Loading...
HomeMy WebLinkAboutAgenda Report - June 7, 2023 C-13CITY OF 011 o z CALIFORNIA COUNCIL COMMUNICATION AGENDA ITEM C0,13 AGENDA TITLE: Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Quest Media & Supplies, Inc., a California Corporation, for Purchase, Installation, System Support and Maintenance Plan of Electronic Building Access System ($175,000), Authorize Change Orders (Not to Exceed $25,000), and Carry Over Any Remaining Project Funds from FY 2022-23 to FY 2023-24 MEETING DATE: June 7, 2023 PREPARED BY: Information Technology Manager RECOMMENDED ACTION: Adopt resolution authorizing City Manager to execute Professional Services Agreement with Quest Media & Supplies, Inc., a California corporation, for purchase, installation, support and maintenance plan of an electronic building access system, in the amount of $175,000, authorize change orders, in an amount not to exceed $25,000, and carry over any remaining project funds from FY 2022-23 to FY 2-23-24. BACKGROUND INFORMATION: A modern electronic building access system improves the protection of City assets, which includes cash, infrastructure and Staff. The enhanced card swipes system improves identification of individuals entering City facilities. The new system will allow for a centralized database to manage current electronically controlled access points, doors and gates, in the City. The City currently has two separate access control systems that work independently of each other. Each system operates different City facilities adding complexity to managing access for staff. Each system has reached end of life and is no longer supported by the manufacturer. A new system will combine both systems into one, allowing for a single point of control over all electronic access points. The City has struggled in the past to find a reliable partner to support and maintain the card swipes and databases. In eight years, the City has worked with three vendors, all of which have stopped responding to requests for support. The City currently works with Quest Media & Supply in support of the City's video surveillance system. Quest has been a long-term partner with the City and has proven reliability in service and support. Quest proposed a new electronic building access system that would have the capability of integrating with the current video surveillance system ($175,000). APPROVED: Stephen Schwabauer, City Manager Adopt Resolution Authorizing City Manager to Execute Professional Services Agreement with Quest Media & Supplies, Inc., a California Corporation, for Purchase, Installation, System Support and Maintenance Plan of Electronic Building Access System ($175,000), Authorize Change Orders (Not to Exceed $25,000), and Carry Over Any Remaining Project Funds from FY 2022-23 to FY 2023-24 June 7, 2023 Page Two Staff recommends authorizing the City Manager to execute the Professional Services Agreement with Quest Media & Supplies, Inc., of Roseville, for the purchase, installation, support of a new state of the art electronic building access system ($175,000). Staff also recommends authorizing City Manager to approve change orders to the contract for expansion of the system for new building access points to be installed ($25,000) and carry over any remaining project funds from FY 2022-23 budget to FY 2023-24. FUNDING IMPACT. Funding is budgeted in City's Capital Improvement Project (CIP) program for FY23 $150,000 and Information Technology operating budget FY23 (10020400.72450) $50,000 FUNDING AVAILABLE: Funding is budgeted in the 2022-23 operating account of Information Technology and in Capital Improvement Project (CIP) FY23. Andrew Keys Andrew Keys Deputy City Manager/Internal Services Director Signature: Q,r,,j, , xw�obj Email: akeys@lodi.gov AGREEMENT FOR PROFESSIONAL SERVICES ARTICLE 1 PARTIES AND PURPOSE Section 1.1 Parties THIS AGREEMENT is entered into on , 2023, by and between the CITY OF LODI, a municipal corporation (hereinafter "CITY"), and Quest Media & Supplies, 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 the sale, installations, support and maintenance of an electronic building access system (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 Service 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 CoMmellcement and Completion of Worm 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 weather, vandalism, acts of God, etc., shall not be counted. CONTRACTOR shall 1 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 Staffina 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 July 4, 2023 and terminates upon the completion of the Scope of Services or on June 30, 2026, whichever occurs first. 2 ARTICLE 3 COMPENSATION Section 3.1 Compensation CONTRACTOR's compensation for all work under this Agreement shall conform to the provisions of the Fee Proposal, attached hereto as Exhibit B and incorporated by this reference. CONTRACTOR shall not undertake any work beyond the scope of this Agreement unless such additional work is approved in advance and in writing by CITY. Section 3.2 Method of Pa ment 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 Cornl2liance 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 9 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, Severabillty, 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 Cautions 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 Intearation and Mortification 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 Severabilit 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 Aute 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. 11 1I 11 II 8 IN WITNESS WHEREOF, CITY and CONTRACTOR have executed this Agreement as of the date first above written. ATTEST: OLIVIA NASHED City Clerk APPROVED AS TO FORM: JANICE D. MAGDICH, City Attorney CITY OF LODI, a municipal corporation STEPHEN SCHWABAUER City Manager QUEST MEDIA & SUPPLIES, INC. a California corporation , - - --- ,,- 2 f By: By. s' r /z 3 Name: VLADMIR PIVTORAK Title: Operations Manager, Infrastructure Attachments: Exhibit A — Scope of Services Exhibit B — Fee Proposal Exhibit C — Insurance Requirements Exhibit D — Federal Transit Funding Conditions (if applicable) Funding Source: (Business Unit & Account No.) Doc ID: CA.Rev 04.20221T 9 Exhibit A/B TECHNOLOGY MANAGEMENT Access Control System Replacement Quote # 017342 Version 1 est TE[HNOLOGY MANAGEMENT Products Description Price Qty Ext. Price HEAD END VM CONTROLLER $0.00 1 $0.00 Access Control Manager Virtual 6 - Web -Based PACS Virtual for 256 $15,379.00 1 $15,379.00 Readers - includes: embedded 64 bit Linux OS & Open LDAP for configuration database Access Control Manager Security Management Software 256 Reader Count Software License CITY HALL $0.00 1 $0.00 Eight Door Mercury Panduit ProWire Unified Power wall mount $2,056.60 1 $2,056.60 Power supply board 150W, 4A/24V I Secondary voltage module, 4A/12V class 2 power limited I Eight relay lock control outputs fused at 3A 18 auxiliary output power limited at 2.5A Intelligent Controller, Linux Based with 2 doors, 8 inputs and 4 $1,313.00 1 $1,313.00 outputs, expandable up to 64 doors. MR52-S313 Controller Serial 1/0 Dual Card Reader Interface, 2 -Reader $744.90 3 $2,234.70 Interface Module - (2 reader: mag, wiegand, 4 reader OSDP, 8 inputs, 6 relays) Signo20, Mullion, 13.56mHz &125kHz, OSDP/Wiegand, Terminal $302.90 1 $302.90 Access Control Manager 6 Wireless Lock Connectivity Software $169.00 8 $1,352.00 License for each wireless lock Access Control Composite Cable, 250' $325.00 1 $325.00 Door Electric Strike, Fire Rated, Universal, 12/24 VDC, 0.45/0.25A, $422.50 1 $422.50 1500 Lb Static Load, Satin Stainless Steel Bosch Request To Exit Sensor $88.40 1 $88.40 Recessed Contact 3/4" Terminal Connect White $20.96 1 $20.96 Contact 3/4" Terminal Connect White 10 Piece LD10 Low Voltage 1 -piece Single Channel Raceway With Adhesive $37.70 12 $452.40 8FT., White LD10 Low Voltage Coupler Fitting, White, Pack of 10 $22.75 1 $22.75 LD10 Low Voltage Right Angle Fitting, White, Pack of 10 $22.75 1 $22.75 LD10 Low Voltage Entrance Fitting, White, Pack of 10 $22.75 1 $22.75 Dolphin Crimp Connectors $13.00 '1 $13.00 Misc, Consumables $260.00 1 $260.00 FINANCE DEPARTMENT $0.00 1 $0.00 Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 2 of 9 Management d Quest TE[HNOLOGY MANAGEMENT Products Description Four Door Mercury Dual Voltage Integrated Power System supporting one AC-MER-CONT-2DR with one AC-MER-CON-MR52 Intelligent Controller, Linux Based with 2 doors, 8 inputs and 4 outputs, expandable up to 64 doors. MR52-S313 Controller Serial 1/0 Dual Card Reader Interface, 2 -Reader Interface Module - (2 reader: mag, wiegand, 4 reader OSDP, 8 inputs, 6 relays) Access Control Manager 6 Wireless Lock Connectivity Software License for each wireless lock Misc, Consumables CARNEGIE HALL Four Door Mercury Dual Voltage Integrated Power System supporting one AC-MER-CONT-2DR with one AC-MER-CON-MR52 Intelligent Controller, Linux Based with 2 doors, 8 inputs and 4 outputs, expandable up to 64 doors. MR52-S313 Controller Serial 1/0 Dual Card Reader Interface, 2 -Reader Interface Module - (2 reader: mag, wiegand, 4 reader OSDP, 8 inputs, 6 relays) Access Control Manager 6 Wireless Lock Connectivity Software License for each wireless lock Misc, Consumables LIBRARY Four Door Mercury Dual Voltage Integrated Power System supporting one AC-MER-CONT-2DR with one AC-MER-CON-MR52 Intelligent Controller, Linux Based with 2 doors, 8 inputs and 4 outputs, expandable up to 64 doors. Access Control Manager 6 Wireless Lock Connectivity Software License for each wireless lock Misc, Consumables WHITE SLOUGH Cat 6 Plenum Rated Data Cable - Blue CAT6 Mini -Com Jack Price Qty Ext. Price $591.50 1 $591.50 $1,313.00 1 $1,313.00 $744.90 1 $744.90 $169.00 2 $338.00 $65.00 1 $65.00 $0.00 1 $0.00 $591.50 1 $591.50 $1,313.00 1 $1,313.00 $744.90 1 $744.90 $169.00 2 $338.00 $65.00 1 $65.00 $0.00 i $0.00 $591.50 1 $591.50 $1,313.00 1 $1,313.00 $169.00 5 $845.00 $65.00 1 $65.00 $0.00 1 $0.00 $305.50 1 $305.50 $10.40 2 $20.80 Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 3 of 9 Management \ R TON OLOGY MANAGEMENT Products Description Price Qty Ext. Price CAT6 Biscuit, Single Port $6.50 1 $6.50 J -Hook Supports $162.50 1 $162.50 Mercury Integrated Power Enclosure, 2 Door $455.00 1 $455.00 Eight Door Mercury Panduit ProWire Unified Power wall mount 1 $2,056.60 1 $2,056.60 Power supply board 150W, 4A/24V I Secondary voltage module, 4A/12V class 2 power limited I Eight relay lock control outputs fused at 3A 18 auxiliary output power limited at 2.5A Intelligent Controller, Linux Based with 2 doors, 8 inputs and 4 $1,313.00 2 $2,626.00 outputs, expandable up to 64 doors. MR52-S313 Controller Serial 1/0 Dual Card Reader Interface, 2 -Reader $744.90 2 $1,489.80 Interface Module - (2 reader: mag, wiegand, 4 reader OSDP, 8 inputs, 6 relays) 600 Watt Advanced Remote Power Kit with 2 x 300W Solar Panels, $5,915.00 1 $5,915.00 14" D x 16" W x 19" H Powder -Coated Aluminum Enclosure and Side Panel Flat Hinged Screw Cvr Encl, Size/Dims: 19.31x17.31x9.58, $242.38 1 $242.38 Material/Finish: Fiberglass Wireless PTP Bridge, 100MBPS $650.00 1 $650.00 18 AWG, 2 Conductor Cable $50.00 1 $50.00 5 -Port Hardened Industrial Switch Gigabit PoE+ Din Rail $265.19 1 $265.19 Industrial Power Supply, 100 to 240 Volt AC, 125 to 370 Volt DC, 1.8 $135.04 1 $135.04 Ampere, 50/60 Hertz, 120 Watt, 1.6" Width x 4.9" Depth x 4.5" Height, Metal, DIN Rail Mount Din Rail, 20" $26.00 1 $26.00 Category 6 U/UTP Patch Cord, purple jacket, 3 feet $7.10 2 $14.20 Category 6 U/UTP Patch Cord, purple jacket, 20 feet $22.10 2 $44.20 80 Amp Hour Rechargeable Battery $325.00 1 $325.00 Misc, Consumables $650.00 1 $650.00 SURFACE WATER TREATMENT PLANT $0.00 1 $0.00 Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 4 of 9 Management est, TECHNOLOGY MANAGEMENT Products Description Price Qty Ext. Price Eight Door Mercury Panduit ProWire Unified Power wall mount $2,056.60 1 $2,056.60 Power supply board 150W, 4A/24V I Secondary voltage module, 4A/12V class 2 power limited I Eight relay lock control outputs fused at 3A 18 auxiliary output power limited at 2.5A Intelligent Controller, Linux Based with 2 doors, 8 inputs and 4 $1,313.00 1 $1,313.00 outputs, expandable up to 64 doors. MR52-S313 Controller Serial 1/0 Dual Card Reader Interface, 2 -Reader $744.90 2 $1,489.80 Interface Module - (2 reader: mag, wiegand, 4 reader OSDP, 8 inputs, 6 relays) Misc, Consumables $260.00 1 $260.00 POLICE DEPARTMENT $0.00 1 $0.00 Eight Door Mercury Panduit ProWire Unified Power wall mount $2,056.60 3 $6,169.80 Power supply board 150W, 4A/24V I Secondary voltage module, 4A/12V class 2 power limited I Eight relay lock control outputs fused at 3A 18 auxiliary output power limited at 2.5A Intelligent Controller, Linux Based with 2 doors, 8 inputs and 4 $1,313.00 3 $3,939.00 outputs, expandable up to 64 doors. MR52-S313 Controller Serial 1/0 Dual Card Reader Interface, 2 -Reader $744.90 8 $5,959.20 Interface Module - (2 reader: mag, wiegand, 4 reader OSDP, 8 inputs, 6 relays) 5 Port Unmanaged PoE Switch $76.70 1 $76.70 Misc, Consumables $520.00 1 $520.00 MAINTENANCE YARD $0.00 1 $0.00 Mercury Integrated Power Enclosure, 2 Door $455.00 1 $455.00 Eight Door Mercury Panduit ProWire Unified Power wall mount 1 $2,056.60 3 $6,169.80 Power supply board 150W, 4A/24V I Secondary voltage module, 4A/12V class 2 power limited I Eight relay lock control outputs fused at 3A 18 auxiliary output power limited at 2.5A Intelligent Controller, Linux Based with 2 doors, 8 inputs and 4 $1,313.00 4 $5,252.00 outputs, expandable up to 64 doors. MR52-S313 Controller Serial 1/0 Dual Card Reader Interface, 2 -Reader $744.90 6 $4,469.40 Interface Module - (2 reader: mag, wiegand, 4 reader OSDP, 8 inputs, 6 relays) Misc, Consumables $400.00 1 $400.00 Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 5 of 9 Management est TE(HNOLOGY MANAGEMENT Products Description LODI-CITY HALL ANNEX Mercury Integrated Power Enclosure, 2 Door Intelligent Controller, Linux Based with 2 doors, 8 inputs and 4 outputs, expandable up to 64 doors. Misc, Consumables Estimated Freight Estimated Tax Project Price Qty Ext. Price $0.00 1 $0.00 $455.00 1 $455.00 $1,313.00 1 $1,313.00 $65.00 1 $65.00 $8,901.10 1 $8,901.10 $8,010.99 1 $8,010.99 Subtotal $105,923.11 Scope of Work Price Installation Head End: Provide, install and configure (1) Avigilon ACM head end controller with 256 reader capacity. Provide administrator training to customer. City Hall: Provide, install and configure (1) LSP enclosure with integrated power supply in basement. Provide, install and configure (1) LP 1502 Controller and (3) MR52-S3 door controller. Cutover all existing wireless receivers and doors to new system. Provide and install LD10 raceway from basement IT room to east building basement entrance. Provide and install composite cable from basement IT room to east building basement entrance. Provide and install 9500 series rim strike, reader, REX and door contact on east building basement entrance. Finance Department: Provide and install (1) LSP integrated power enclosure in IT room. Provide, install and configure (1) LP1502 controller and (1) MR52-S3 subcontroller. Cutover all existing doors and wireless receivers to new system. Carnegie Hall: Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 6 of 9 Management TECHNOLOGY MANAGEMENT Project Scope of Work Provide and install (1) LSP integrated power enclosure in IT room. Provide, install and configure (1) LP1502 controller and (1) MR52-S3 subcontroller. Cutover all existing doors and wireless receivers to new system. Library: Provide and install (1) LSP integrated power enclosure in IT room. Provide, install and configure (1) LP1502 controller. Cutover all existing doors and wireless receivers to new system. White Slough: Provide and install (1) LSP integrated power enclosure in IT room. Provide and install (1) LSP integrated power enclosure at gate. Provide, install and configure (1) LP1502 controller and (2) MR52-S3 subcontrollers in IT closet Provide and install (1) LP1502 controller in gate enclosure. Provide, install and configure (1) Wireless PTP bridge from main building to gate pole. Provide and install solar array kit at gate pole. Cutover all existing doors to new system. Tie existing AiPhone into new system and tie into gate motor relay. Surface Water Treatment Plant: Provide and install (1) LSP integrated power enclosure in IT room. Provide, install and configure (1) LP1502 controller and (2) MR52-S3 subcontrollers. Confirm doors aren't wired in sequence and rewire readers if needed. Cutover all existing doors to new system. Police Department: Provide and install (1) LSP integrated power enclosure in Jail IT Room. Provide and install (1) LSP integrated power enclosure in Courtroom IT Room. Provide and install (1) LSP integrated power enclosure in PD IT Room. Provide, install and configure (1) LP1502 controller and (3) MR52-S3 subcontrollers in Jail IT Room. Provide, install and configure (1) LP1502 controller and (2) MR52-S3 subcontrollers in Courtroom IT Room. Price Quest Technology 9000 Foothills Blvd Suite 100 Roseville, CA 95747 Page: 7 of 9 Management iest m TECHNOLOGY MANAGEMENT Project Scope of Work Provide, install and configure (1) LP1502 controller and (3) MR52-S3 subcontrollers in PD IT Room. Provide and install 5 port unmanaged switch in Courtroom IT Room. Cutover all existing doors to new system. Maintenance Yard: Provide and install (1) LSP integrated power enclosure in (3) buildings at MUS. Provide and install (1) 2 door enclosure at Animal Control building for gate. Provide, install and configure (1) LP1502 controller and (3) MR52-S3 subcontrollers in (3) buildings Provide, install and configure (1) LP1502 controller at Animal Control building. Cutover all existing doors to new system. Assumptions: Customer to provide VM instance that meets server requirements. Subtotal Shipping Price $68,720.00 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: 8 of 9 Management TE(HNOLOGYMANAGEMENT Access Control System Replacement Quest Technology Management City of Lodi Quote #: 017342 Bill Dickens 215 W Elm St. Version: 1 (916) 338-7070 Lodi, CA 95240 Delivery Date: 05/10/2023 ' Bill_Dickens@questsys.com Benjamin Buecher Expiration Date: 06/11/2023 (209) 333-5548 bbuecher@lodi.gov Quote Summary Description Amount Products $105,923.11 Project $68,720.00 Tota[ $174,643.11 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: 05/10/2023 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: 9 of 9 Management EXHIBIT C NOTE: The City of Lodi is now using the online insurance program PINS Advantage. Once you have been awarded a contract you will receive an email from the City's online insurance program requesting you to forward the email to your insurance provider(s) to submit the required insurance documentation electronically Insurance.Reguirements for IT Professional 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 Employers Liability Insurance with limit of no less than $1,000,000 per accident for bodily injury or disease. 4. Technology Professional Liability (Errors and Omissions) Insurance appropriate to the Consultant's profession, 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 Consultant 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-Conlributory 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 therp Qj@S t that it is insuring. (d) Severability of Interest Clause Page 1 1 of 2 pages�� �{ - - -- - Risk; rev. 3/1/2018 — The term "insured" is used severally and not collectively, but the inclusion herein of more than and insured shall not operate to increase the limit of the company's liability under the Contractors commercial general liability and automobile liability policies. (e) Notice of Cancellation or Chanqe 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 (1 st) 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 .� Risk: rev. 3/1/2018 RESOLUTION NO. 2023-109 A RESOLUTION OF THE LODI CITY COUNCIL AUTHORIZING THE CITY MANAGER TO EXECUTE A PROFESSIONAL SERVICES AGREEMENT WITH QUEST MEDIA & SUPPLIES, INC., A CALIFORNIA CORPORATION, FOR PURCHASE, INSTALLATION, SYSTEM SUPPORT, AND MAINTENANCE PLAN OF ELECTRONIC BUILDING ACCESS PROGRAM AND TO EXECUTE CHANGE ORDERS; AND FURTHER AUTHORIZING THE CARRY OVER OF REMAINING PROJECT FUNDS TO FISCAL YEAR 2023-24 WHEREAS, a modern electronic building access system improves the protection of City assets, which includes cash, infrastructure and staff. The enhanced card swipes system improves identification of individuals entering City facilities; and WHEREAS, the City currently has two separate access control systems that work independently of each other. Each system has reached end of life and is no longer supported by the manufacturer. A new system will combine both systems into one, allowing for a single point of control over all electronic access points; and WHEREAS, the City currently works with Quest Media & Supply in support of the City's video surveillance system. Quest has been a long-term partner with the City and has proven to be reliable in service and support. Quest proposed a new electronic building access system that would have the capability of integrating with the current video surveillance system; and WHEREAS, staff recommends authorizing the City Manager to execute the Professional Services Agreement with Quest Media & Supplies, Inc., of Roseville, for the purchase, installation, system support, and maintenance plan of a new state of the art electronic building access system, in the amount of $175,000; and WHEREAS, staff also recommends authorizing the City Manager to approve change orders to the contract for expansion of the system for new building access points to be installed, in an amount not to exceed $25,000, and carry over any remaining project funds to FY 2022-23 budget to FY 2023-24. NOW, THEREFORE, BE IT RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute the Professional Services Agreement with Quest Media & Supplies, Inc., of Roseville, California, for the purchase, installation, system support, and maintenance plan of a new state of the art electronic building access system, in the amount of $175,000, for a term of three years; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the City Manager to execute change orders for expansion of the system for new building access points to be installed, in an amount not to exceed $25,000; and BE IT FURTHER RESOLVED that the Lodi City Council does hereby authorize the carry over any remaining project funds from FY 2022-23 budget to FY 2023-24; and BE IT FURTHER RESOLVED, pursuant to Section 6.3q of the City Council Protocol Manual (adopted 11/6/19, Resolution No. 2019-223), the City Attorney is hereby authorized to make minor revisions to the above -referenced document(s) that do not alter the compensation or term, and to make clerical corrections as necessary. Dated: June 7, 2023 I hereby certify that Resolution No. 2023-109 was passed and adopted by the City Council of the City of Lodi in a regular meeting held June 7, 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 2023-109