HomeMy WebLinkAboutAgenda Report - May 3, 2023 C-06CITY OF
0 Z
tv
CALIFORNIA
COUNCIL COMMUNICATION
AGENDA ITEM 40 6
AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Amendment No. 3 to Professional
Services Agreement with Quest Media and Supplies, Inc., of Roseville, for the Transit
Division Video Surveillance System Licensing and Equipment Replacement ($89,000);
and Authorizing City Manager to Ratify Taxes in Amendment No. 1 ($1,481) and Execute
Future Change Orders (Not to Exceed $110,000)
MEETING DATE: May 3, 2023
PREPARED BY: Information Technology Manager
RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Amendment No. 3 to
Professional Services Agreement with Quest Media and Supplies, Inc., of
Roseville, for the Transit Division video surveillance system licensing and
equipment replacement in the amount of $89,000 and authorizing the City Manager to ratify taxes in Amendment
No. 1 in the amount of $1,481 and execute future change orders in an amount not to exceed $110,000.
BACKGROUND INFORMATION: The Transit Division currently relies on a video surveillance system that has
reached end of life and is out of warranty. There are 45 cameras between
the transit building and parking garage. The City entered into a
Professional Services Agreement with Quest Media Inc., on August 25, 2022, in the amount of $89,640. Council
approved Amendment No. 1 in February 2023 for the purchase and installation of half of the cameras at the
Transit station and Parking garage ($55,000). Amendment No. 2 was approved in February 2023 to install new
cameras at the Municipal Service Center ($122,040). Amendment No. 3 will allow Quest to replace the remaining
Pelco with new Avigilon cameras that are compatible with the City's surveillance system and repair cable
infrastructure in the parking garage ($89,000).
On August 17, 2022, the Council adopted a resolution authorizing the City Manager to execute a Professional
Services Agreement with Quest Media and Supply Inc., of Roseville, for the continued support and
maintenance of the Avigilon video surveillance system and cameras. Quest offered real-time network
monitoring of the health of the video system. 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.
Staff recommends approving Amendment No. 3 for purchase, licensing and installation of 15 new Avigilon
cameras to replace the remaining Pelco cameras that are incompatible with the City's current video controller
and repair the cable infrastructure in the parking garage at a cost of $89,000. Staff also recommend
authorizing the C ty Manager to ratify taxes in Amendment No. 1 in the amount of $1,481. Staff recommends
authorizing City Manager to approve change orders to the contract for the purchase and installation of future
APPROVED: . 20, 2023 10:32 PDT)
Stephen Schwabauer, City Manager
cameras citywide for $110,000, for a total cost of services of $467,171 over the remaining time on the five-year
contract ending in August 2027.
FISCAL IMPACT: Funding for this project was approved as a Transit Capital Improvement
Project in the FY 22/23 Budget
FUNDING AVAILABLE: Purchase and Installation ($90,481) PWTR-22002.
Andrew Keys
Andrew Keys
Deputy City Manager/Internal Services Director
Signature: OoArmw Xerp,
Email: akeys@lodi.gov
AMENDMENT NO.3
QUEST MEDIA AND SUPPLIES, INC.
VIDEO SERVEILLANCE SYSTEM INSTALLATION AND MAINTENANCE
THIS AMENDMENT NO, 3 TO PROFESSIONAL SERVICES AGREEMENT,
made and entered this day of May 2023, by and between the CITY OF LODI, a
municipal corporation (hereinafter "CITY"), and Quest Media and Supplies, Inc., a
California Corporation (hereinafter "CONTRACTOR").
WITNESSE
1. WHEREAS, CONTRACTOR and CITY entered into a Professional Services
Agreement on August 2501, 2022 in the amount of $88,640, and Amendment No. 1
on December 7, 2022 in the amount of $55,000 and Amendment No.2 on January
18, 2023 in the amount of $122,040; true and correct copies of which are
collectively attached as Exhibit 1 and made a part hereof; and
2. WHEREAS, CITY requested CONTRACTOR to perform additional work as set
forth in the Scope of Service attached hereto as Exhibit 2 and made a part hereof,
and increase the total cost by $89,000 and correcting previous Amendment No. 1
to allow for payment of freight and sales tax in the amount of $1,481; and
3. WHEREAS, CONTRACTOR agrees to said amendments; and
4. WHEREAS, all other terms and conditions remain unchanged.
NOW, THEREFORE, the parties agree to amend the Scope of Services and
increase the fees by $90,481 as set forth in above.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Amendment No. 3 on 2023,
CITY OF LODI, a municipal corporation
hereinabove called "CITY"
STEPHEN SCHWABAUER
City Manager
Attest:
OLIVIA NASHED
City Clerk
Approved as to Form:
JANICE D. MAGDICH
City Attorney
Quest Media and Supplies, Inc.
hereinabove caned " TRACTOR"
VLADIMIR PIVTORAK r
Operations Manager, Infrastructure
0%,"I t
TECHNOLOGY MANAGEMENT
M.
ESt
TECHNOLOGY MANAGEMENT
Products
Description
3x 8 MP, WDR, LightCatcher, 4mm, Camera Only
3x 8 MP, WDR, LightCatcher, 5.2mm, Camera Only
AVIGILON CORNER MOUNT ADAPTER
PENDANT MOUNT ADAPTER FOR H4 MULTISENSOR
IR ILLUMINATOR RING FOR H4 MULTISENSOR
OUTDOOR DOME COVER FOR H4 MULTISENSOR
POE++ INJECTOR, 60W, NA
WALL ARM FOR H4 IRPTZ OR H4 MULTISENSOR
8.0 MP (4K) WDR, LightCatcher, Day/Night, Outdoor Dome, 4.9 -8mm
f/1.8 P -iris lens, Next -Generation Analytics
8.0 MP (4K) WDR, LightCatcher, 4.9 -8mm f/1.8 P -iris lens, Integrated
IR, Next -Generation Analytics
5.0 MP, H6 Mini Dome Camera, WDR, LightCatcher, Day/Night, 2.9mm
f/2.0, IR
H4 LPC Box camera, 3.0 MP, 4.7-84.6mm f11.6 lens, with visible light
blocker.
Standard format enclosure with heater, sunshield and PoE
passthrough for a camera. PoE+ powers the camera enclosure and
camera using one Ethernet connection.
IR illuminator, PoE+, Outdoor, included lens option for 600, 350, or
10° horizontal coverage
Network Camera Midspan, PoE, Wall/Shelf/DIN-Rail Mount,
10/100/1000 Mbps, 100 to 240 Volt AC Input, 56 Volt DC 60 Watt
Output, 3.1" Width x 7.2" Depth x 2" Height, With SFP Slot
Junction box for the H5A Bullet
Avigilon LPR License
CAT6 ISP/OSP, Reel, 1000'
1U 24 Port Modular Patch Panel
GigaSPEED XL GS8E Stranded Cordage Modular Patch Cord
Cat 6 Data Jack -Black
Price
Qty
Ext. Price
$2,013.75
1
$2,013.75
$2,013.75
6
$12,082.50
$87.50
1
$87.50
$153.75
7
$1,076.25
$317.50
7
$2,222.50
$153.75
7
$1,076.25
$145.00
7
$1,015.00
$91.25
7
$638.75
$1,391.25
4
$5,565.00
$1,438.75
1
$1,438.75
$473.75
1
$473.75
$843.75
2
$1,687.50
$623.75
2
$1,247.50
$642.50
2
$1,285.00
$201.25
3
$603.75
$87.50
1
$87.50
$2,838.75
2
$5,677.50
$512.50
5
$2,562.50
$64.81
2
$129.62
$11.92
40
$476.80
$7.94
40
$317.60
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 2 of 6
Management
,�-St■
TECHNOLOGY MANAGEMENT
P rod u cts
Description
Price
Qty
Ext. Price
VELCRO® Brand One -Wrap Tie Bulk Roll
$25.00
1
$25.00
Velcro
MISC Conduit, Boxes, Connectors
$3,750.00
1
$3,750.00
Lift Rental, 1 Month
$2,400.00
2
$4,800.00
Estimated Tax
$4,153.07
1
$4,153.07
Estimated Freight
$4,530.62
1
$4,530.62
Subtotal:
$59,023.96
Project
Scope of Work Price
Change Order:
Guard Office
Provide, install, terminate, test and label (1) CAT6 data cable to guard office camera.
Provide, install and configure (1) 51VIP mini dome camera in back left corner in new guard office in parking
garage.
Parking Garage Roof
Provide, install, terminate, test and label (1) CAT6 data cable to (2) camera locations on roof.
Provide, install and configure (2) 180 degree multisensor cameras to cover roof parking.
Ramp to Parking Garage Roof
Provide, install, terminate, test and label (1) CAT6 data cable to ramp camera location.
Provide, install and configure (1) 4K bullet camera to cover ramp.
2ND Floor Parking Garage
Provide, install, terminate, test and label (1) CAT6 data cable to (2) camera locations.
Provide, install and configure (2) 180 multisensor cameras to cover 2nd floor of parking garage.
Parking Garage NE Stairwell
Provide, install, terminate, test and label (1) CAT6 data cable to stairwell camera location.
Provide, install and configure (1) 51VIP dome to cover stairwell.
Comer of Elm Street
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 3 of 6
Management
k
cuiueSL
TECHNOLOGY MANAGEMENT
Project
Scope of Work
Provide, install, terminate, test and label (1) CAT6 data cable to camera location.
Provide, install and configure (1) 270 degree multisensor camera with corner mount at corner.
Ramp to 2ND Floor Parking Garage
Provide, install, terminate, test and label (1) CAT6 data cable to (2) camera locations.
Provide, install and configure (2) 4K dome cameras (one at each end of ramp) to cover ramp.
1ST Floor Parking Garage
Provide, install, terminate, test and label (1) CAT6 data cable to camera location.
Provide, install and configure (1) 51VIP dome camera to cover driveway turning towards ramp to 2nd floor.
Provide, install and configure (2) 180 degree multisensor cameras to cover 1 st floor parking garage.
Corner of Pine Street
Provide, install, terminate, test and label (1) CAT6 data cable to camera location.
Provide, install and configure (1) 4K bullet camera to cover intersection and surrounding area.
SW Stairs
Provide, install, terminate, test and label (1) CAT6 data cable to camera location.
Provide, install and configure (1) 5PM directional dome camera to cover stairs.
LPR Cameras
Provide, install, terminate, test and label (1) CAT6 data cable to (2) camera locations at north entrance.
Provide, install, terminate, test and label (1) CAT6 data cable to (2) camera locations at south entrance.
Provide, install and configure (1) LPR camera and (1) 4K context camera at north entrance.
Provide, install and configure (1) LPR camera and (1) 4K context camera at south entrance.
Media Converters:
Provide and install (3) media converters with PoE output using customer provided SFPs.
Assumptions:
Work will be completed during normal business hours.
Lift rental is included in the cost of this proposal.
Licenses from initial project will be used for these cameras.
Exclusions:
Price
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 4 of 6
Management
"t+
TECIIWOi MANAGEMENT
Project
Scope of Work
High Voltage Electrical
Permitting
Shipping
Qpscootion
Freight Charges Shipping will be added at the time of the bill.
Sales Tax
Subtotal:
Price
$23,860.00
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: 5 of 6
Management
-�u
Uest
TECHNOLOGY MANAGEMENT
Transit Station Change Order #1
Prepared bv: Prepared for:
Y Quest Technology Management City of Lodi
Bill Dickens 24 S. Sacramento Street
(916) 338-7070 Lodi, CA 95240
f Bill_Dickens@questsys.com Benjamin Buecher
(209) 333-5548
i bbuecher@lodi.gov
Quote Summary
Description
Products
Project
Quote information:
Quote #: 017076
Version: 1
Delivery Date: 03/27/2023
Expiration Date: 03/31/2023
Amount
$59,023.96
$29,860.00
Total: $88,883.96
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
Date: 03/27/2023
City of Lodi
Signature:
Name: Benjamin Buecher
Date:
Shipping and Sales tax to be added and calculated per current state and local municipalities rates at time of invoice.
Signature:
Name: Benjamin Buecher
Date:
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 6 of 6
Management
or"CIS r
r¢
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 -Contributory 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 Subrogation 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) Seyerabillty of Interest Clause
The term "insured" is used severally and not collectively, but the inclusion herein of more than one insured shall not operate to
in ROM carnpariy's l�afa tity�rrt erg" tr fie �Anfiac oars cornrrie"rc�ai'general Eialjil ty and au[c0 11pc IlaTPI'M��aies.
(e) Notice of Canceilati..n or, Change in Coverage Endorsement
This policy may not be canceled nor the coverage reduced by the company without 30 days' prior written notice of such
cancellation or reduction in coverage to the Risk Manager, City of Lodi, 221 West Pine St., Lodi, CA 95240.
(f) Continuity of Coverage
All policies shall be in effect on or before the first day of the Term of this Agreement. At least thirty (30) days prior to the expiration
of each insurance policy, Contractor shall furnish a certificate(s) showing that a new or extended policy has been obtained which
meets the minimum requirements of this Agreement. Contractor shall provide proof of continuing insurance on at least an annual
basis during the Term If Contractor's insurance lapses or is discontinued for any reason, Contractor shall immediately notify the
City and immediately obtain replacement insurance. 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 Comply
If Contractor fails or refuses to obtain and maintain the required insurance, or fails to provide proof of coverage, the City may obtain
the insurance. Contractor shall reimburse the City for premiums paid, with interest on the premium paid by the City at the maximum
allowable legal rate then in effect in California. The City shall notify Contractor of such payment of premiums within thirty (30) days
of payment stating the amount paid, the 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 Retentions
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.
Q) 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) Claims 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 maintained 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) Qualified Insurer(s)
All insurance required by the terms of this Agreement must be provided by insurers licensed to do business in the State of
California which are rated at least "A-, VI" by the AM Best Ratings Guide, and which are acceptable to the City. Non -admitted
surplus lines carriers may be accepted provided they are included on the most recent list of California eligible surplus lines
insurers (LESLI list) and otherwise meet City requirements.
Page 2 1 of 2 pages I Risk: rev. 3/1/2018
AMENDMENT NO.2
QUEST MEDIA AND SUPPLIES, INC.
VIDEO SERVEILLANCE SYSTEM INSTALLATION AND MAINTENANCE
THIS AMENDMENT NO, 2 TO PROFESSIONAL SERVICES AGREEMENT,
made and entered this _7n—d day of__LA�, 2023, 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 August 25, 2022 In the amount of $94,640, and Amendment No. t
on December 7, 2022, in the amount of $5500, true and correct copies of which
are collectively attached as Exhibit 1; and
2. WHEREAS, this Amendment No. 2 covers, new surveillance cameras at the
Municipal Service Center and Installation of a second video control server,
increasing the total cost of the contract by $122,400; and
3. WHEREAS, CONTRACTOR agrees to said amendments; and
4. WHEREAS, all other terms and conditions of the Agreement remain unchanged.
NOW, THEREFORE, the parties agree to amend the Scope of Services and
increase the fees by $122,400, for a total cost of services of $272,040 as set forth above.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Amendment No. 2 on �.� , 2023.
CITY OF LODI, a municipal corporation Quest Media and Supplies, Inc.
hereinabove called "CITY" hereinabove called "CONTRACTOR°
$ VLADIMIR PI ORAK
City Manager Operations Manager, Infrastructure
Attest:
OLIVIA HASHED
City Clerk
Approved as to Form:
D. MAGOtCH
City Attomey
r
e-uest
TE{HHOLQGY MANAGEMENT
EXHIBIT 2
Transit Station Change Order #1
e
ir-tuest
TECHNOLOGY MANAGEMENT
Products
Description
Price
Qty
Ext. Price
3x 8 MP, WDR, LightCatcher, 4mm, Camera Only
$2,013.75
1
$2,013.75
3x 8 MP, WDR, LightCatcher, 5.2mm, Camera Only
$2,013.75
6
$12,082.50
AVIGILON CORNER MOUNT ADAPTER
$87.50
1
$87.50
PENDANT MOUNT ADAPTER FOR H4 MULTISENSOR
$153.75
7
$1,076.25
IR ILLUMINATOR RING FOR H4 MULTISENSOR
$317.50
7
$2,222.50
OUTDOOR DOME COVER FOR H4 MULTISENSOR
$153.75
7
$1,076.25
POE++ INJECTOR, 60W, NA
$145.00
7
$1,015.00
WALL ARM FOR H4 IRPTZ OR H4 MULTISENSOR
$91.25
7
$638.75
8.0 MP (4K) WDR, LightCatcher, Day/Night, Outdoor Dome, 4.9 -8mm
$1,391.25
4
$5,565.00
f/1.8 P -iris lens, Next -Generation Analytics
8.0 MP (4K) WDR, LightCatcher, 4.9 -8mm f/1.8 P -iris lens, Integrated
$1,438.75
1
$1,438.75
IR, Next -Generation Analytics
5.0 MP, H6 Mini Dome Camera, WDR, LightCatcher, Day/Night, 2.9mm
$473.75
1
$473.75
f/2.0, IR
H4 LPC Box camera, 3.0 MP, 4.7-84.6mm f/1.6 lens, with visible light
$843.75
2
$1,687.50
blocker.
Standard format enclosure with heater, sunshield and PoE
$623.75
2
$1,247.50
passthrough for a camera. PoE+ powers the camera enclosure and
camera using one Ethernet connection.
IR illuminator, PoE+, Outdoor, included lens option for 600, 35°, or
$642.50
2
$1,285.00
100 horizontal coverage
Network Camera Midspan, PoE, Wall/Shelf/DIN-Rail Mount,
$201.25
3
$603.75
10/100/1000 Mbps, 100 to 240 Volt AC Input, 56 Volt DC 60 Watt
Output, 3.1" Width x 7.2" Depth x 2" Height, With SFP Slot
Junction box for the H5A Bullet
$87.50
1
$87.50
Avigilon LPR License
$2,838.75
2
$5,677.50
CAT6 ISP/OSP, Reel, 1000'
$512.50
5
$2,562.50
1U 24 Port Modular Patch Panel
$64.81
2
$129.62
GigaSPEED XL GS8E Stranded Cordage Modular Patch Cord
$11.92
40
$476.80
Cat 6 Data Jack -Black
$7.94
40
$317.60
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747
Page 2 of 6
Management
e
TE[NNOLOGY MANAGEMENT
Products
Description
Price
Qty
Ext. Price
VELCRO® Brand One -Wrap Tie Bulk Roll
$25.00
1
$25.00
Velcro
MISC Conduit, Boxes, Connectors
$3,750.00
1
$3,750.00
Lift Rental, 1 Month
$2,400.00
2
$4,800.00
Estimated Tax
$4,153.07
1
$4,153.07
Estimated Freight
$4,530.62
1
$4,530.62
Subtotal
$59,023.96
Project
Scope of Work Price
Change Order:
Guard Office
Provide, install, terminate, test and label (1) CAT6 data cable to guard office camera.
Provide, install and configure (1) 51VIP mini dome camera in back left corner in new guard office in parking
garage.
Parking Garage Roof
Provide, install, terminate, test and label (1) CAT6 data cable to (2) camera locations on roof.
Provide, install and configure (2) 180 degree multisensor cameras to cover roof parking.
Ramp to Parking Garage Roof
Provide, install, terminate, test and label (1) CAT6 data cable to ramp camera location.
Provide, install and configure (1) 4K bullet camera to cover ramp.
2ND Floor Parking Garage
Provide, install, terminate, test and label (1) CAT6 data cable to (2) camera locations.
Provide, install and configure (2) 180 multisensor cameras to cover 2nd floor of parking garage.
Parking Garage NE Stairwell
Provide, install, terminate, test and label (1) CAT6 data cable to stairwell camera location.
Provide, install and configure (1) 51VIP dome to cover stairwell.
Corner of Elm Street
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 3 of 6
Management
t
TE(NNOLOGY MANAGEMENT
Project
Scope of Work
Provide, install, terminate, test and label (1) CAT6 data cable to camera location.
Provide, install and configure (1) 270 degree multisensor camera with corner mount at corner.
Ramp to 2ND Floor Parking Garage
Provide, install, terminate, test and label (1) CAT6 data cable to (2) camera locations.
Provide, install and configure (2) 4K dome cameras (one at each end of ramp) to cover ramp.
1ST Floor Parking Garage
Provide, install, terminate, test and label (1) CAT6 data cable to camera location.
Provide, install and configure (1) 51VIP dome camera to cover driveway turning towards ramp to 2nd floor.
Provide, install and configure (2) 180 degree multisensor cameras to cover list floor parking garage.
Corner of Pine Street
Provide, install, terminate, test and label (1) CAT6 data cable to camera location.
Provide, install and configure (1) 4K bullet camera to cover intersection and surrounding area.
SW Stairs
Provide, install, terminate, test and label (1) CAT6 data cable to camera location.
Provide, install and configure (1) 5PM directional dome camera to cover stairs.
LPR Cameras
Provide, install, terminate, test and label (1) CAT6 data cable to (2) camera locations at north entrance.
Provide, install, terminate, test and label (1) CAT6 data cable to (2) camera locations at south entrance.
Provide, install and configure (1) LPR camera and (1) 4K context camera at north entrance.
Provide, install and configure (1) LPR camera and (1) 4K context camera at south entrance.
Media Converters:
Provide and install (3) media converters with PoE output using customer provided SFPs.
Assumptions:
Work will be completed during normal business hours.
Lift rental is included in the cost of this proposal.
Licenses from initial project will be used for these cameras.
Exclusions:
Price
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 4 of 6
Management
s
- 1 mast
TECHNOLOGY MANAGEMENT
Project
Scope of Work Price
High Voltage Electrical
Permitting
Subtotal: $29,880.00
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
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: 5 of 6
Management
1k..k
..es
TECHNOLOGY MANAGEMENT
Transit Station Change Order #1
Quest Technology Management
Bill Dickens
(916) 338-7070
BiII—Dickens@questsys.com
1
Quote Summary
Description
Products
Project
City of Lodi
24 S. Sacramento Street
Lodi, CA 95240
Benjamin Buecher
(209) 333-5548
bbuecher@lodi.gov
Quote #: 017076
Version: 1
Delivery Date: 03/27/2023
Expiration Date: 03/31/2023
Amount
$59,023.96
$29,860.00
Total- $88,883.96
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.
/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: 03/27/2023
City of Lodi
Signature:
Name: Benjamin Buecher
Date:
Shipping and Sales tax to be added and calculated per current state and local municipalities rates at time of invoice.
Signature:
Name: Benjamin Buecher
Date:
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 6 of 6
Management
m
TECHNOLOGY MANAGEMENT
Redundant Server + Faiiover Licensing
Quote # 016842 Version 2
Prepared
City of Lodi gill Dickens
Q-,,jiest
TECHNOLOGY MANAGEMENT
Products
Description Price Qty Ext. Price
Avigilon 64 TB (80 TB Raw) NVR5 Premium with Microsoft Windows $28,724.20 1 $28,724.20
10 v1809 LTSC and Avigilon Control Center, includes one NEMA 5-
15P/C13 & one C13/C14 Power Cord
ACC 7 ENT failover channel $41.50 60 $2,490.00
Estimated Tax $2,240.00 1 $2,240.00
Estimated Freight $185.00 1 $185.00
Subtotal: $33,639.20
Project
Scope of Work Price
Installation
Provide, install and configure (1) 64TB NVR in available rack space.
Load balance cameras between servers.
Configure failover settings.
Subtotal: $1,085.00
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
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: 2 of 4
Management
Quest
TE(HNOIOGY MANAGEMENT
Redundant Server + Failover Licensing
Prepared by, Prepared legit..
Quest Technology Management City of Lodi
Bill Dickens 215 W Elm St.
ILI
(916) 338-7070 Lodi, CA 95240
4 Bill_Dickens@questsys.com Benjamin Buecher
(209) 333-5548
bbuecher@lodi.gov
Quote Summary
Description
Products
Project
x'-orlyla' ioil:
Quote #: 016842
Version: 2
Delivery Date: 04/05/2023
Expiration Date: 01/16/2023
Amount
$33,639.20
$1,085.00
Total $34,724.20
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.
/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:
Name: Bill Dickens
Title: Physical Security Engineer
Date: 04/05/2023
Signature:
Name: Benjamin Buecher
Initials:
Date: 1/1/0001 12:00:00 AM
IP Address:
Email Address:
PO Number:
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 3 of 4
Management
Q,j,est'
TECHNOLOGY MANAGEMENT
Shipping and Sales tax to be added and calculated per current state and local municipalities rates at time of invoice.
Signature:
Name: Benjamin Buecher
Initials:
Date: 1/1/0001 12:00:00 AM
IP Address:
Email Address
guest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 4 of 4
Management
AMENDMENT NO. 1
QUEST MEDIA AND SUPPLIES, INC.
VIDEO SERVEILLANCE SYSTEM INSTALLATION AND MAINTENANCE
THIS AMENDMENT NO. 1 TOP&.,SSIONAL SERVICES AGREEMENT,
made and entered this tl day of = ,, 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 August 251, 2022 in the amount of $95,000, 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 by $55,000; and
3. WHEREAS, CONTRACTOR agrees to said amendments; and
4. WHEREAS, all other terms and conditions remain unchanged.
NOW, THEREFORE, the parties agree to amend the Scope of Services and
increase the fees by $55,000 as set forth in Exhibit 2, for a total cost of services of
$150,000.
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Amendment No. 1 on % _ 2.0'r'r?-
CITY OF LODI, a municipal corporation
hereinabove called "Cl i Y
STE715REk-SCHWABAIJEW
City Manager
Attest;
OLIVIA NASHED
City Clerk
Approved as to Form:
JANICE Ar AGDICH
City Attdrney
Quest Media and Supplies, Inc.
hereinabove called "CONTRACTOR"
ADIMIR PIVTORAK
Operations Manager, Infrastructure
tAniai i •i
AGREEMENT FOR PROFESSIONAL SERVICES
ARTICLE 1
PARTIES AND PURPOSE
Section 1.1 Parties
THIS AGREEMENT is entered into on _ u 2+ 2 _, 20P , by and
between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Quest
Media and Supply Inc., 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 maintenance
and support of video surveillance system, camera hardware, server and database
including technical support as needed. The contract includes the addition of new
cameras to the system as the City expands the surveillance program. (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 Corr3aetion 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
1
counted against CONTRACTOR's contract performance period, Also, any delays due to
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 Meet ngs
CONTRACTOR shall attend meetings as may be set forth in the Scope of
Services.
Section 2.4 Staffinn
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 September 1, 2022 and terminates
upon the completion of the Scope of Services or on August 31, 2027, whichever occurs
fi rst.
2
ARTICLE 3
COMPENSATION
Section 3.1 Compensation
CONTRACTOR's compensation for all work under this Agreement shall conform
to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by
this reference,
CONTRACTOR shall not undertake any work beyond the scope of this
Agreement unless such additional work is approved in advance and in writing by CITY.
Section 3.2 Method of Payment
CONTRACTOR Shall submit invoices for completed work on a monthly basis, or
as otherwise agreed, providing, without limitation, details as to amount of hours,
individual performing said work, hourly rate, and indicating to what aspect of the Scope
of Services said work is attributable. CONTRACTOR's compensation for all work under
this Agreement shall not exceed the amount of the Fee Proposal.
Section 3.3 Costs
The Fee Proposal shall include all reimbursable costs required for the
performance of the Scope of Services. Payment of additional reimbursable costs
considered to be over and above those inherent in the original Scope of Services shall
be approved in advanced and in writing, by CITY.
Section 3.4 Auditing
CITY reserves the right to periodically audit all charges made by CONTRACTOR
to CITY for services under this Agreement. Upon request, CONTRACTOR agrees to
furnish CITY, or a designated representative, with necessary information and assistance
needed to conduct such an audit.
CONTRACTOR agrees that CITY or its delegate will have the right to review,
obtain and copy all records pertaining to performance of this Agreement.
CONTRACTOR agrees to provide CITY or its delegate with any relevant information
requested and shall permit CITY or its delegate access to its premises, upon reasonable
notice, during normal business hours for the purpose of interviewing employees and
inspecting and copying such books, records, accounts, and other material that may be
relevant to a matter under investigation for the purpose of determining compliance with
this requirement. CONTRACTOR further agrees to maintain such records for a period of
three (3) years after final payment under this Agreement,
3
ARTICLE 4
MISCELLANEOUS PROVISIONS
Section 4.1 Nondiscrimination
In performing services under this Agreement, CONTRACTOR shall not
discriminate in the employment of its employees or in the engagement of any sub
CONTRACTOR on the basis of race, color, religion, sex, sexual orientation, marital
status, national origin, ancestry, age, or any other criteria prohibited by law,
Section 4.2 ADA Compliance
In performing services under this Agreement, CONTRACTOR shall comply with
the Americans with Disabilities Act (ADA) of 1990, and all amendments thereto, as well
as all applicable regulations and guidelines issued pursuant to the ADA,
Section 4.3 Indemnification and_Responsibilityfor Dania
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 Responsibilitof C1TY
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 & SUPPLY
9000 FOOTHILL BLVD
ROSEVILLE, CA 95747
ATTN: VLADIMIR PIVTORAK
Section 4.9 Cooperation of CITY
CITY shall cooperate fully and in a timely manner in providing relevant
information it has at its disposal relevant to the Scope of Services,
Section 4.10 CONTRACTOR is Not an Employee of CITY
CONTRACTOR agrees that in undertaking the duties to be performed under this
Agreement, it shall act as an independent contractor for and on behalf of CITY and not
an employee of CITY. CITY shall not direct the work and means for accomplishment of
5
the services and work to be performed hereunder. CITY, however, retains the right to
require that work performed by CONTRACTOR meet specific standards without regard
to the manner and means of accomplishment thereof.
Section 4.11 Termination
CITY may terminate this Agreement, with or without cause, by giving
CONTRACTOR at least ten (10) days written notice. Where phases are anticipated
within the Scope of Services, at which an intermediate decision is required concerning
whether to proceed further, CITY may terminate at the conclusion of any such phase.
Upon termination, CONTRACTOR shall be entitled to payment as set forth in the
attached Exhibit B to the extent that the work has been performed. Upon termination,
CONTRACTOR shall immediately suspend all work on the Project and deliver any
documents or work in progress to CITY. However, CITY shall assume no liability for
costs, expenses or lost profits resulting from services not completed or for contracts
entered into by CONTRACTOR with third parties in reliance upon this Agreement.
Section 4.12 Confidentiality
CONTRACTOR agrees to maintain confidentiality of all work and work products
produced under this Agreement, except to the extent otherwise required by law or
permitted in writing by CITY. CITY agrees to maintain confidentiality of any documents
owned by CONTRACTOR and clearly marked by CONTRACTOR as "Confidential" or
"Proprietary", except to the extent otherwise required by law or permitted in writing by
CONTRACTOR. CONTRACTOR acknowledges that CITY is subject to the California
Public Records Act.
Section 4.13 Applicable Law Jury isdic tion�SeverabiHtand 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_Reguirement
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 Inteljration 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 ffectronic 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.
8
IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this
Agreement as of the date first above written.
ATTEST: CITY OF LODI, a municipal corporation
OLIVIA NASHED S R
City Clerk City Manager
APPROVED AS TO FORM: QUEST MEDIA AND SUPPLY, INC.
JANICE D. MAGDICH, City Attorney
ame: VLADIMIR PIVTORAK
Attachments: Title: Operations Manager, Infrastructure
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:
CAfRev.04.20ZZIT
EXHIBIT A
IL
TECHNOLOGY MANAGEMENT
CltyOfLodi Managed Services Renewal 160 Month
Quote;# 016380 Version I
City of Lodi 81,11 D I ck e n s
01jea
TECHNOLOGY MANAGEMENT
Managed Services Summary
Managed Services Summary
• Monitor the up / down status of all endpoint devices included in the system.
• Monitor the health of all servers, networked -video -recorders, and their components included in the system.
• Upon detection of any irregularities, Quest's Network Operation Center (NOC) will open a ticket and assign to a
Quest engineer for troubleshooting and / or evaluation.
Quest will also alert the customer (City of Lodi) in the event of any irregularities and provide the ticket number and
status,
• Quest will autonomously schedule and / or dispatch any onsite technicians or engineers on an as -needed basis.
• Quest will replace / repair / maintain all endpoint devices during the life of the contract as needed, barring
intentional physical damage or misuse of the hardware.
• Quest will provide, install, and configure a DGE Extension to allow remote access to servers and cameras through
its secure Traverse Datacenter for maintenance, troubleshooting, and monitoring,
. Quest will provide 24 / 7 access to its Network Operation Center (NOC) for ticketing and service -related requests.
Cost of Services - $18 per Device, per Month
Managed Service
Managed Service Details
60 Month Service Contract
Sales Tax
Payments Interval Amount
60 Monthly $1,494,00
Sales tax to be added and calculated per current state and local municipalities rates at time of
invoice.
Shipping
Product Details
Freight Charges Shipping will be added at the time of the bill.
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 2 of 4
Manaaement
nuest
TECHNOLOGY MANAGEMENT
City Of Lodi Managed Services Renewal 160 Month
Quest Technology Management City of Lodi
Bill Dickens 215 W Elm St.
(916) 338-7070 Lodi, CA 95240
Bill Dickens@questsys.com Benjamin Buecher
(209) 333-5548
bbuecher@lodi.gov
Monthly Expenses Summary
Description
Managed Service
Warranty / Standard of Installation
Quote #: 016389
Version: 1
Delivery Date: 07111/2022
Expiration Date: 08/25/2022
Amount
$1,494.00
Monthly Total- $1,494.00
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 [lie 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
Quest
TECHNOLOGY MANAGEMENT
Quest Technology Management
Signature:
?l/
Name: BIII Dickens
Title: Physical Security Engineer
Datj: 0711112022
City of Lodi
Signature:
Name: Benjamin Buecher
Date:
Quest Technology 8000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 4 of 4
Mangaement
0%,\qWhOPU
,1qMw1E�U=MO L
TEONOLOGY MANAGEMENT
maqkwwa,
EXHIBIT 2
Transit Station Camera Takeover + Migration
Quote # 016732 Version 3
:itv of Lodi gill Dickens
Quest,
TECHNOLOGY MANAGEMENT
Products
Product Details
2.0 MP (1080p) WDR, LightCatcher, Day/Night, Outdoor Dome, 3.3-9mm f/1.3 P -iris
lens, Integrated IR, Next -Generation Analytics
2.0 MP (1080p) WDR, LightCatcher, Day/Night, Indoor Dome, 3.3-9mm f/1.3 P -iris
lens, Integrated IR, Next -Generation Analytics
6.0 MP WDR, LightCatcher, 4.9 -8mm f/1.8 P -iris lens, Integrated IR, Next -Generation
Analytics
6.0 MP WDR, LightCatcher, 4.9 -8mm f/1.$ P -Iris lens, Integrated IR, Next -Generation
Analytics
WALL ARM FOR H4 IRPTZ OR H4 MULTISENSOR
3x 5 MP, WDR, LightCatcher, 2.8mm, Camera Only
AVIGILON CORNER MOUNT ADAPTER
PENDANT MOUNT ADAPTER FOR H4 MULTISENSOR
OUTDOOR DOME COVER FOR H4 MULTISENSOR
POE++ INJECTOR, 60W, NA
Junction box for the HSA Bullet
Avigilon ACCT Enterprise Camera License
CAT6 ISP/OSP, Reel, 1000'
1U 24 Port Modular Patch Panel
GigaSPEED XL GS8E Stranded Cordage Modular Patch Cord
Cat 6 Data Jack -Black
VELCRO® Brand One -Wrap Tie Bulk Roll
Velcro
Misc, Consumables
Lift Rental, 1 Month
Subtotal.
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747
Qty
2
11
4
4
1
1
1
1
1
1
8
47
1
1
4
4
1
1
2
$42,161.37
Page: 2 of 5
Quest
TECHNOLOGY MANAGEMENT
Project
Scope of Work
Installation
Provide, install and configure the following cameras to replace aging or defective cameras at the Transit
Station:
• (2) 2MP Outdoor Dome with IR to replace Parking Lot Elevator Cameras.
• (1) 270 Degree Multisensor Camera to replace Cam 20 Surface Lot (fr/NW)
• (1) 2MP Indoor Dome with IR to replace Cam 32 N Annex Interior 2
• (1) 2MP Indoor Dome with IR to replace Cam 33 N Annex Interior 3
• (1) 2MP Indoor Dome with IR to replace Cam 38 Lobby Seating
• (1) 2MP Indoor Dome with IR to replace Cam 39 Lobby S Door / Hallway (fr/S view)
• (1) 2MP Indoor Dome with IR to replace Cam 40 Lobby S Bathroom / Hallway (fr/S view)
• (1) 2MP Indoor Dome with IR to replace Cam 02 PS Lvl 1 S Entrance / Elevator
(1) 2MP Indoor Dome with IR to replace Cam 08 Parking Structure Lvl 2 S Elevator / Entrance
• (1) 6MP Outdoor Bullet with IR to replace Cam 15 PS Lvl 3 S Wall
• (1) 6MP Outdoor Bullet with IR to replace Cam 19 PS Lvl 3 NW Wall
• (1) 6MP Outdoor Bullet with IR to replace Cam 22 Probing Area (fr/ Bus Island)
• (1) 6MP Outdoor Bullet with IR to replace Cam 29 Bus Parking Mid
• (1) 2MP Indoor Dome with IR to replace Cam 31 N Annex Interior 1
• (1) 2MP Indoor Dome with IR to replace Cam 34 N Annex Interior / Counting Room
• (1) 2MP Indoor Dome with IR to replace Cam 35 Lobby Counter / Interior 1
• (1) 2MP Indoor Dome with IR to replace Cam 36 Lobby SW Door / Interior 2
Provide, install, terminate, test and label (1) CAT6 data cable to (4) new camera locations on transit station
island in front of station.
Provide, install and configure (4) 4MP Outdoor Bullet cameras to cover island in front of station.
Migrate remaining cameras over to ACC system,
Assumptions:
Work will be completed during normal business hours,
There is available power to charge lift onsite.
Cameras will stream back to server over fiber,
Exclusions:
High Voltage Electrical
Permitting
Price
Subtotal: $11,130.00
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 3 of 5
t
Quest
TECHNOLOGY MANAGEMENT
Shipping
Description
Freight -Charges Shipping will be added at the time of the bill.
Sales Tax
Price Qty
$0,00: 1
Ext. Price
$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: 4 of 5
TECHNOLOGY MANAGEMENT
Transit Station Camera Takeover + Migration
Quest Technology Management City of Lodi
Bill Dickens 24 S. Sacramento Street
(916) 338-7070 Lodi, CA 95240
Bill_Dickens@questsys.com Benjamin Buecher
(209) 333-5548
bbuecher@lodi.gov
Quote Summary
Description
Products
Project
Quote #: 016732
Version: 3
Delivery Date: 10/31/2022
Expiration Date: 12/08/2022
Amount
$42,161.37
$11,130.00
Total: $53,291.37
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 City of Lodi
Signature
Name: Bill Dickens
Title: Physical Security Engineer
Date: 10/31/2022
Signature:
Name:
Date:
Benjamin Buecher
Shipping and Sales tax to be added and calculated per current state and local municipalities rates at time of invoice.
Signature
Name.-
Date:
ame:Date:
Benjamin Buecher
Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 96747 Page: 5 of 5
RESOLUTION NO. 2023-80
A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE
CITY MANAGER TO EXECUTE AMENDMENT NO. 3 TO THE PROFESSIONAL
SERVICES AGREEMENT WITH QUEST MEDIA AND SUPPLIES, INC., OF
ROSEVILLE, FOR TRANSIT DIVISION VIDEO SURVEILLANCE SYSTEM
LICENSING AND EQUIPMENT REPLACEMENT; AND FURTHER AUTHORIZING
THE CITY MANAGER TO RATIFY TAXES IN AMENDMENT NO. 1 AND TO
EXECUTE FUTURE CHANGE ORDERS
WHEREAS, the Transit division currently relies on an outdated video surveillance system
that was purchased in 2017, and the current system has inadequate retention capability for storing
video and offers poor video quality, rendering many captured images useless. The cameras and
the back -end hardware are beginning to fail; and
WHEREAS, on August 17, 2022, Council adopted a resolution authorizing the
City Manager to execute a Professional Services Agreement with Quest Media and Supply, Inc.,
of Roseville, for the purchase and installation of a video surveillance system and maintenance
plan; and Council adopted resolutions authorizing the City Manager to execute Amendment No. 1
on December 7, 2022 and Amendment No. 2 on January 18, 2023; and
WHEREAS, staff recommends authorizing the City Manager to execute Amendment No. 3
for the purchase, licensing, and installation of 15 new Avigilon cameras to replace the remaining
incompatible cameras and repair the cable infrastructure in the parking garage at a cost of
$89,000; and
WHEREAS, staff further recommends authorizing the City Manager to ratify taxes in
Amendment No. 1 in the amount of $1,481 and to execute future change orders for the purchase
and installation of cameras Citywide, in an amount not to exceed $110,000; and
WHEREAS, this project was included as a capital improvement project in Fiscal Year
2022/23 and will be funded as a Transit Capital Improvement Project.
NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize
the City Manager to execute Amendment No. 3 to the Professional Services Agreement with
Quest Media and Supplies, Inc., of Roseville, California, for the purchase, licensing, and
installation of 15 new Avigilon cameras and repair of the cable infrastructure in the parking garage
at a cost of $89,000, to be paid for out of project account PWTR-22002; and
BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the
City Manager to ratify taxes in Amendment No. 1 in the amount of $1,481: and
BE IT FURTHER RESOLVED that the City Council does hereby authorize the
City Manager to approve change orders to the contract for the purchase and installation of future
cameras Citywide in an amount not to exceed $110,000; and
BE IT FURTHER RESOLVED, pursuant to Section 6.3q for 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.
Date: May 3, 2023
I hereby certify that Resolution No. 2023-80 was passed and adopted by the Lodi City
Council in a regular meeting held May 3, 2023, by the following vote:
AYES: COUNCIL MEMBERS — Bregman, Craig, Nakanishi, Yepez, and
Mayor Hothi
NOES: COUNCIL MEMBERS — None
ABSENT: COUNCIL MEMBERS — None
ABSTAIN: COUNCIL MEMBERS — None
OLIVIA NASHED
City Clerk
2023-80