HomeMy WebLinkAboutResolution - 2025-R0324 - PO 364579, Enterprise Security Solutions Of TX, Citibus Camera System Project - 07/08/2025Resolution No. 2025-R0324
Item No. 6.32
July 8, 2025
RESOLUTION
BE TT RESOLV�D BY "THE CITY COUNCIL OF THE CITY OF LUBBOCK:
THAT the Mayor of the City of Lubbock is hereby authorized and directed to execute
for and on behalf of the City of Lubbock, Purchase Order No. 364579, for Citibus Camera
System for the Garage and Bus Terminal Plaza, per TIPS Contract #24020301, by and between
the City of Lubbock and Enterprise Security Solutions of Texas, Inc., and related documents.
Said Purchase Order is attached hereto and incorporated in this resolution as if fully set forth
herein and shall be included in the minutes of the City Council.
Passed by the City Council on ___ July 8, 2025 _ _
MA K W. MCI3R�-1YER, M YOR
ATTEST:
ourtney Paz, City Secretary
�1PPROVED AS TO CON1'ENT:
��� �����
Brooke Witcher, Assistant City Manager
APPR
Assistant City Attorncy
ccdocs IIIR�;S.Gnterprise Security Solutions of 7'exas, [nc.-PurchaseOrd
Junc 26, 2025
��,� City of
Lubbock
TExas
PURCHASE ORDER
TO: ESST
PO BOX 339
NSTIN TX 76247
INVOICE TO: CITY OF LUBBOCK
ACCOUNTSPAYABLE
P.O. BOX 2000
LUBBOCK, TX 79457
Page -
Date -
Order Number
Branch/Plant
1
6/24/2025
364579 000 OP
88075
SIi� TO: CITY OF LUBBOCK
INFORMATION TECHNOLOGY
1314 AVENUE K - BASEMENT
LUBBOCK TX 79401
Marfa
Ordered 6/24/2025 Freight .
Requested 7/25/2025 Taken By A ESPARZA
Delivery Per J Zhine / Req # 63393 Quote #18477 / TIPS 24020301
I( you have any questlons about thls order, please contact Jay Zhine at 806-775-2366 or via emall at JZhine@mylubbock.us.
Description/Supplier Item Ordered Unit Cost UM Extension Request Date
Citbus Camera System / Garage 1.000 63,723.0000 EA 63,723.00 7/25/2025
& Bus Terminal Plaza - Install
Camera Equipment & Associated
Hardwaze for a Complete System
Includes Labor, Cabling &
Programmmg for Enhre System
for a Turnkey Solution
W�th 2 Separate Camera Servers
1.000 EA
1.000 58,407.5800 EA
1.000 EA
58,407.58
7/25/2025
7/25/2025
7125I2025
Shipping & Handling 1.000 1,430.5300 EA 1,430.53 7/25/2025
& Pick Up
Terms NET 30 Total Order 123,561.11
INSURAN(E REQUTAED:
Commerail Generil h�5ir. Addioenil Po6ae.i.
51,000,000 omrterce / N.000.000 �urt`��e (an 6t �om6med r�lA �n Ec[w W6dry lo meel rtqmrtmmQ. Aummo6ie L�6diq AeQunemmu: SI,000,000 oaumna n needed
(GL u rtqmnd m �UL cmvom. I� rs perh�ps de mmt �mporum ol ill inwona pofaes in � cmmctuil
rtl�uauhp. I� inwra tlu Contr�aor hu Ero�d ti�6�ry cmm`e ler cmmnuil irnnoa md fer compkted Crher L�Mtin Aewoemenu SI.000.000 of cmenge i� needed
apenuonc Tedndop Ena md Omwen Aewoemmu. SI.000,000 ef cmer�e i� meded
Cemnerail &nuil L�firy io mdude Produm CempleoaJOP, Pmonil md AdreruuM Iryury, [ontnwil Waken Comomuum and Emoloter 6�bifry Aeyvuemmu: S�autory. II �M1e rmdar n m mdependmi camm�a .nh m emplryea ond ve nempi from prondon Worken
��ry, fm D�mye (vry one firc�. �nd Ned�d f�enw (�nr one penen�. Compewuan cmer�t �Ae� mun vgn � wu.v (eEumed hom COl Pordum� �nd mdude � cop� ef �hnr dnnrs hanu Empto�er b�tiry (fIM/oaumna) u rtqmred wnh
Waten Co bm
'The Gry ol lu6hoh (ndudi� ro olfiailt emplqea md rdumeen) duA 6e illorded �ddiuonil inwrtd �ums on � pnmur �nd nentmmhmery 6�uf on il Y�tiry pofan anpi profeuionil ti�6Aha md raken' ump. •Waren ol SuErogmm ue requved lor CG� A� md WC 90
I�ude Pradum ol Gmpleted Openwm endonemen� 'Gmer � pronde �)4d�r rmuen ironn ef axeA�uan, IQd�� mmm �oua for nonq��men� '(�mm mun meei m AN. Bui nu� 014 or hener 'fuhcanmaon mun ary wne timu a 6ned �6eve.
This purchase order encumbers funds in the amount of $123,561. I I awarded to ESST of Justin, TX on ,]ll1Tg� in7 S . The following is incorporated
into and made part of this purchase order by reference: Quote dated May 30, 2025, from ESST of f ustin, TX and TIPS Contract #24020301.
�ti.�:T��c�z�
I F LUBBO K: ATTEST:
Mark McBrayer, Mayor Courtney Paz, City Secretary
Rev. 3/2022
Seller and Buyer agree as
follows:
PURCHASE ORDER
TERMS AND CONDITIONS
STANDARD TERMS AND CONDITIONS
ACCEPTANCE OF THIS PURCHASE ORDER:
CONTRACTOR ACKNOWLEDGES. bv syyplyine am Goods or Srnices that �he Contractor has read. fullv
understa�Js and will be in full comoliance with all tema and wnditions and the descriotive material contaiMd herein
MJ anv addi�iotil � ciated dowments a� A endments The Citv d� laims anv tem� and conditions yrovided bv
the Contrador unless aereed uoon in writine bv �he oartia ln �he event of con0ict betwern the Cilv's tems and
conditiore and anv trnns and wndi�ions provided bv Ihe Coniractor the lema and conditions movided herein shall
vrcvail The tema and condi�ionc orovided herein are the final terms aereed uoan by �he oartia and anv yrior
con0ictine trnnt shall be of no fome or effect.
1. SELLER TO PACKAGH GOODS. Seiler will package goods in accordance with good commercial przctice.
Each shipping wntaina shall be clearly and pemanently marked az follows (a) Seller't name and addras, (b)
Consignee's name, address and purchase order or purchate rtlease numlxr and �he supply ayTeement num6er if
applicable, (c) Container number and lotal number of containers, e.g. box 1 of 4 boza, and (d) the number of the
container bearing Ihe packing slip. Sella shall bear cost of packaging unlas o�hmvise provided. Goods shall be
witably packed to secure lowat tra�uponation cos�s and to confo�m with requircments of wmmon cartiers a�d any
applicable specifications. Buyer's count or weigh� shall be final and conclusive on shipmems not accompanied by
packing lists.
2. SHIPMEM' IJNDER RESERVATION PROHBITED. Seller it not autlwriud to ship the gaads under
resrnatan and no tender of a bill of lading will operale az a �ender of goods.
3. TITLE AND RISK OF LOSS. The lille and risk of lou of �he goods shall not pass to Buyer until Buyer actually
receives and �aka possession of �he goods at the point or points of delivery.
4. NO REPLACEMENP OF DEFECTIVE TENDER Every tenda o( delivery of goods mus� fully complywith all
provision� of this contract ac to �ime of delivery, quality and Ihe lilce. Ifa �mder is made which doa not Polly wnform,
this shall cons�itute a brcach and Seller shall �rot have the right lo substitute a conforming tender, provided, where the
time (or performance has not yst expired, the Sella may rcasonably �wlify Buya of his intrntion �o curc and may
then make a wnfolming �enda within Ihe contract time but not afte`ward.
5. INVOICES R PAYMENTS. a S e I I e r shall submit separate invoic�s, in duplica�e, o�re wch purchase order or
purchase rclease afler wch delivery. Invoices shall indiwte the purchase orda or purchase rclease number and
the supply agreemenl number if applicable. Invoices shall be itemized and Ira�uporwan charga, if any, shall be
listed separately. A copy of the bill oC lading, and the @eight waybill when applicable, should be attached to the
invoice. Mail To: Accounts Payable, City of Lubbock, P. O Box 2000, Lubbock, Texas 79457. Paymem shall not
be due until the above int[ruments are submitted aflerdelivery
6. GRATUITIES. The Buyer may, by written notice to the Seller, cancel lhis contract wilhout liability �o Selltt if
it is detemtined by Buysr tha� grstuitia, in the fo�m of m�enamment, gifls or olhernise, wero offered or g�ven by the
Sella, or any agrnt or rcprarntative of the Seller, ro any offica or employee of the City of Lubbock wnh a view to
securing a contrzet or securing Favorable treatment with rapecl to the awarding or amending, or the making of any
ddmninations with respect to Ihe pafoiming of such a contrza In the event this wntract is wnceled by Buyer
pursuant to �his provision, Buya sha�l be entitled, in addition lo any other rights and rcmedia, lo recover or withhold
the amount of the cost i�urted by Seller in providing such gratwties
7. SPECIAL TOOLS & TEST EQU[PMENT. If the price stated on Ihe (ace hereof �ncluda the cos� of any special
tooling or special �est equipmenl fabricaled or requircd by Seller for the purpose of filling Iha order, such special
tooling equipmrnt and any process sheets related there�o shall become the prope`ty of the Buyer and to the extmt
feasible shall be identified by the Seller az such.
8. WARRANTY-PRICE. a The price to be paid by the Buyer shall be Ihal wntained m Seller s bid which
Seller warranLs lo be no higher than Seller's cufrrnt process on orders by others for pmducls of the kind and
specificalion covered by this agreement for similar quantitia under s�milar of like conditions and mtlhodsof purchase.
In the event Sella brcacha this wartanry, the prica of �he ilems shall be rcduced to the Selkr's curnent prices
on orders by others, or in �he altemative. Buysr may cancd th�s wnlract without liabihry ro Seller for brcach
or Seller's actual expense. b. The Sella wartants that no pason or selling agency has been employed or retained to
solici� or securc this contraa upon an agreement or w�derstanding for commission, percrntage, brokerage, or conlingent
(x excepting hona fide employ+ea of bona fide atablished cammerc�al or selling ageMia mamtained by �he Seller for
Ihe pulpox of securing businas. For brcach of vicia�ion of this warramy lhe Buyer shall have �he right m addition �o
any other right of rights to cancel this conhact wilhout liability and �o deduct from �he comract price, or othenvae
rccova wilhout liability and ro deduct from the contact price, or othmvise rcwver �he PoII amount of such wmmission,
percenuge, brokerage or contingent fa.
9. WARRAMY-PRODUCT. Selln shall not limi� or exclude any �mplial wartannes and any attempt to do so shall
rrnder this contmct voidable at the option of Ihe Buyer. Seller wartan�s that the goods fumished will confo`m to the
specification, drawings, and dacriptions listed in the bid invital�on, and to the umple(s) fumished by the Seller, ifany.
In �he event of a wnflict ar betwan Ihe specifications, drawings, and dacripnons, the speci�calions shall govem.
Nonvithtlanding any provisions contained in the contraaual agreement, Ihe Sella repraenls and warrants fault-Ba
perf'olmanceand faull-Bee rault in the procasing dale and daterclated data (mcludmg, but not limited a calculating,
comparing and sequencing) of all hardware, software and firmware products delrvered and servica prov�ded unda
this Contract, individually or in combinalion, u the case may be from the effectrve date of Ihis Contrac� The
obligations contained herein apply �o pmduas and servica provided by the Seller, its sub Seller or any thvd party
inwlved in the crea�ion or developmenl of the products and serv�ces to be delivaed to Ihe City of Lubbock unda this
Contract. Failure �o comply wilh any of Ihe obliga�ions wmained herein, may rault in the City of Lubbock
availing itself of any of its rights u�er the law and unda this Contracl mcluding, but not limited �o, its righl pertaining
to tmnina�ion or default The wartantia contained haein are separate and discrcte from any other wazranlia
specified in this Contract, and are not subject to any disclaimer of warranry, implied or exprased, or limitation of the
Seller's liability which may be specified in this Contract, its appendices, its schedula, rts anMzes or any documenl
inwryorated in this Con[racl by rofereMe.
10. SAFEI'Y WARRANTY. Seller wamants �hat the pmdua sold to the Bu}er shall wnfolm lo lhe standards
promulgated by the U. S. Depanmrnt of Labor unda the Occupalwnal Safery and Health Aa of 1970. In the wrnt the
produa doa not conform ro OSHA standards, Bu}er may rclum the producl for cortM�an or replacemem at the
Seller's expense. In the wenl Sella (ails to make Ihe appropnate carrecuon w�lhin a reazonable time, wrrMion
made by Buyer will be al �he Seller's expense.
11. NO WARRAMY BY BUYER AGAINST INFRINGEMENTS. As part of th�s contmct for sale Seller agrees
lo azcMain whether goods manufactured in accordance wi�h the speaficadons attached to this agrmment will give
rise to the rightful claim of any third person by way of infnngemenl of �he like. Buya maka no wartamy tha� the
production of goods according �o �he specification will nol grve rise to such a claim, a�d in no evrnl shall Buya be
liable to Seller for indemnification in the went Ihat Seller is sued on Ihe �ounds of infringement of �he like. If Sella
is of Ihe opinion tha� an infringemenl or the like will rault, he will notify the Buyer to this effat in writing wilhin two
waks after the signing of this agreement. If Buya doa not rcceive nolice and is subsequenlly held liable for
Ihe in6ingement or the like, Seller will save Buyer hatmless If Seller in gaod (ailh ascMains Ihe produdion of the
goods in accordance wilh Ihe specifiwtions will rcsult in infringement or the like, the conhap shall be null and void
12. NON APPROPRIATION. All funds for payment by the Crty unda Ihis contract are subject to �he availability of an
annual appropriation for this purpose by �he Ci�y. In the wrnl of nonappropriation of fu�s by the Ciry Council of the
City of Lubbock for the goods or servica provided under Ihe wntract, the Ci�y will tmninate Ihe conhact, witlwul
termination charge or other liability, on �he lazt day of the thrn•curtent fival year or when the appropriation made for
�he thrn-currcnt year for �he goods ar smica covercd by Ihis contrap is spem, whicheva event occurs firs�. If al any
lime funds are not app1opriated for the conlinuance of this wntracl, cancellation shall be accepted by Ihe Seller on
thirty (30) days prior wriltrn notice, bul failure to give such notice shall be of no effecl and the City shall nol be
obligated unda this contract beyond the date of tmninatioa
13. RIGHT OF MSPECTION. Buyer shall have U�e righl to inspect the goods at delivery before accepting �hem
14. CANCELLATION. Buy+er shall have the right to cancel for deFauh all or any part of Ihe umielivered portion of
this order if Seller bfeacha any of Ihe tmns hereof including wa�ranties of Sella or if �he Sella bewmes insolvent or
commits acLs of bankruptcy. Such righl ofwncellation is in addition �o and not in lieu of any other remedia which
Buyer may have in law or equily.
IS. TERMINATION. The perfomance of work unda this order may be Irnninated in whole, or in part by the Buya
m accordante wnh this provision. Trnninauon of work hereunda shall be effa�ed by the delivery of the Seller of
a"Nouce of Temunation"' specifying Ihe exlrnt to whMh performance of wodc under the order �s le�mmalcd and �he
date upon whkh such terminalion becomes effecUva Such nght or trnninatwn �s m addition to and nol m heu of �he
nghis of Buyer ut fonh m Clause 14, herem.
16. FORCE MAJEURE. Neither party shall be held raponsible for losses, resulling if Ihe (ulfillment of any
temis of provisions of this wntract is delayed or prcvented by any cause not within Ihe contml of the party whose
perfomunce is intafercd with, and which by the ezercise of reasonable diligence uid parry is unable �o prcvmt.
17. ASSIGNMENT-DELEGATION. No right or interes� in �ha contraa stull be usigned or delegation of any
obligatron made by Seller without lhe writtrn pamission of the Buyer Any attemp�ed assignment or delegation by
Seller shall be wholly void and to�ally ineffective for all puryose unless made m conformitywith �his paragraph.
18. WAIVER. No claim or right aricing out of a breach of Ihis contrad can be discharged in whole or in part by a
waiver or rcnmcia�ion of �he claim or right unlas the waivtt or rrnunciation a supponed by consideration and is in
writing s�gned by the aggrieved party.
19. INTERPRETATION-PAROLE EVIDENCE. This writing, plus any specificauons for bids and perfo�ma�e
provided by Buyer in its advMiument for bids, and any othv dowmenls provided by Seller as pan of his bid,
is inlended by Ihe parties as a final ezpression of lhe'v agreemenl and mtrnded also as a wmple�e and eaclusive
statement of the terms of the'v agrcement. Whrnever a trnn defined by the Uniform Commercial Code is used in th�s
agreemem, the definition conlained in Ihe Code is to comml.
20. APPLICABLE LAW. This agreement shall be govemed by �he Unifolm Commercial Code. Wherever the Irnn
"Uniform Commercial Code' is used, i� shall be construed as meanmg the Uniform Commacial Code as adopted in
Ihe Stale of Tezas as effective and in force on �he date of Ihis agreement
21. RIGHT TO ASSURANCE. Whenever one party to this cont2ct in good faith has rcason to question Ihe other
party's mtrnt lo perform he may demand that the otha party give �muen assuance of his intent �o perfofm. In the
evem thal a demand is made and no assurance is given withm five (5) days. �he dema�ding parry may trwt this
failure as an anticipatory rcpud'utan of the contraa.
22. INDEMNIFICATION. Sella shall indemnify, keep and save harmlas the Buyer, its agrnts, officials and
e�loyxes, against all injuria, dwths, loss, damaga, claims, palrnt cla�ms, suits, liabilitia, judgments, wsls and
expensa, which may in anywise acen�e against Ihe Buyer in conseque�e of the graming of this Conhact or which
may anywise rault �herc(rom, whether or not il shall be alleged or ddertnined thal the acl waz caused through
negligeMe or omission of the Sella or ils employces, or of �he subSelltt or assignee or its employees, if any, and �he
Sella shall, at his own expente, appear, defend and pay all charges of attomrys and all costs and othtt'aepenses
arising thercfrom of incurted in connation �herewith, and, if any judgment shall be rendered against the Buyer in any
such aaion, the Sella shall, at ils own expenses, satisfy and discharge �he same Seller expressly understa�s and
agrea �hat any bond requQed by �his contran, or othmvice provided by Seller, shall in no way limit the
raponsibihty to indemnify, keep and save haimlas and defend Ihe Buyer as herein provided.
2J TQNE It is hereby expressly agrad and mderstood Ihal lime is of the essence for the perfortnance of Ihis
contrad, and failure by contrac� to mee� the time specifiw�iorts of this agreement will cause Seller to be in default
of Ihis agreement.
24 MBE. The City of Lubbock haeby notifia all bidders �hat in rcgard w any comract rntered into pursuant to
this rcquat, minority and women businas enteryrisa will be afforded equal opportunitia lo submit bids in response
to �his inv�lalion and will not be discriminated against on the grounds of race, wlor, sex or natural origin in
considera�ion for an award.
25. NON-ARBITRATION. 7'he City rcsmes the right to exertae any right or remedy ro it by law, conhatt, equity, or
othmviu, including without limila�ion, Ihe right to seek any and all forms of rclief in a court o( competent
jurisdictiort Further, Ihe Ciry shall no� be subjec� a any arbitra�ion process prior to exercising its unrcstric�ed
right to seek judicial rcmedy. The remedia set fonh hercin are cumulative and not exclusive, and may be exercised
concurtenUy. To the ez�rnt of anycon0ic� betwmn this provision and anolha provision in, or rclattd to, this document,
this proviswn shall control.
26 RIGHT TO AUDIT. At any time during the term of the wmraa, or thereafter, the Ciry, or a duly authorized
audit repraenlalive of the City or the State of Texas, a� its eapense and at rcasonable times, rarna the righ� to
audit Contractor s records and 600ks rclevant lo all services provided to Ihe City under this ConlraG. In Ihe event such
an audit bythe Ciry meals any ertors or overyaymenls by Ihe City, Contractor shall rcfund �he City Ihe (ull amount
of such overpayments within thiny (30) days o( such audit findings, or the Ci�y, at its option, rcserva the right to
deduct wch amounts owing �he Cily fiom any payments due Conlractor.
27 The Contractor shall not usign or sublel the contrecl, or any portion of �he wntncl, witiwut writlen consent from
the Dvector o(Purchazing and Comraa Managemrnt.
28. Comraas with Compania Engaged in Business with Iran, Sudan, or Foreign Temoris� Olgan'vation Proh�bned
Pursuam to Smion 2252.152 of the Texas Govemment Code, pmhibits the Ciry from emering into a contran wnh a
vendor tha� is identified by The Comptroller as a company known to have contrac�s with or pmvide supplia or smice
wnh Iran, Sudan or a foreign lemorist organ'nation
29 Tezaz Govemment Coda Section 2252.908 requ'aes a businas rntiry entering into artain contracts with a
govemmemal rntity or s�ate agency to file with the govemmental rntity or stale agrnry a d'aclosurc of intercsled parties
at the time �he business entiry submits the signed contraa �o �he govemmental rntity or s�ate agrncy. Inswcnons for
complamg Form 1295 are available a�: ���i�.cfJtypbock.rx.us•deo���
� cbsnes'departmenis��sit�l+asinEL+�snd�kafv!ma[ioh
30 No Boycott of Israel Pursuant to SMion 2?71.002 of the Texaz Govemment Code, Rapondrnt cenifies that
either (�) rt meets an exemption criteria under Seaion 2?71.002; or (ii) it doa not boywtt Israel and will nm hoycon
Israel dunng Ihe lerm of the wntraa raulting Bom this wlicitation Rapo�ent shall state any facts that make it
exempl Gom the boycon cmification in i1s Raponse.
31 No Boycolt of Energy Companies. Pursuant to Sxtion 2274 of �he Texas Govemmem Code, Respondmt
cm�fies that either (i) it meels an exemption criteria undn Section 2274.002; or (ii) it doa no� boycott Energy
Compania and will not boycott Energy Compania during Ihe Imn of the conlracl resulting from this solicilalion
Rapondent shall s�ate any 6cts Ihat make it exempt Gom �he boycott cMification in its Raponse.
32 No Boycou of a Fircarm Entity or Fireafm Trade Association. Pursuant to Section 2274 of the Texas
Govemment Code, Rapondrn� certifia �hat eitha (i) it meets an exemplion cri�eria under Seclion 2274.002, or (�i) i�
does �rot boycott a FQearm Entiry or F'vearm Trsde Association and will nat boycott a F'vearm Enliry or F'vearm
Trade Association during �he tertn of the contract resulting from Iha wlicitation. Rapondent shall state any facts tha�
make rt exempt from the boycott certifiwtion in ils Raponse.
33. Contracts wi�h Compania Engaged in Business wi�h Iran, Sudan, or Foreign Tertorist Organi�a�ion Prohibited.
Pursuant to Section 2252.152 of Ihe Texas Govemmrnt Code, prohibits the City from entering into a contraq with a
vendor �hat a identified by The Compholler as a company known to have wntracts wrth or pmvide supplia or
serv�ce wnh Iran, Sudan or a forcign temorist organilation
34 TEXAS PUBLIC INFORMATION AC"f. The requiremems of Subchapta 1, Chapter 55?, Govemment Code,
may apply to this conlrad and the wntractor or vendor agrea tha� the contraa can be tertninated if the contrecwr or
vendor knowingly or intrn�ionally fails to comply with a rcquirement of that subchapter.
35 Pursuam �o Seaion 552301(c) of the Texaz Govemment Code, the Cily of Lubbock has daigna�ed the (ollowing
emad addras for which public information requats may be made by an emailed requal: p�gjpy3f�bhv.�,y�. Please
und Iha requat to �his email addras for it to be processed
REV. 3R022
Enterprise Security Solutions of Tx.
PO BOX 339
Justin, TX 76247
City of Lubbock
TIPS 24020301 Exp 4/30/29
1314 Ave K
Lubbock, TX 79401
C0302806-775-2396
Project Number 18477
5/30/2025 Page: 1 * * p�OpOsal * *
940-320-3778
City of Lubbock Bus Garage
TIPS #24020301 expires 4.30.29
801 Texas Ave
Lubbock, TX 79401
Ychapman@mylubbock. us
Project Title..: Lubbock City Bus Garage/Terminal
Qt�Description
Lubbock City Bus Camera System Both for Garage and the Bus
terminal
Install all camera equipment and associated hardware for a
complete system per customers specifications.
Includes Labor Cabling and programming of the entire system for
a turnkey solution.
Note: These are the camera counts from the attached drawings
from walk through .
Equipment to be installed:
This Quote includes All labor , Equipment and programming of
cameras into the city system
for a turnkey solution.
System will have two separate Camera servers, One in each
facility to avoid video latency over the network.
Please see Drawing for location of bus garage cameras attached.
Please see Drawing for location of Plaza cameras attached.
Provided by ESST
All labor and materials to complete the system
All programming and system licenses
Note: During Installation some cameras may be
changed for best view and performance at no charge to the city.
Includes all licenses
Provided by the City.
access to facility
110/120 VAC
adequate space for head end equipment.
City Bus Garage:
414MP Dome 2688 1520:30FPS, H.265/H.264/MJPEG, WDR,
IP67, IK10, 2.8-12MM, Motorized Zoom Lens ,IR Range: Up to
40M. 3-AXIS, 4 Yr Warranty No Camera License Required w/ VI
7.8.3 or Higher VMS Software
�5MP Sensor Outdoor Vandal
113X4MP (12MP) Multi-Sensor Outdoor Vandal
Resistance Camera with AI Engine, H.265/H.264/MJPEG, 2.9-
806-775-2396
Enterprise Security Solutions of Tx.
PO BOX 339
Justin, TX 76247
Project Number 18477
5/30/2025 Page: 2 * * PrOpOsal * *
940-320-3778
Qt�Description
7.3MM 2.5X Motorized Zoom Lens, 2699X1520 Pixel Up to
30FPS, IR LED, IP66, IP67, IK10, FIPS 140-2 Level 3 Compliant,
5 Yr Warranty, VI 7.9.X or Higher, White
1NVall Mount Bracket (Same Shape as WV-Q122A) White
11Shroud Bracket (4 Holes), Compatible with
WV-S857X/S856X/S854X, and WV-QWL501-W, WV-QCL501-
W, White
:Corner Mount Bracket, White
'Pole Mount Bracket, White
5!Surface-Mount QuickPort Box, Plenum Rated, 1-Port,White,
Biscuit
111GigaMax 5e QuickPort Connector, UTP Category 5e, 110 Term
Purple
�24/4P CAT5E PURPLE PLENUM 1000'
�5mp Fish Eye 1.4mm Lens Built in Mic IP66
H.265/H.264 4 Yr Warranty No Camera License required with VI
7.9.3 or Higher VMS software
Bus Terminal plaza cameras:
:3X4MP (12MP) Multi-Sensor Outdoor Vandal
Resistance Camera with AI Engine, H.265/H.264/MJPEG, 2.9-
7.3MM 2.5X Motorized Zoom Lens, 2699X1520 Pixel Up to
30FPS, IR LED, IP66, IP67, IK10, FIPS 140-2 Level 3 Compliant,
5 Yr Warranty, VI 7.9.X or Higher, White
:Wall Mount Bracket (Same Shape as WV-Q122A) White
:Shroud Bracket (4 Holes), Compatible with
WV-S857X/S856X/S854X, and WV-QWL501-W, WV-QCL501-
W, White
l4mp Outdoor Vandal Resistant Dome Camera,
H.265/H.264/MJPEG, 3.2MM Fixed Lens, IR LED, IP66, IK10, 5
Yr Warranty, VI 7.8.5 or Higher
lVandal Wall Mount, White (Used with 3 Series and
4 Series Cameras)
'1080P Outdoor Vandal Resistant Dome Camera w/ AI
Engine, H.265/H.264/MJPEG, 2.9-9MM 3.1X Motorized Zoom
Lens, IR LED, IP66, IK10, Clearsight Dome, FIPS 140-2 Level 3
Compliant, 5 Yr Warr, VI 7.9.X or Higher
�24/4P CATSE PURPLE PLENUM 1000'
1'.Surface-Mount QuickPort Box, Plenum Rated, 1-Port,White,
Biscuit
3�GigaMax 5e QuickPort Connector, UTP Category 5e, 110 Term
Purple
Server for camera system covers Both locations
'Storage Server 29TB usabl, 2 Xeon 4410Y, 4 16GB DDR5 RAM,
2 480G
�Dell IDRAC Enterprise License 16G Servers
�Storage Server 120T6, 2 Xeon 4410Y, 4 16G6 DDR5 RAM, 2
Enterprise Security Solutions of Tx.
PO BOX 339
Justin, TX 76247
Project Number 18477
5/30/2025 Page: 3 * * proposal * *
940-320-3778
Qt�Description
480GB SSD
�Dell IDRAC Enterprise License 16G Servers
'NVIDIA T400 4G6 graphic, 384 CUDA Core, 4G6 GDDR6 GPU
Mem
'Compatible w/ BCD206/208/212/214/218 Chassis
�32' scissor lift w/trailer rental (1 WEEK)
�Administration
TIPS #24020301 expires 04.30.29
Shipping & Handling: 1,405.53 Pickup: 25.00
This ** Proposal ** is Valid through July 15, 2025.
See Terms and Conditions
I Accept This Quote _
1,430.53
$123,561.11
Jeffrey Goodrich, Vice President
Date:
The Interiocal Purchasing System
Purchasing Made Personal
.�.� �;� .
,.�, � .� �
Printed 27 June 2025
www.esstexas.com
Enterprise Security Solutions of Texas
°MAIL PO 8 VENDOR QUOTE TO: TIPSPO@TIPS-USA.COM PO AND QUOTE MUST REFERENCE VENDOR'S TIPS
�ONTRACT NUMBER ATTACH PO AS A PDF - ONLY ONE PO (WITH QUOTE) PER ATTACHMENT
PAYMENT TO TIPS CONTACT
ADDRESS PO Box 339 NAME Charlie Martin
C�TY Justin PHONE (g66) 839-8477
STATE TX F,qX (866) 839-8472
ZIP 76247 EMAIL tips@tips-usa.com
DISADVANTAGED/MINORITY/WOMAN BUSINESS ENTERPRISE: N HUB: N
SERVING STATES
TX
Overview
<p>Enterprise Security Solutions of Texas, Inc. dba ESST provides system integration including security cameras,
access control, alarm monitoring, and data. </p>
AWARDED CONTRACTS "View EDGAR Doc" on Website
Contract Comodity Exp Date EDGAR
24020301 Fire, Firearm, and Active Shooter Safety and Security Solutions 04/30/2027 See EDGAR Certification Doc.
24020302 Fire, Firearm, and Active Shooter Safety and Security Solutions 04/30/2026 See EDGAR Certification Doc.
CONTACTS BY CONTRACTS
Amber Prince
David Jones
CFO/VP
President
(940) 320-3778
(940) 320-3778
aprince@esstexas.com
djones@esstexas.com
Amber Prince CFO/VP (940) 320-3778
David Jones President (940) 320-3778
aprince@esstexas.com
djones@esstexas.com
CERTIFICATE OF INTERESTED PARTIES FORM 1295
lofl
Complete Nos. 1- 4 and 6 if there are interested parties. OFFICE USE ONLY
Complete Nos.1, 2, 3, 5, and 6 if there are no interested parties. CERTIFICATION OF FILING
1 Name of business entity filing form, and the city, state and country of the business entity's place Certificate Number:
of business. 2025-1325059
Enterprise Securiry Solutions of Texas Inc
Justin, TX United States Date Filed:
2 Name of governmental entity or state agency that is a party to the contract for which the form is 06/16/2025
being filed.
City of Lubbock Date Acknowledged:
g Provide the identification number used by the governmental entity or state agency to track or identify the contract, and provide a
description of the services, goods, or other properry to be provided under the contract.
18980
Camera surveillance system
Nature ofinterest
4 Name of Interested Pa Ci State, Count lace of business check a licable
rtY tY, rY �P ) ( PP 1
Controlling Intermediary
5 Check only if there is NO Interested Party. ❑
X
6 UNSWORN DECLARATION
My name is Amber Prince , and my date of birth is 05/25/1982
My address is PO Box 339 Justin TX 76247 US
(street) (city) (state) (zip code) (country)
I declare under penalry of perjury that the foregoing is true and correct.
Executed in DentOn co���y, State of T@X8S , on the 16thday of Julle 20 25
(month) (year)
�r/�l7�� ���
Signature of authorized agent of contracting business entity
(Declarent)
Forms provided by Texas Ethics Commission www.ethics.state.tx.us Version V4.1.0.26f08dd9