACTOR CONTRACTOR shall take out and maintain during the life of this Agreement, insurance coverage as set forth in Exhibit C attached hereto and incorporated by this reference. Section 4.7 Successors and Assigns CITY and CONTRACTOR each bind themselves, their partners, successors, assigns, and legal representatives to this Agreement without the written consent of the others. CONTRACTOR shall not assign or transfer any interest in this Agreement without the prior written consent of CITY. Consent to any such transfer shall be at the sole discretion of CITY. Section 4.8 Notices Any notice required to be given by the terms of this Agreement shall be in writing signed by an authorized representative of the sender and shall be deemed to have been given when the same is personally served or upon receipt by express or overnight delivery, postage prepaid, or three (3) days from the time of mailing if sent by first class or certified mail, postage prepaid, addressed to the respective parties as follows: To CITY: City of Lodi 221 West Pine Street P.O. Box 3006 Lodi, CA 95241-1910 Attn: Benjamin Buecher To CONTRACTOR: Quest Media & Sujpplies, Inc. 9000 Foothills Blvd. Roseville, CA 95747 Attn: Vladmir Pivtorak Section 4.9 Cooperation of CITY CITY shall cooperate fully and in a timely manner in providing relevant information it has at its disposal relevant to the Scope of Services. Section 4.10 CONTRACTOR is Not an Employee of CITY CONTRACTOR agrees that in undertaking the duties to be performed under this Agreement, it shall act as an independent contractor for and on behalf of CITY and not an employee of CITY. CITY shall not direct the work and means for accomplishment of 5 the services and work to be performed hereunder. CITY, however, retains the right to require that work performed by CONTRACTOR meet specific standards without regard to the manner and means of accomplishment thereof. Section 4.11 Termination CITY may terminate this Agreement, with or without cause, by giving CONTRACTOR at least ten (10) days written notice. Where phases are anticipated within the Scope of Services, at which an intermediate decision is required concerning whether to proceed further, CITY may terminate at the conclusion of any such phase. Upon termination, CONTRACTOR shall be entitled to payment as set forth in the attached Exhibit B to the extent that the work has been performed. Upon termination, CONTRACTOR shall immediately suspend all work on the Project and deliver any documents or work in progress to CITY. However, CITY shall assume no liability for costs, expenses or lost profits resulting from services not completed or for contracts entered into by CONTRACTOR with third parties in reliance upon this Agreement. Section 4.12 Confidentiality CONTRACTOR agrees to maintain confidentiality of all work and work products produced under this Agreement, except to the extent otherwise required by law or permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or "Proprietary", except to the extent otherwise required by law or permitted in writing by CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California Public Records Act. Section 4.13 Applicable Law, Jurisdiction, Severability, and Attorney's Fees This Agreement shall be governed by the laws of the State of California. Jurisdiction of litigation arising from this Agreement shall be venued with the San Joaquin County Superior Court. If any part of this Agreement is found to conflict with applicable laws, such part shall be inoperative, null, and void insofar as it is in conflict with said laws, but the remainder of this Agreement shall be in force and effect. In the event any dispute between the parties arises under or regarding this Agreement, the prevailing party in any litigation of the dispute shall be entitled to reasonable attorney's fees from the party who does not prevail as determined by the San Joaquin County Superior Court. 6 Section 4.14 City Business License Requirement CONTRACTOR acknowledges that Lodi Municipal Code Section 3.01.020 requires CONTRACTOR to have a city business license and CONTRACTOR agrees to secure such license and pay the appropriate fees prior to performing any work hereunder. Section 4.15 Captions The captions of the sections and subsections of this Agreement are for convenience only and shall not be deemed to be relevant in resolving any question or interpretation or intent hereunder. Section 4.16 Integration and Modification This Agreement represents the entire understanding of CITY and CONTRACTOR as to those matters contained herein. No prior oral or written understanding shall be of any force or effect with respect to those matters covered hereunder. This Agreement may not be modified or altered except in writing, signed by both parties. Section 4.17 Contract Terms Prevail All exhibits and this Agreement are intended to be construed as a single document. Should any inconsistency occur between the specific terms of this Agreement and the attached exhibits, the terms of this Agreement shall prevail. Section 4.18 Severability The invalidity in whole or in part of any provision of this Agreement shall not void or affect the validity of any other provision of this Agreement. Section 4.19 Ownership of Documents All documents, photographs, reports, analyses, audits, computer media, or other material documents or data, and working papers, whether or not in final form, which have been obtained or prepared under this Agreement, shall be deemed the property of CITY. Upon CITY's request, CONTRACTOR shall allow CITY to inspect all such documents during CONTRACTOR's regular business hours. Upon termination or completion of services under this Agreement, all information collected, work product and documents shall be delivered by CONTRACTOR to CITY within ten (10) calendar days. CITY agrees to indemnify, defend and hold CONTRACTOR harmless from any liability resulting from CITY's use of such documents for any purpose other than the purpose for which they were intended. 7 Section 4.20 Authority The undersigned hereby represent and warrant that they are authorized by the parties to execute this Agreement. Section 4.21 Federal Transit Funding Conditions ❑ If the box at left is checked, the Federal Transit Funding conditions attached as Exhibit D apply to this Agreement. In the event of a conflict between the terms of this Agreement or any of its other exhibits, and the Federal Transit Funding Conditions, the Federal Transit Funding Conditions will control. Section 4.22 Counterparts and Electronic Signatures This Agreement and other documents to be delivered pursuant to this Agreement may be executed in one or more counterparts, each of which will be deemed to be an original copy and all of which, when taken together, will be deemed to constitute one and the same agreement or document, and will be effective when counterparts have been signed by each of the parties and delivered to the other parties. Each party agrees that the electronic signatures, whether digital or encrypted, of the parties included in this Agreement are intended to authenticate this writing and to have the same force and effect as manual signatures. Delivery of a copy of this Agreement or any other document contemplated hereby, bearing an original manual or electronic signature by facsimile transmission (including a facsimile delivered via the Internet), by electronic mail in "portable document format" (".pdf") or similar format intended to preserve the original graphic and pictorial appearance of a document, or through the use of electronic signature software will have the same effect as physical delivery of the paper document bearing an original signature. s IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: JENNIFER CUSMIR City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney "M CITY OF LOD1, a municipal corporation STEPHEN SCHWABAUER City Manager QUEST MEDIA & SUPPLIES, INC. a California corporation By: _ Name Title: VLADMIR PIVTORAK 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: (Business Unit & Account No.) Doc ID: CA:Rev.01.2015 TECHNOLOGY MANAGEMENT Business Continuity Workshop Summary Presented to: Z CALIFORNIA Workshop Performed on: December 9, 2020 \�est TELHNOLOGY MANAGEMENT Citv of Lodi Workshop Summary Professional Services TABLE OF CONTENTS INTRODUCTION............................................................................................................................................ 3 WORKSHOPFINDINGS................................................................................................................................. 3 DISCOVERY.................................................................................................................................................. 3 OVERVIEW — BUSINESS CONTINUITY PLANNING...................................................................................... 3 EXECUTIVESUMMARY................................................................................................................................ 5 BUSINESS IMPACT ANALYSIS — RISK ASSESSMENT................................................................................... 7 BUSINESSCONTINUITY PLAN...................................................................................................................... 7 TECHNICAL RECOVERY RUNBOOK — IT/DR PLAN................................................................................... 8 QUEST PROFESSIONAL SERVICES RATES.................................................................................................. 8 POINTSOF CONTACT................................................................................................................................... 9 1/19/21 Quest © 2020. Quest', C, and How can we help?" are registered trademarks of Page 2 Quest Media & Supplies, Inc. All Rights Reserved. CONFIDENTIAL \�est TELHNOLOGY MANAGEMENT of Lodi Workshop Summary Professional Services INTRODUCTION Quest Technology Management (Quest) is pleased to provide this Workshop Summary to City of Lodi (Client). The content of this Workshop Summary is based on Client's business objectives and requirements. WORKSHOP FINDINGS Following are the findings and recommendations based on the Business Continuity Workshop performed on December 9, 2020. The following are items Quest considers priorities and projects the team can perform for Client. Quest conducted a discovery session to discuss the organization's critical business processes as well as disaster recovery and business continuity capabilities and identified the following information, risks, and issues. DISCOVERY Quest met with City of Lodi to review its technology environment and the current risks and impact to the organization if there were outages caused by multiple scenarios, including regional natural disasters (i.e., earthquakes, etc.), hardware or software failures, and data breaches causing loss of system access and potential data loss. OVERVIEW — BUSINESS CONTINUITY PLANNING • Quest met with City of Lodi to review and discuss its goals for the Business Continuity Plan (BCP). • Quest discussed the documentation and processes that are currently in place and determined formalized processes and procedures are lacking with no written or formalized documents. • Quest and City of Lodi discussed the approach to take to develop the organization's Business Continuity Plan. This included conducting a company -wide Business Impact Analysis identifying critical departmental business processes and reviewing the risks associated with those processes. This would include a review of the current recovery capabilities from a business and technology stand point. The BIA will identify gaps and allow for the organization to accept or address these risks. Once the BIA is completed, the company can then begin to develop its Business Continuity Plan. 1/19/21 Quest © 2020. Quest®, Q�, and How can we help?® are registered trademarks of Page 3 Quest Media & Supplies, Inc. All Rights Reserved. CONFIDENTIAL \�est TELHNOLOGY MANAGEMENT of Lodi Workshop Summary Professional Services • The Business Continuity Plan should consist of Business, Technical, Crisis Communication, Emergency, and Executive Teams and processes. These teams will have specific responsibilities leading up to, during, and post disaster. Gathering information from these teams to develop the Business Continuity Plan is essential. Once the plan is developed, training and education for the teams will be needed. Training will come in the form of plan reviews along with practice and tabletop exercises. • The Business Impact Analysis portion of the project typically takes six to eight weeks and should be maintained and updated at least once per year or when there is significant change to the company's business processes. • The Business Continuity Plan typically takes three to four months to complete, including team training and testing. This plan should be continuously reviewed and maintained, and ownership should be assigned to individuals. These individuals would be responsible for maintaining, testing, and training. Quest can assist with these responsibilities if needed. Below is the recommended Business Continuity Lifecycle. For a successful Business Continuity Program, Quest recommends following these practices. 1/19/21 Quest © 2020. Quest®, C, and How can we help?® are registered trademarks of Page 4 Quest Media & Supplies, Inc. All Rights Reserved. CONFIDENTIAL \�est TELHNOLOGY MANAGEMENT of Lodi Workshop Summary Professional Services EXECUTIVE SUMMARY The Professional Practices for Business Continuity Management Objectives are as follows: 1. Program Initiation and Management • Establish the need for a business continuity program. • Obtain support and funding for the business continuity program. • Build the organizational framework to support the business continuity program. • Introduce key concepts, such as program management, risk awareness, identification of critical functions/processes, recovery strategies, training and awareness, and exercising/testing. 2. Risk Assessment • Identify risks that can adversely affect an entity's resources or image. • Assess risks to determine the potential impacts to the entity, enabling the entity to determine the most effective use of resources to reduce these potential impacts. 3. Business Impact Analysis • Identify and prioritize the entity's functions and processes in order to ascertain which ones will have the greatest impact should they not be available. • Assess the resources required to support the business impact analysis process. • Analyze the findings to ascertain any gaps between the entity's requirements and its ability to deliver those requirements. 4. Business Continuity Strategies • Select cost-effective strategies to reduce deficiencies as identified during the risk assessment and business impact analysis processes. 5. Incident Response • Develop and assist with the implementation of an incident management system that defines organizational roles, lines of authority, and succession of authority. • Define requirements to develop and implement the entity's incident response plan. 1/19/21 Quest © 2020. Quest®, C, and How can we help?® are registered trademarks of Page 5 Quest Media & Supplies, Inc. All Rights Reserved. CONFIDENTIAL \�est TELHNOL06Y MANAGEMENT City of Lodi Workshop Summary Professional Services • Ensure that incident response is coordinated with outside organizations in a timely and effective manner when appropriate. 6. Plan Development and Implementation • Document plans to be used during an incident that will enable the entity to continue to function. 7. Awareness and Training Programs • Establish and maintain training and awareness programs that result in personnel being able to respond to incidents in a calm and efficient manner. 8. Business Continuity Plan Exercise, Assessment, and Maintenance • Establish an exercise, assessment, and maintenance program to maintain a state of readiness. 9. Crisis Communications • Provide a framework for developing a crisis communication plan. • Ensure that the crisis communications plan will provide for timely, effective communication with internal and external parties. 10. Coordination with External Agencies • Establish policies and procedures to coordinate incident response activities with public entities. 1/19/21 Quest © 2020. Quest®, C, and How can we help?® are registered trademarks of Page 6 Quest Media & Supplies, Inc. All Rights Reserved. CONFIDENTIAL \�est TELHNOLOGY MANAGEMENT of Lodi Workshop Summary Professional Services RECOMMENDATIONS Based on conversations with the City of Lodi team, Quest recommends the following: BUSINESS IMPACT ANALYSIS — RISK ASSESSMENT Deliverables to be provided as part of this Statement of Work: • Complete a Business Impact Analysis/Risk Assessment document that identifies current DR/BCP processes and areas of risk and provides recommendations for addressing these risks. DESCRIPTION COST Business Impact Analysis — Risk Assessment $35,000.00 RECOMMENDATION Create a comprehensive Business Continuity Plan that will be efficient and effective during recovery of business operations due to multiple disaster scenarios. BUSINESS CONTINUITY PLAN Deliverables to be provided as part of this Statement of Work: • Develop and deliver a completed Business Continuity Plan based on working with Client's Business, Technology, and Project Teams. Develop Executive, Business, Crisis Communication, Technical, and Emergency Recovery Teams and Processes. Does not include a detailed Technical Recovery Runbook. This effort is scoped separately. DESCRIPTION COST Business Continuity Plan $35,000.00 1/19/21 Quest © 2020. Quest®, C, and How can we help?® are registered trademarks of Page 7 Quest Media & Supplies, Inc. All Rights Reserved. CONFIDENTIAL \�est TELHNOLOGY MANAGEMENT of Lodi Workshop Summary Professional Services TECHNICAL RECOVERY RUNBOOK — IT/DR PLAN Deliverables to be provided as part of this Statement of Work: • Develop and deliver a completed IT/DR plan defining and documenting step-by-step IT recovery processes and procedures for the City of Lodi IT infrastructure and environment. DESCRIPTION COST Technical Recovery Runbook — IT/DR Plan $25,000.00 QUEST PROFESSIONAL SERVICES RATES Remote (Quest NOC) Support (1 hr. min, billed in 15 -minute increments) Cable Plant at Quest Data Center $88 per hr. Desktop/Printer $90 per hr. Project Coordinator $98 per hr. Video Surveillance, Access Control $110 per hr. Audio/Video, Video Conferencing $110 per hr. Engineering Consultant $195 per hr. Program or Project Manager $155 per hr. Sr. Engineering Consultant $225 per hr. Engineering Architect Consultant/Application Architect Consulting $240 per hr. Security Incident Emergency Response Resource $275 per hr. On -Site Scheduled Support (8 hr. min, scheduled 24 hrs. in advance) Data Cabling $95 per hr. Desktop/Printer $95 per hr. Project Coordinator $125 per hr. Video Surveillance, Access Control $125 per hr. Audio/Video, Video Conferencing $125 per hr. Engineering Consultant $210 per hr. Program or Project Manager $160 per hr. Sr. Engineering Consultant $240 per hr. Engineering Architect Consultant/Application Architect Consulting $275 per hr. Security Incident Emergency Response Resource $275 per hr. 1/19/21 Quest © 2020. Quest®, C, and How can we help?® are registered trademarks of Page 8 Quest Media & Supplies, Inc. All Rights Reserved. CONFIDENTIAL \�est TELHNOLOGY MANAGEMENT of Lodi Workshop Summary Professional Services After Hours Technical Support (4 hr. min, less than 24 hr. notice and/or after hrs./weekends) Data Cabling $110 per hr. Desktop/Printer $130 per hr. Video Surveillance, Access Control $150 per hr. Audio/Video, Video Conferencing $175 per hr. Router, Switch, Server, or Storage $250 per hr. Sr. Engineering Consultant $275 per hr. Engineering Architect Consultant/Application Architect Consulting $295 per hr. POINTS OF CONTACT Quest Primary Contact: Shawn Davidson — VP of Risk Management Email: Shawn davidson@questsys.com Phone: 916-338-7070 Quest Primary Contact: Julie Martens — Programs Manager Email: julie_martens@questsys.com Phone: 916-779-7536 1/19/21 Quest © 2020. Quest®, C, and How can we help?® are registered trademarks of Page 9 Quest Media & Supplies, Inc. All Rights Reserved. CONFIDENTIAL RESOLUTION NO. 2022-03 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH QUEST MEDIA AND SUPPLIES, INC., OF ROSEVILLE, FOR INFORMATION TECHNOLOGY BUSINESS CONTINUITY AND DISASTER RECOVERY PLANNING; AND FURTHER APPROPRIATING FUNDS WHEREAS, the City's cyber infrastructure has varying degrees of complexity of technology, and any event that can cause disruption to the City's business processes will inevitably involve Information Technology; and WHEREAS, a business continuity and disaster recovery document would contain detailed instructions on how to respond to unplanned incidents, such as natural disasters, power outages or cyber -attacks; and WHEREAS, Quest has unique knowledge of the City's network infrastructure from working projects with the City's I.T. Division; and WHEREAS, staff recommends authorizing the City Manager to execute a Professional Services Agreement with Quest Media and Supplies, Inc., to assist I.T. in creating a business continuity and disaster recovery document; and WHEREAS, staff recommends appropriating remaining funds from I.T. Security Grant with a balance of $64,455.94, which includes interest earnings to account 21620400.72450. Remaining balance funding is budgeted in the 21/22 budget cycle in I.T. operating funds, $30,544.06, not to exceed $95,000. NOW, THEREFORE, BE IT RESOLVED that the City Council does hereby authorize the City Manager to execute a Professional Services Agreement with Quest Media and Supplies, Inc., of Roseville, California, to assist I.T. in creating a business continuity and disaster recovery document, in an amount not to exceed $95,000; and BE IT FURTHER RESOLVED that funds be appropriated as set forth above; 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 make clerical corrections as necessary. Dated: January 5, 2022 ------------------------------------------------------------------------ ------------------------------------------------------------------------ I hereby certify that Resolution No. 2022-03 as passed and adopted by the City Council of the City of Lodi in a regular meeting held January 5, 2022 by the following votes: AYES: COUNCIL MEMBERS — Hothi, Khan, Kuehne, Nakanishi, and Mayor Chandler NOES: COUNCIL MEMBERS — None ABSENT: COUNCIL MEMBERS — None ABSTAIN: COUNCIL MEMBERS — None � rJENNIFER SMIR _""City Clerk 2022-03